D264560 - dot.ny.gov

247
PROPOSAL D264560 F.A. PROJECT Book 3 of 3 Submitted in accordance with the Highway Law and the Standard Specifications officially finalized and adopted on September 1, 2021 as posted on the Department's website. US CUSTOMARY UNITS Proposal Description: Bridge Rehabilitation of Woolley Ave. & Bradley Ave. over the Staten Island Expessway in Staten Island. Letting of 9/23/2021 @ 10:30 A.M. 50 Wolf Road, Albany, NY 12232

Transcript of D264560 - dot.ny.gov

PROPOSAL

D264560F.A. PROJECT

Book 3 of 3

Submitted in accordance with the Highway Law and the Standard Specifications officially finalized and adopted on September 1, 2021 as posted on the Department's website.

US CUSTOMARY UNITS

Proposal Description:

Bridge Rehabilitation of Woolley Ave. & Bradley Ave. over the Staten Island Expessway in Staten Island.

Letting of 9/23/2021 @ 10:30 A.M.

50 Wolf Road, Albany, NY 12232

THIS PAGE INTENTIONALLY LEFT BLANK

3750 Per DQAB L05/07/09

Page 1 of 1

SPECIAL SPECIFICATIONS NOTE: This form was developed for repetitive use throughout all contract proposals and may identify items not applicable to this specific project.

D264560 139

ITEM 209.11XXNN11 – TEMPORARY CATCH BASIN INSERTS FOR DRAINAGE STRUCTURES

Page 1 of 3 rev. 3/2021

DESCRIPTION: The work shall consist of furnishing, installing, maintaining, removing and disposing of catch basin inserts for drainage structures at the locations indicated in and according to the contract document and as directed by the Engineer. MATERIALS: The following sections of the standard specification shall apply:

Geotextiles 737-01 With the following qualifications: • the geotextile used shall meet the requirements of Table 737-01G. The temporary catch basin insert shall be a commercially manufactured system that fits inside a drainage structure and traps sediment transported by runoff. Flexstorm™ Inlet Pro™ as manufactured by as manufactured by Advanced Drainage Systems Hanes Geo Components 4640 Trueman Boulevard 815 Buxton Street Hilliard, OH 43026 Winston Salem, NC 27101 1.800.821.6710 1.888.239.4539 www.ads-pipe.com www.hanesgeo.com Dandy Sack® Ultra-Drain Guard®, Reusable Model as manufactured by as manufactured by Dandy Products, Inc. Ultra Tech International, Inc. P.O. Box 1980 11542 Davis Creek Court Westerville, OH 43086 Jacksonville, FL 32256 1.800.591.2284 1.800.764.9563 www.dandyproducts.com www.spillcontainment.com or equal as approved by the Engineer.

To be approved for use, each temporary catch basin insert for drainage shall have the following features: • total suspended solids (TSS) removal rate of at least eighty percent (80%) based on visual

inspection, • allow for stormwater event overflow bypass. No product shall be approved unless it

includes an overflow mechanism.

140 D264560

ITEM 209.11XXNN11 – TEMPORARY CATCH BASIN INSERTS FOR DRAINAGE STRUCTURES

Page 2 of 3 rev. 3/2021

• inserts must be capable of being re-used (after first maintenance activity) a minimum of one time,

• easy to clean and replace geotextile inserts, • include handles and fasteners to keep the insert from falling into the inlet during

maintenance and removal, and • Not interfere with all traffic modes. Submittals: Submit product information to the Engineer thirty (30) days prior to the planned date of installation for review and approval of the system. CONSTRUCTION DETAILS The following section of the standard specifications shall apply: Soil Erosion and Sediment Control 209-3.01 with the following exceptions: • Torn or punctured silt fence fabric must be replaced • Sediment deposition removed from the catch basin insert shall be disposed of in

accordance with §107-10 E. Installation: Install the temporary catch basin inserts according to manufacturer’s instructions. Inspection: Using the most restrictive inspection criteria listed below, the Contractor shall inspect catch basins: • weekly, • after a rainfall event of 0.5” or more per twenty-four (24) hour period, • as per manufacturer’s instructions, and/or • as per the conditions of the Stormwater Pollution Prevention Plan (SWPPP) (if any

exists). Maintenance: Maintenance shall include the following: • Remove all accumulated sediment and debris from the vicinity of the catch basin after each

rainfall event of 0.5” or more per twenty-four (24) hour period and prior to removal of the insert for maintenance.

• Remove insert according to manufacturer’s instructions. • Empty the unit when the catch basin insert’s containment area is more than one third

(1/3) full or before the sediment/trash/debris reaches the overflow openings. • Refer to the manufacturer’s instructions for emptying and re-installing the catch basin

insert. Removal of trash, sediment and debris from the insert shall be done in a manner that ensures no trash, sediment or debris will enter an unprotected catch basin.

• Disposal of the removed sediment shall occur at an upland location away from all stormwater conveyances.

D264560 141

ITEM 209.11XXNN11 – TEMPORARY CATCH BASIN INSERTS FOR DRAINAGE STRUCTURES

Page 3 of 3 rev. 3/2021

• Trash shall be disposed of according to §107-10 E. of the standard specifications. • If a catch basin insert’s fabric or strap is torn, dispose of the sediment and debris

contained within the unit according to this specification and replace the entire unit. • When the servicing of a catch basin insert results in a non-functioning or poorly-

functioning unit, the unit shall be replaced. • Catch basin inserts shall be removed prior to winter shut down. Re-installation of the

unit(s) shall occur prior to ground disturbance or first thaw in the following spring, whichever occurs first, and according to manufacturer’s instructions.

Catch basin inserts shall be removed according to §209-3.01 and disposed of according to §107- 10 E. after all soil disturbance areas have been fully stabilized with an established, permanent and approved vegetative cover at a uniform density of eighty percent (80%). METHOD OF MEASUREMENT The work will be measured as the number of each catch basin insert for drainage structures furnished, installed, maintained, removed and disposed of. BASIS OF PAYMENT The unit price bid for each catch basin insert for drainage structures furnished, installed, maintained, removed and disposed of shall include the cost of all labor, materials, and equipment necessary to satisfactorily complete the work. Payment will be made under: Item Number Description Unit 209.11010011 Temporary Catch Basin Inserts for Drainage Structures – Trash, EA Sediment and Debris Removal 209.11020011 Temporary Catch Basin Inserts for Drainage Structures – Oil, EA Hydrocarbons, Trash, Sediment and Debris Removal 209.11030011 Temporary Catch Basin Inserts for Drainage Structures – Oil and EA Hydrocarbon Absorbent Pouches

142 D264560

ITEM 490.10XX0011 - COLD MILLING

11/26/99 USC 03/26/09

All the provisions of Section 490 - Cold Milling shall apply except that payment shall be made under: ITEM NO. ITEM PAY UNIT 490.10110011 PRODUCTION COLD MILLING OF BITUMINOUS CONCRETE

Quantity Range 1 ( 0 to 2” deep )Square Yard

490.10120011

PRODUCTION COLD MILLING OF BITUMINOUS CONCRETE Quantity Range 2 (> 2” to 4” deep )

Square Yard

490.10130011

PRODUCTION COLD MILLING OF BITUMINOUS CONCRETE Quantity Range 3 ( >4” deep )

Square Yard

490.10140011 PRODUCTION COLD MILLING OF BITUMINOUS CONCRETE Quantity Range 4 ( Overlay for Single lane or Restricted area )

Square Yard

490.30110011 MISCELLANEOUS COLD MILLING OF BITUMINOUS CONCRETE Quantity Range 1 ( 0 to 2” deep )

Square Yard

490.30120011

MISCELLANEOUS COLD MILLING OF BITUMINOUS CONCRETE Quantity Range 2 ( >2” to 4” deep )

Square Yard

490.30130011 MISCELLANEOUS COLD MILLING OF BITUMINOUS CONCRETE Quantity Range 3 ( >4” deep )

Square Yard

D264560 143

ITEM 502.20010018 - FULL-DEPTH PORTLAND CEMENT CONCRETE SAW CUTS ITEM 502.20020018 - PARTIAL-DEPTH PORTLAND CEMENT CONCRETE SAW CUTS

EI 03-012 L 09/11/03 Page 1 of 1

DESCRIPTION. Make full- or partial-depth saw cuts where indicated in the contract documents. MATERIALS. None Specified. CONSTRUCTION DETAILS. Mark cut lines on the concrete before cutting. Do not saw cut until the Engineer approves the cut location. Make straight saw cuts that result in smooth faces that are perpendicular to the pavement surface along the entire saw cut length. Use a diamond blade saw equipped with cutting guides, blade guards, water cooling systems, dust controls, and cut depth control. METHOD OF MEASUREMENT. The work will be measured for payment as the number of feet of concrete satisfactorily saw cut, measured to the nearest foot, based on the Engineer-approved cut lines marked on the pavement prior to cutting. BASIS OF PAYMENT. Include the cost of all labor and equipment necessary to satisfactorily perform the work in the unit price bid for Full- and/or Partial-Depth Portland Cement Concrete Saw Cuts. No additional payment will be made for extra work required to repair damage to the adjacent pavement or objects that occurred during saw cutting.

144 D264560

ITEM 555.81000018 - STRUCTURAL CRACK SEALING

DESCRIPTION

Seal non-critical cracks (about 1/16 to 3/8 inches in width) in portland cement concrete(abutments, piers, walls, etc.) by blast cleaning and injecting a silicone sealant into the dry crack.Perform the work at locations indicated on the Contract Plans or where ordered by theEngineer.

MATERIAL REQUIREMENTS

Water §712-01Silicone Joint Sealants Approved List

CONSTRUCTION DETAILS

Clean the crack surface, and as deep into the crack as practical with water or abrasive blasting,to provide a clean, dry surface for bonding of the sealant.

If the crack is wet, allow the crack area to dry, or use oil-free air to blow the surfaces of the crackdry. Wait an additional drying day before injecting the sealant. If contamination occurs, repeatthe cleaning and drying process.

Use a one component (hand-held cartridge type or similar) toolable sealant, color matched tothe concrete, whose brand name appears on the Approved List. Inject the sealant into the drycrack to a minimum depth equal to the crack width, strike off flush with the adjacent surface,and clean up any excess.

Perform the work when the ambient air temperature is 40ºF or greater.

METHOD OF MEASUREMENT

The work will be measured as the number of linear feet of crack sealed.

BASIS OF PAYMENT

Include the cost of all labor, materials and equipment necessary to complete the work in the unitprice bid per linear foot.

D264560 145

ITEM 557.68010116- HPIC APPROACH SLAB - TYPE 1 FRICTION

ITEM 557.68010216- HPIC APPROACH SLAB - TYPE 2 FRICTION

ITEM 557.68010316- HPIC APPROACH SLAB - TYPE 3 FRICTION

ITEM 557.68010916- HPIC APPROACH SLAB - TYPE 9 FRICTION

Page X of Y 1/19/2021

DESCRIPTION

This work shall consist of furnishing and installing HPIC Approach Slabs in accordance with the

contract documents and as directed by the Engineer.

MATERIALS

Materials shall meet the requirements of §557-2 Materials and the concrete shall meet the

requirements of § 557-2.03 HPIC Concrete.

CONSTRUCTION DETAILS

Construction details shall meet the requirements of §557-3.

METHOD OF MEASUREMENT

This work will be measured per §557-5.

BASIS OF PAYMENT

The unit price bid shall be per §557-5.

Item Number Description Pay Unit

557.68010116 HPIC Approach Slab - Type 1 Friction Square yards

557.68010216 HPIC Approach Slab - Type 2 Friction Square yards

557.68010316 HPIC Approach Slab - Type 3 Friction Square yards

557.68010916 HPIC Approach Slab - Type 9 Friction Square yards

146 D264560

ITEM 559.16960118 - PROTECTIVE SEALING OF STRUCTURAL CONCRETE ITEM 559.17960118 - PROTECTIVE SEALING OF STRUCTURAL CONCRETE FOR EXISTING BRIDGE DECKS

1 of 2 Rev. May 2021

DESCRIPTION. Under this work the Contractor shall furnish and apply, in accordance with this

specification, a protective sealer to concrete surfaces, at locations indicated on the plans or where directed

by the Engineer.

MATERIALS. The protective sealer used on concrete surfaces shall be one appearing on the

Department's Approved List and shall meet the requirements of the following subsection:

717-03 - Penetrating Type Protective Sealers

CONSTRUCTION DETAILS.

A. General. Only penetrating type sealers shall be applied to walking or riding surfaces. The

Contractor shall provide the Engineer with the sealer Manufacturer's written instructions for

application and use, at least five (5) working days before the start of work. Only one (1) brand

and specific type of sealer will be allowed for use on each individual element of a project (i.e.

each pier, deck, abutment, etc.).

B. Surface Preparation.

1. New Concrete. All required surface texturing, and saw cut grooving, shall be completed

before the surface is prepared. All concrete that is to be sealed shall air dry for fourteen (14) days

after curing has been removed, or for the length of time specified in the manufacturer's written

instructions, whichever is longer. If the concrete is subjected to rain or moisture from other

project operations, the drying period shall be extended twenty-four (24) hours for every day the

concrete is subjected to water. After the drying period has ended, the concrete surfaces shall be

lightly sand, shot or water blasted in accordance with the sealer manufacturer’s recommendations

followed by vacuum cleaning, to remove loose particles.

2. Existing Concrete. Concrete surfaces to be sealed shall be thoroughly cleaned by light

sand, shot or water blasting in accordance with the sealer manufacturer’s recommendations

followed by vacuum cleaning, to remove loose particles. If the concrete is subjected to rain or

moisture from other project operations, the surface will be allowed to air dry for a minimum of

forty-eight (48) hours before the sealer is applied.

Care shall be taken while blast cleaning that all dirt is removed with minimal exposure of coarse

aggregate. After cleaning, no blasting residue, laitance, curing compounds, standing water, oil,

dirt or other foreign particles shall be present, which may prevent penetration or adhesion of the

sealer. All surface preparation work shall be completed and approved by the Engineer, before

sealer application can commence.

C. Weather Limitations. Sealer materials shall not be applied during wet weather conditions or, if

in the opinion of the Engineer, adverse weather conditions are anticipated within twelve (12)

hours of the completion of sealer application. Ambient and surface temperatures shall be a

minimum of 40oF-during application and until the sealed concrete is dry to the touch.

Application by spray methods will not be permitted during windy conditions, if in the opinion of

the Engineer unsatisfactory results will be obtained.

D264560 147

ITEM 559.16960118 - PROTECTIVE SEALING OF STRUCTURAL CONCRETE ITEM 559.17960118 - PROTECTIVE SEALING OF STRUCTURAL CONCRETE FOR EXISTING BRIDGE DECKS

2 of 2 Rev. May 2021

D. Sealer Application. The sealer shall be used as supplied by the Manufacturer without thinning

or alteration, unless specifically required in the Manufacturer's instructions. Thorough mixing of

the sealer before and during its use shall be accomplished as recommended by the Manufacturer.

Equipment for sealer application shall be clean of foreign materials and approved by the Engineer

before use.

If a penetrating sealer is used, a minimum of two (2) coats of the sealer shall be applied to

achieve uniform coverage. The total quantity of sealer applied by all coats shall be equal to the

quantity required at the application rate specified in the Approved List. The second and each

additional coat shall be applied perpendicular to the previous coat. Care shall be taken when

applying each coat, such that running or puddling does not occur. Each coat shall be allowed to

dry for a minimum of two (2) hours before the next coat is applied. The final coat shall be

allowed to dry according to the manufacturer's instructions, before the removal of maintenance

and protection of traffic.

On sloping and vertical concrete surfaces, sealer application shall progress from bottom to top.

Care shall be taken to ensure that the entire surface of the concrete is covered and all pores filled.

METHOD OF MEASUREMENT. The work will be measured as the number of square feet of structural

concrete sealed.

BASIS OF PAYMENT. The unit price bid per square feet shall include the cost of furnishing all labor,

materials and equipment necessary to satisfactorily complete the work.

Payment will be made under: Item No. Item Pay Unit 559.16960118 Protective Sealing of Structural Concrete Square Foot

559.17960118 Protective Sealing of Structural Concrete Square Foot

for Existing Bridge Decks

148 D264560

ITEM 559.18960118 - PROTECTIVE SEALING OF STRUCTURAL CONCRETE ON NEW BRIDGE DECKS AND BRIDGE DECK OVERLAYS

1 of 2 July 2009

DESCRIPTION. Under this work the Contractor shall furnish and apply, in accordance with this specification, a protective sealer to concrete surfaces, at locations indicated on the plans or where directed by the Engineer. MATERIALS. The protective sealer used on new concrete bridge decks shall be one appearing on the Department's Approved List, which does not contain an aqueous solvent/carrier and shall meet the requirements of the following subsection: 717-03 - Penetrating Type Protective Sealers CONSTRUCTION DETAILS. A. General. The Contractor shall provide the Engineer with the sealer manufacturer's written instructions for application and use, at least five (5) working days before the start of work. Only one (1) brand and specific type of sealer will be allowed for use on each deck. B. Surface Preparation. All concrete bridge decks shall air dry for twenty-four (24) hours

after the time of completion of saw cut grooving. If the concrete is subjected to rain or moisture from other project operations, the drying period shall be extended twenty-four (24) hours from the time that the concrete has stopped being wetted. All required surface texturing, saw cut grooving, barriers, parapets, sidewalks and safetywalks shall be completed, before the surface is cleaned. After the drying period has ended, the concrete surface shall be cleaned by vacuum methods, to remove loose particles.

After cleaning, no laitance, standing water, oil, dirt or other foreign particles shall be present, which may prevent penetration of the sealer. All surface preparation work shall be completed and approved by the Engineer before sealer application can commence.

C. Weather Limitations. Sealer materials shall not be applied during wet weather

conditions or when adverse weather conditions are anticipated within twelve (12) hours of the completion of sealer application. Ambient and surface temperatures, during application, and until the sealed concrete is dry to the touch, shall be a minimum of 40oF. Application by spray methods will not be permitted during windy conditions, if in the opinion of the Engineer, unsatisfactory results will be obtained.

D. Sealer Application. The protective sealer shall be used as supplied by the Manufacturer

without thinning or alteration. Equipment for sealer application shall be clean of foreign materials and approved by the Engineer before use. The sealer shall be applied by brushing, spraying or rolling, as recommended by the Manufacturer. A minimum of two (2) coats of the sealer shall be applied to achieve uniform coverage. The total quantity of sealer applied by all coats shall be equal to the quantity required at the application rate specified in the Approved List. The second and each additional coat shall be applied perpendicular to the previous coat. Care shall be taken when applying

D264560 149

ITEM 559.18960118 - PROTECTIVE SEALING OF STRUCTURAL CONCRETE ON NEW BRIDGE DECKS AND BRIDGE DECK OVERLAYS

2 of 2 July 2009

each coat, such that running or puddling does not occur. Each coat shall be allowed to dry for a minimum of two (2) hours before the next coat is applied. The final coat shall be allowed to dry according to the Manufacturer's instructions, before the removal of maintenance and protection of traffic.

METHOD OF MEASUREMENT. The work will be measured as the number of square feet of concrete sealed. BASIS OF PAYMENT. The unit price bid per square feet shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work.

150 D264560

ITEM 559.90010011 - ANTI-GRAFFITI PROTECTION COATING

1 of 1 01/99

DESCRIPTION. The work shall consist of the application of Anti-Graffiti Protection Coating to the concrete, brick or stone masonry surfaces indicated on the Contract Plans and where directed by the Engineer. MATERIALS. One of the following three products shall be used, as approved by the Engineer for the applicable surface: 1. Knight and Shield-100, as manufactured by East Coast Clean-up Corp., 799 Broadway, NY 10003,

Tel. (212) 875-9044. 2. Protect Epoxy, as manufactured by A.G.P. Systems, Inc., Windham, NY 12496, Tel. (518) 734-

5880. 3. Graffiti Control, as manufactured by Prosoco, Inc., 111 Snyder Road, S. Plainfield, NJ 07080, Tel.

(908) 754-4410. or, an approved equal. CONSTRUCTION DETAILS. 1. Prior to application of the Anti-Graffiti Protection Coating, the surfaces to be coated shall be clean,

dry and free of dirt, oil and contaminants and meet the approval of the Engineer. 2. The Anti-Graffiti Protection Coating shall be applied to the surfaces in accordance with the

manufacturer’s instruction and recommendations and shall meet the approval of the Engineer. The Contractor shall supply the instructions to the Engineer at least two (2) weeks prior to starting work. The Contractor shall provide protection to collect anti-graffiti protection coating material to prevent the material from falling onto all areas below the work area.

METHOD OF MEASUREMENT. The Anti-Graffiti Protection Coating will be measured per square yard of area coated. Measurement will be taken as the vertical plans projection for the coated area. BASIS OF PAYMENT. The unit price bid for this item shall include the cost of all labor, materials and equipment necessary to complete this work. No payment will be made for repair of, or replacement of, damaged material, caused by the Contractor’s operations.

D264560 151

ITEM 560.72010011 – REMOVE, DISPOSE AND REPLACE BRICK FACING

Page 1 of 1 5/01/2013

DESCRIPTION This work shall consist of removing and disposing existing brick facing, and furnishing and installing new brick facing in accordance with the contract documents and as directed by the Engineer. MATERIALS Concrete Brick 704-02 Stainless Steel Dovetail Anchors ASTM A240 Caulking Compound for Structures 705-06 Masonry Mortar (Type S) 705-21 CONSTRUCTION DETAILS Remove and legally dispose of the existing brick facing, including all mortar bedding and backing material as indicated on the plans or as ordered by the Engineer, in a manner so as not to damage dovetail slots or brick facing to remain. Repair or replace all damaged areas resulting from removal operations at no additional cost, to the satisfaction of the Engineer. Extend the dovetail slots from the existing wall into the new section of the wall as shown on the plans or as approved by the Engineer. Clean the surfaces of dovetail slots, in-place bricks and concrete surfaces, which might interfere with bonding. Follow the cleaning with compressed air jetting or vacuum cleaning to ensure the removal and disposal of all loose particles subject to approval of the Engineer. Immerse the bricks in water for 3 hours and use when they are surface dry. Install each brick in mortar so as to form a full bed, with end and side joints in one operation in a neat, true line and grade manner. Secure the brick facing to the wall with anchors as shown on the plans or as approved by the Engineer. Follow the pattern that matches the adjacent brick facing. Finish the joints with a pointing tool to match the adjacent joints. Protect and keep the completed brick masonry from drying and keep damp for a period of at least 3 days. METHOD OF MEASUREMENT This work will be measured the number of square feet, including joints, of brick facing satisfactorily removed and replaced. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work.

152 D264560

ITEM 560.80800011 - REHABILITATE BRICK FACING

1 of 2 USC 1/13/11

DESCRIPTION Remove loose and/or damaged brick; clean the anchor dovetail slots, in-place brick and concrete surfaces; install anchors; furnish brick, and mortar the brick in place to reconstruct the damaged area to blend in with the surrounding brick wall where indicated on the plans. The precise location of the work will be determined by the Engineer in the field. MATERIALS A. Brick - new, uniform in quality and Manufacturer certified to meet ASTM C216, Grade SW. The

type (FBS, FBX or FBA) depends on the brick previously used.

Submit samples that match the existing brick facing for color range, size, texture and pattern for the Engineer's approval prior to use.

B. Anchors - stainless steel, dovetail anchors meeting ASTM A240 (previously A167). C. Masonry Mortar, Type S ..................................................................................................... '705-21 CONSTRUCTION DETAILS Remove all loose and damaged brick, including all mortar bedding and backing material, as indicated on the plans or ordered by the Engineer, in a manner so as to not damage dovetail slots or brick facing to remain in place. Repair or replace all damage areas resulting from removal operations, at no additional cost, to the satisfaction of the Engineer. Clean the surfaces of dovetail slots, and in-place bricks and concrete of all substances which will interfere with bonding. The cleaning methods will be subject to approval by the Engineer. Follow the cleaning operations with compressed air jetting or vacuum cleaning to ensure removal of all loose particles. Remove all materials and debris resulting from surface preparation prior to proceeding with the rehabilitation work. To determine if bricks need wetting prior to use, perform the following test in the presence of the Engineer: 1. With a wax pencil, draw a 1 inch circle (use a quarter as a guide) on a face which will be in contact

with mortar. 2. With a medicine dropper, rapidly place 20 drops of water inside the circle. 3. Note the time required for the water to be absorbed. 4. If the time exceeds 12 minutes from the first drop of water, no wetting is needed. 5. If the time is less than 12 minutes, wetting is required. If wetting is deemed necessary by the Engineer, immerse the bricks in water for a few hours and use the next

D264560 153

ITEM 560.80800011 - REHABILITATE BRICK FACING

2 of 2 USC 1/13/11

day when they are surface dry. Hand dipping of brick in water prior to use will not be allowed. Install each new brick in mortar so as to form a full bed, with end and side joints in one operation in a neat, true to line and grade manner. Secure the brick facing to the wall with stainless steel, crimped anchors placed in dovetail anchor slots at a maximum vertical spacing of 1 foot, or as approved by the Engineer. Completely fill the space between the brick facing and the wall with mortar, and finish the joints with a pointing tool that recreates the original joint shape. Avoid recessed joints that hold water. Protect uncompleted work with waterproof coverings at the close of each day, when work ceases for any reason, and at any other time damage is likely. Use weighted, secure coverings that overhang the work by 2 feet or more on all sides, as approved by the Engineer. Protect the completed masonry from drying and keep damp for a period of at least 3 days. After completion of brick laying or other adjacent work likely to soil the masonry, thoroughly clean the masonry wall from joint to joint (construction joint to construction or expansion joint), or as determined by the Engineer. First, brush the dry wall with stiff fiber bristles to remove all loose contaminants likely to stain the wall. Then, thoroughly wet the wall and apply a masonry cleaner approved by the Engineer. Rewash and rinse the wall with clean water after application of the cleaner to remove all dirt, dust, mortar and stains. Always start the cleaning operation at the top and proceed downward. Install the brick facing only when the ambient and all brick temperatures are 41o F or more. If these temperatures are expected to be less than 41o F, use heating or insulating procedures, approved by the Engineer, for at least the first 24 hours after installation. If the ambient air temperature exceeds 90EF, spread the mortar bed less than 5 feet ahead, and set the bricks within 1 minute. METHOD OF MEASUREMENT The Engineer will measure the work as the number of square feet of rehabilitated brick facing. BASIS OF PAYMENT Include the cost of furnishing all labor, materials and equipment necessary to complete the work in the unit bid price per square foot for rehabilitating the brick facing. Progress payments will be made, at the unit bid price, for 75% of the quantity placed as approved by the Engineer. The balance will be paid after cleaning the brick facing.

154 D264560

ITEM 564.11000010- REMOVE, STORE AND RESET DIAPHRAGMS ON STRUCTURE

9/04/08 E 05/26/98

Page 1 of 1

DESCRIPTION This work shall consist of removal, storage and resetting of diaphragms on structures in locations shown on the Plans, and as described in the proposal. MATERIALS Existing materials shall be salvaged and reused in resetting the diaphragms. Materials which by nature of their construction, or as determined by the Engineer, are not suitable for reuse, shall be replaced in kind as shown on the plans. Cost of this work shall be included in the unit price bid for this item. CONSTRUCTION DETAILS Before starting work, the Contractor shall fully inform the Engineer of the method of removal and types of equipment he proposes to use, which shall be subject to the approval of the Engineer. This approval shall not be considered as relieving the Contractor of his responsibility for safety of his methods of work, equipment, or for damage to the structure. The locations of the existing diaphragms to be removed shall be as shown on the plans. The Contractor shall carefully dismantle and remove the existing diaphragms and provide safe storage of the salvaged materials until reuse. The salvaged diaphragms shall be erected in the same location as before and properly connected. Subsection 644-3.06 and New York State Steel Construction Manual requirements for welding and structural steel erection shall apply. The Contractor shall provide new bolts and connection plates as specified on the contract plans during reinstallation. Areas affected by replacement parts and welding operations shall be retouched as specified in the painting item. METHOD OF MEASUREMENT The quantity to be paid for under this item will be the number of diaphragms reset as shown on the plans or directed by the Engineer. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials and equipment necessary to remove, provide safe storage, reset the diaphragms and all painting as necessary for this work. No separate payments will be made for bolts and for welding. Any material that is damaged through carelessness on the part of the Contractor shall be replaced by him at his own expense. Progress payments for the work under this item will be made as follows: 25% for the removal and storage of the diaphragms and the remainder (75%) upon satisfactory resetting of the diaphragms.

D264560 155

ITEM 582.0501X011 – POLYESTER POLYMER CONCRETE (PPC) FOR CONCRETE

REPAIR

PAGE 1 of 6 Mar. 2021

DESCRIPTION

This work shall consist of placing Polyester Polymer Concrete (PPC) for concrete repair with

High Molecular Weight Methacrylate (HMWM) resin primer at locations shown in the Contract

Documents or where ordered by the Engineer.

MATERIALS

Polyester Polymer Concrete (PPC) shall consist of polyester resin binder and aggregates with a

compatible primer meeting the component and composite material properties specified. All

components shall be supplied collectively through the same provider, qualified as defined herein,

referred to as the System Provider.

1. Primer. The prepared surface shall receive a wax-free low odor, high molecular weight

methacrylate (HMWM) primer consisting of a resin, initiator, and promotor and conforming to

the following:

High Molecular Weight Methacrylate (HMWM) Primer Resin

Property Requirement Test Method

Volatile Content* 30%, maximum ASTM D 2369

Viscosity* (Brookfield RVT with UL adapter, 50 RPM at 77°F)

25 cps, maximum

ASTM D 2196

Specific Gravity*

(at 77°F)

0.90, minimum

ASTM D 1475

Flash Point* 180°F, minimum ASTM D 3278

Vapor Pressure* (at 77°F)

1.0 mm Hg, maximum

ASTM D 323

PCC Saturated Surface-Dry

Bond Strength, with primer**

(at 24 hours and 70 ± 1°F)

700 psi, minimum

CA Test 551, part 5

*Tested prior to adding initiator.

**Initiated polyester concrete tested at 12% resin content by weight of the dry aggregates.

The prime coat promoter/initiator shall consist of a metal drier and peroxide. If shipped separately

from the resin, at no time shall the metal drier be mixed directly with the peroxide – a violent

exothermic reaction will occur. The containers shall be stored in a manner that will not allow

leakage or spillage from one material to contact the containers or material of the other.

2. Aggregate. Aggregate for polyester concrete shall meet the following properties:

1. Aggregate retained on the No. 8 sieve shall have a maximum of 45% crushed particles

when tested in accordance with AASHTO Test Method T335. 2. Fine aggregate shall consist of natural sand only.

3. Weighted average aggregate absorption shall not exceed 1.0% as determined by

AASHTO Test Methods T84 and T85.

156 D264560

ITEM 582.0501X011 – POLYESTER POLYMER CONCRETE (PPC) FOR CONCRETE

REPAIR

PAGE 2 of 6 Mar. 2021

4. At the time of mixing with the resin, the moisture content of the aggregate, as

determined by AASHTO Test Method T255, shall not exceed 50% of the aggregate

absorption. 5. Aggregate shall have a minimum Mohrs hardness of 7. 6. Aggregate shall meet the following gradation:

Aggregate Gradation

Sieve Size Percent Passing 3/8” 100 No. 4 62-85 No. 8 45-67 No. 16 29-50 No. 30 16-36 No. 50 5-20 No. 100 0-7 No. 200 0-3

Sand for abrasive sand finish shall meet the following properties:

1. Shall be a commercial-quality blast sand.

2. Shall not have less than 95% pass the No. 8 sieve and not less than 95% retained on

the No. 20 sieve when tested under AASHTO T27. 3. Shall be dry at the time of application.

3. Polyester Resin Binder. The polyester binder resin shall have the have the following

properties:

1. Be an unsaturated isophthalic polyester-styrene co-polymer suitable for a polyester

concrete mixture with a resin content of 12% ± 1% of the weight of the dry

aggregate.

2. Contain at least 1% by weight gamma-methacryloxypropyltrimethoxysilane, an

organosilane ester silane coupler.

3. Be used with a promoter that is compatible with suitable methyl ethyl ketone

peroxide and cumene hydroperoxide initiators.

4. Shall meet the following material properties:

Polyester Resin

Binder Property Requirement Test Method

Viscosity*

(RVT No. 1 spindle, 20

RPM at 77°F)

75-200 cps ASTM D 2196

Specific Gravity* (at 77°F)

1.05 to 1.10 ASTM D 1475

Styrene Content* 40%-50%, by weight ASTM D 2369 Silane Coupler* 1.0%, by weight NMR Spectrum

D264560 157

ITEM 582.0501X011 – POLYESTER POLYMER CONCRETE (PPC) FOR CONCRETE

REPAIR

PAGE 3 of 6 Mar. 2021

Elongation

35%, minimum (Type I specimen, thickness 0.25± 0.03” at Rate = 0.45 inch/minute)

ASTM D 638

Sample Conditioning: 18/25/50+5/70

ASTM D 618

Tensile Strength

2,500 psi, minimum (Type I specimen, thickness 0.25± 0.03” at Rate = 0.45 inch/minute)

ASTM D 638

Sample Conditioning: 18/25/50+5/70

ASTM D 618

*Tested prior to adding initiator.

Polyester Concrete. The polyester concrete composite mixture shall meet the following

properties:

Polyester Concrete Composite Mixture

Property Requirement Test Method

PCC Saturated-Surface

Dry Bond Strength,

without primer** (at 24 hours and 70 ± 1°F)

500 psi, minimum CT 551

Abrasion Resistance

2g weight loss, maximum CT 550

Modulus of Elasticity 1,000 to 2,000 ksi ASTM C 469

*Initiated polyester concrete mixture tested at 12% resin content by weight of dry aggregates.

When required, the polyester concrete shall contain gray pigment to match existing concrete.

4. Packaging and Shipment. A Safety Data Sheet shall be furnished prior to use for each

shipment of polyester resin binder and high molecular weight methacrylate resin. All

components shall be shipped in strong, substantial containers. Polyester resin binder and primer

resin shall bare the System Provider’s label specifying lot/batch number, brand name and

quantity. In addition, the mixing ratio shall be provided to the Contractor by the System

Provider prior to shipment.

5. Storage of Materials. All materials shall be stored in a cool, dry location and in their original

containers in accordance with the System Provider’s recommendation to ensure their

preservation until used in the work. The shelf life for liquid materials stored of direct sunlight

and at temperatures 80°F and below shall be at least twelve (12) months. All aggregates shall

be stored in a clean, dry location away from moisture. Applicable fire codes may require special

storage facilities for some components of the overlay system.

6. Basis of Acceptance. Project acceptance of the polyester concrete repair materials will be

158 D264560

ITEM 582.0501X011 – POLYESTER POLYMER CONCRETE (PPC) FOR CONCRETE

REPAIR

PAGE 4 of 6 Mar. 2021

based on the approval by the Materials Bureau based on conformance with the Material

requirements above. CONSTRUCTION DETAILS

1. General. A System Provider’s technical representative approved by the Engineer shall be made

available for up to three (3) working days to make recommendations to facilitate the repair. During

surface preparation and PPC application, precaution shall be taken to assure that traffic is protected

from rebound, dust, and construction activities. Appropriate shielding shall be provided as

required and directed by the Engineer. All damage or defacement resulting from this application

shall be cleaned and/or repaired to the Engineer’s satisfaction and at no additional cost.

2. Equipment.

Surface Preparation. Completely remove all loose, delaminated and weak concrete, oil, grease,

laitance, and other contaminants. All equipment to be used for surface preparation shall be as

specified by the manufacturer and approved by the Engineer.

Mixing. Polyester concrete shall be mixed in either mechanically operated mixers or

continuous automated mixers meeting the following requirements:

a. Employ an auger screw/chute device capable of completely blending catalyzed binder

resin and aggregates.

b. Employ a plural component pumping system capable of handling polyester binder resin

and catalyst, adjustable to maintain proper ratios to achieve set/cure times within the

specified limits.

c. Be equipped with an automatic metering device that measures and records aggregate and

resin volumes. Record volumes at least every 5 minutes, including time and date. Submit

recorded volumes at the end of shift work. d. Have a visible readout gage that displays volumes of aggregate and resin being recorded.

e. Produce a satisfactory mix consistently during the entire application process.

f. Be calibrated per Caltrans California Test CT 109 or similar. Submit current certificate of

calibration to the Engineer.

Portable mechanically operated mixers of appropriate size, as recommended by the System

Provider and approved by the Engineer, may be used unless otherwise noted on the Plans.

3. Surface Preparation. All concrete surfaces that will be in contact with PPC shall be prepared

by sandblasting. The following surface requirements will apply:

1. Abrasive-blast clean all metal surfaces that will come in contact with the PPC in

accordance with the requirements of the Steel Structures Painting Council (SSPC)

SP-6 Commercial Blast Cleaning, Vis-1. Tightly-adhering epoxy coatings need

not be removed.

2. Abrasive-blast clean all concrete surfaces that will come in contact with the polyester

polymer concrete to ensure that all oil, grease, or any other material which may affect

the bond between the PPC material and the concrete have been removed.

3. Measure the surface moisture content of the substrate surface using a moisture meter

before installing the PPC. The moisture content shall be ≤ 5%.

4. Vacuum clean or air-blow clean all receiving surfaces with moisture free and oil-free

compressed air immediately prior to material installation. No loose material of any nature

D264560 159

ITEM 582.0501X011 – POLYESTER POLYMER CONCRETE (PPC) FOR CONCRETE

REPAIR

PAGE 5 of 6 Mar. 2021

will be permitted on any receiving surface.

4. Forms. All forms shall meet the requirements of §555-3.03 A.

5. Application. Application of the primer and polyester concrete shall not begin until the

substrate is visibly surface dry, free of water and moisture.

The substrate surface temperature shall be between 40-100°F at the time of primer and PPC

placement. Night work may be required when temperatures cannot be met during the day.

1. Prime Coat.

Prior to applying the HMWM prime coat, the area shall be completely dry and blown clean

with oil-free compressed air.

Primer shall be mixed and applied in accordance with the System Provider’s

recommendations. Primer shall be applied by uniformly spreading to completely cover all

surfaces to receive PPC, including any adjacent vertical surfaces. Care should be taken to

avoid heavy application that results in puddling. Excess material shall be removed or

distributed to meet the recommended application rate. Primer shall be reapplied to any areas

that appear visibly dry prior to PPC placement.

2. Polyester Concrete.

The polyester concrete shall be mixed and applied in accordance with the System Provider’s

recommendations. Polyester concrete shall be applied after 15 minutes and within 2 hours of

placing the primer. The polyester concrete shall be placed prior to gelling or within 15 minutes

following addition of the initiator, whichever occurs first, or as recommended by the System

Provider.

The polyester concrete mixture shall have an initial set time of ≥ 30 minutes and ≤ 90 minutes,

when the in-place polyester concrete cannot be deformed by pressing with a finger. If the initial

set is not within 30-90 minutes, the material shall be removed and replaced at no additional

cost. The polyester concrete shall be consolidated and finished using placement equipment as

defined herein to strike off the polyester concrete to the required grade and cross-section as

shown in the Plans.

3. Abrasive Finish Sand.

Abrasive Finish Sand shall be placed on all surfaces that are intended as driving surfaces. The

abrasive finish sand shall be applied evenly on the finished PPC surface immediately after the

PPC placement gelling.

4. Curing.

The PPC shall be allowed to cure sufficiently before being subjected to loads or traffic of any

nature that may damage the concrete. Cure time is dependent on ambient and substrate

temperatures and initiator/accelerator levels used at the time of mixing. The PPC shall be

160 D264560

ITEM 582.0501X011 – POLYESTER POLYMER CONCRETE (PPC) FOR CONCRETE

REPAIR

PAGE 6 of 6 Mar. 2021

considered cured after four (4) hours following finishing or when a minimum reading of

twenty-five (25) on a properly calibrated Schmidt hammer is achieved, whichever occurs first.

5. Form Removal.

When the PPC has reached strength per paragraph 4, forms shall be removed in such a way as

to permit the concrete to take the stresses uniformly and gradually. Any method of form

removal likely to cause overstressing of the concrete shall not be used.

METHOD OF MEASUREMENT

The work will be measured as the number of cubic feet of PPC satisfactorily installed as shown

on the contract plans or ordered by the Engineer.

BASIS OF PAYMENT

The unit prices bid for Polymer (PPC) includes saw cutting, concrete removal, and all labor,

materials, and equipment to satisfactorily complete the work. Bar reinforcement will be paid for

under its appropriate item.

No payment will be made for any material installed due to failure of the initial installation, unless

the Engineer certifies that the reason for removal was beyond the Contractor’s control.

Payment will be made under:

Item Number Pay Unit 582.05013011 Polyester Polymer Concrete (PPC) for Concrete Repair Cubic Feet 582.05014011 Polyester Polymer Concrete (PPC) (gray) for Concrete Repair Cubic Feet

D264560 161

Page 1 of 1

08/17/2020

ITEM 604.07210110 - RESETTING EXISTING DRAINAGE FRAMES ON EXISTING DRAINAGE STRUCTURES

DESCRIPTION This work shall consist of removing, storing, and resetting existing drainage frames, complete with grates, covers, and appurtenances, to grade on existing structures or on existing drainage structures modified under the item, "Rebuilding Top of Existing Drainage Structures."

MATERIALS Materials shall meet the requirements of the following subsections of Section 700:

Concrete Repair Material 701-04

Concrete Grouting Material 701-05

Precast Concrete Pavers 704-13

Concrete shall be Class A meeting the requirements of Section 501. CONSTRUCTION DETAILS The existing frames, grates, covers and appurtenances shall be removed, stored if necessary, cleaned and reset to the line and grade indicated in the Plans or as directed by the Engineer.

The existing masonry adjustment collar, or a portion of it, shall be removed where necessary for resetting of the existing frame. The existing frames shall be set to grade using precast concrete pavers and concrete grouting material and/or Class A concrete. The frames shall be set in a concrete grouting bed on the existing structure. If an adjustment frame or ring was removed from the structure, the collar shall be set at such grade that no adjustment frame or ring is needed.

Any asphalt pavement and shoulder courses, subcourses, curbs, sidewalks, lawns and other top surfaces removed or damaged during the work of removing the existing frames and setting the new frames, shall be replaced in kind, unless otherwise directed by the Engineer. This shall include all sawcutting necessary for this removal.

Existing concrete/composite pavement shall be removed and restored as per the details given in

the plans.

METHOD OF MEASUREMENT This work shall be measured by the number of existing drainage frames, complete with grates or covers, reset to grade on existing drainage structures or on existing drainage structures modified under the item, "Rebuilding Top of Existing Drainage Structures."

BASIS OF PAYMENT The unit price bid for resetting each drainage frame shall include the cost of all labor, materials and equipment necessary to complete the work including any necessary sawcutting, removal and replacement of pavement and shoulder courses, subcourses, curbs, sidewalks, lawns and other top surfaces, unless otherwise indicated in the plans or proposal. Removal and restoration of concrete/composite pavement will be paid for separately.

Any frames, grates and covers broken through carelessness on the part of the Contractor shall

be replaced at the Contractor's expense.

162 D264560

Page 1 of 2

08/17/2020

ITEM 604.07240110 - REBUILDING TOP OF EXISTING DRAINAGE STRUCTURES DESCRIPTION

This work shall consist of rebuilding the top of existing drainage structures as shown in the plans

or as directed by the Engineer.

MATERIALS

Unless otherwise indicated in the plans or directed by the Engineer, the materials for rebuilding

the top of existing drainage structures shall be the same type as used in the original construction,

except that neither concrete brick nor concrete block shall be used.

Concrete shall be Class A meeting the requirement of Section 501. Other materials shall conform

to the following subsections of Section 700:

Concrete Repair Material 701-04

Concrete Grouting Material 701-05

Precast Concrete Pavers 704-13 Precast Concrete Driveway and Sidewalk Pavers 704-13 Precast Concrete Drainage Units 706-04 Bar Reinforcement, Grade 420 709-01

CONSTRUCTION DETAILS

The top slab and/or top portion of the walls shall be removed and rebuilt as indicated in the plans

or as directed by the Engineer. Removed material shall be disposed of off the work site.

Excavation shall be performed in accordance with the requirements of Subsection 206-3. This

work shall include all necessary sawcutting and removal of all overlaying material including

asphalt pavement and shoulder, curb, turf, etc. Existing concrete/composite pavement shall be

removed and restored as per the details given in the plans.

Concrete construction shall conform to the requirements of Section 555.

No structure shall be backfilled until all the mortar has completely set. The requirements of

Subsection 203-3.13 shall apply.

Each structure shall be cleaned of any accumulation of silt, debris, or foreign matter of any kind and

shall be kept clean of such accumulation until final acceptance of the work.

METHOD OF MEASUREMENT

This work will be measured by the number of existing drainage structures for which the top is

rebuilt as specified.

D264560 163

Page 2 of 2

08/17/2020

BASIS OF PAYMENT

Except as noted below, the unit price bid for rebuilding each top of existing drainage structures shall

include the cost of all labor, materials, and equipment, including sawcutting, excavation and

removal of underlying materials necessary to complete the work. Removing and resetting existing

drainage frames on existing drainage structures, furnishing new frames and grates, setting new

drainage frames on existing drainage structures, and all necessary backfill and restoration will be

paid for under the appropriate items. Removal and restoration of concrete/composite pavement

will be paid for separately.

164 D264560

ITEM 606.30630111 – VERTICAL FACED CONCRETE BARRIER – SPECIAL

SECTION

Page 1 of 1 January 2021

DESCRIPTION

All the provisions of Standard Specifications Section 606, pertaining to Cast-in-Place Concrete

Barriers shall apply except as follows:

CONSTRUCTION DETAILS

The size and configuration of the concrete barrier special section shall be as detailed in the

contract documents.

METHOD OF MEASUREMENT

The special sections will be measured for payment by the number of feet placed in accordance

with the plans and specifications, measured along the axis of the barrier and between its extreme

outer limits, unless otherwise indicated on the plans or in the proposal.

BASIS OF PAYMENT

The unit price bid per foot for the above work shall include the cost of all labor, equipment and

material necessary to complete the work, include back-up posts, necessary rail curvature, splices,

connections, hardware and the cost of any repairs required.

Payment will be made under:

ITEM NO. DESCRIPTION PAY UNIT

606.30630111 Vertical Faced Concrete Barrier – Special Section Foot

D264560 165

ITEM 606.89060111 – TRANSITION: HPBO (MOD.) CORRUGATED BEAM GUIDE RAILING TO VERTICAL FACED CONCRETE BARRIER SPECIAL SECTION

Page 1 of 1 January 2021

DESCRIPTION

All the provisions of Standard Specifications Section 606, pertaining to Modified Heavy Post Blocked-Out (HPBO (Mod.)) Corrugated Beam Guide Railing and Cast-in-Place Concrete Barriers shall apply except as follows:

CONSTRUCTION DETAILS

The size and configuration of the transition concrete barrier shall be as detailed in the contract documents.

METHOD OF MEASUREMENT

The special sections will be measured for payment by the actual number of transition units installed in accordance with plans and specifications.

BASIS OF PAYMENT

The unit price bid per guide rail transition shall include the cost of all labor, equipment, and material necessary to satisfactorily complete the work, including back-up posts, necessary rail curvature, and splices, connections and hardware.

Payment will be made under:

ITEM NO. DESCRIPTION PAY UNIT

606.89060111 Transition: HPBO (Mod.) Corrugated Beam Guide Railing to Vertical Faced Concrete Barrier Special Section

Each

166 D264560

ITEM 606.90100011 – TRANSITION BETWEEN HALF-SECTION SINGLE SLOPE

CONCRETE BARRIER AND VERTICAL FACED CONCRETE

BARRIER SPECIAL SECTION

Page 1 of 1 January 2021

DESCRIPTION

All the provisions of Standard Specifications Section 606, pertaining to Cast-in-Place Concrete

Barriers shall apply except as follows:

CONSTRUCTION DETAILS

The size and configuration of the transition concrete barrier shall be as detailed in the contract

documents.

METHOD OF MEASUREMENT

The special sections will be measured for payment will be measured by the actual number of

units installed in accordance with the plans, and/or as directed by the Engineer.

BASIS OF PAYMENT

The unit price bid per concrete transition shall include the cost of all labor, equipment, and

material necessary to satisfactorily complete the work, including back-up posts, connections and

hardware.

Payment will be made under:

ITEM NO. DESCRIPTION PAY UNIT

606.90100011 Transition Between Half-Section Single Slope Concrete

Barrier and Vertical Faced Concrete Barrier Special Section

Each

D264560 167

ITEM 607.06400016 - PEDESTRIAN FENCING FOR BRIDGES ITEM 607.06410016 - SNOW FENCING FOR BRIDGES

LNJ:eg Page 1 of 2 9/6/94 USC 3/25/09

DESCRIPTION The work shall consist of furnishing and installing fencing including all hardware and construction systems necessary to complete the work. Fencing shall be installed according to the details and at the locations indicated on the Contract Plans. MATERIALS Materials used for this work shall conform to the following requirements: PART REQUIREMENTS Vinyl Coated Steel Fence Fabric 710-03 Steel Fence Fabric (Aluminum Coated) 710-04 Posts, Rails, Braces, and Fittings 710-10.3 Plastic Coated Posts, Rails, Braces, and Fittings 710-12 Angles and Plates ASTM A36 Steel "T" and Wide Flange Sections ASTM A36 U-Bolts ASTM A307 Nuts and Bolts ASTM A307 and ASTM A325 Pipe Supports ASTM A53 Anchor Bolts ASTM A449 All uncoated steel shall be galvanized unless otherwise indicated on the Contract Plans or in the Proposal. Unless otherwise specified, galvanizing shall be in accordance with the requirements of Subsection 719-01, type as applicable. The type and size of fence fabric, posts, rails, braces, and fittings will be designated on the Contract Plans or in the Proposal. Top and bottom edges of the fence fabric shall be "knuckled" (wire ends bent back upon themselves to eliminate sharp wire ends). Unless otherwise noted on the Plans: 1. Posts shall be a nominal 2½” dia. (2⅞” O.D.). Minimum weight per linear foot shall be 5.75 lbs for Schedule 40 Pipe and 4.63 lbs for Class B Steel Tubing. 2. Top and Bottom rails shall be a nominal 1¼” dia. (1⅝” O.D.). Minimum weight per linear foot shall be 2.27 lbs for Schedule 40 Pipe and 1.3 lbs for Class B Steel Tubing. 3. Pipe supports shall be 1½” nominal dia. Schedule 80 Pipe. CONSTRUCTION DETAILS Fence fabric shall be firmly attached to the posts, rails, and braces. All fencing shall be stretched taut. The posts shall be fastened to the structure in accordance with the details indicated on the Contract Plans. Posts shall be set so that straight sections are truly vertical.

168 D264560

ITEM 607.06400016 - PEDESTRIAN FENCING FOR BRIDGES ITEM 607.06410016 - SNOW FENCING FOR BRIDGES

LNJ:eg Page 2 of 2 9/6/94 USC 3/25/09

All the top rails shall pass through the base of the post caps. Both the top and bottom rails shall provide continuous support for the fencing from end-to end of the fence fabric. Sections of both rails shall be joined with sleeve couplings. At expansion joints in the structure, expansion sleeves shall be used. Top rails shall be securely fastened to terminal posts by means of rail end connectors approved by the Engineer. Horizontal braces shall be provided at all terminal posts, midway between the top and bottom rails, and shall extend from the terminal post to the first adjacent intermediate post. Braces shall be securely fastened to the intermediate posts by brace ends and brace bands. Braces shall be securely fastened to the terminal posts by rail end connectors, approved by the Engineer. Braces shall be made from the same material as the top and bottom rails. All welding shall meet the requirements of the New York State Steel Construction Manual. Field welding shall be allowed only where indicated on the Contract Plans, or where ordered by the Engineer. Remove galvanizing in the area of the weld, prior to welding. All finished surfaces of welds, and surfaces from which the galvanizing has been removed, shall be repaired in accordance with the requirements of Subsection 719-01. All galvanizing repair shall be done at no additional cost. Unless otherwise noted on the plans: 1. The fabric shall be securely fastened to all terminal posts by 1” x ¾” tension bars with 11 gauge pressed steel bands spaced approximately 12” apart. 2. Fabric shall be attached to top and bottom rails with 6 gauge tie wires at 24” centers. 3. The fabric shall be securely fastened to all vertical posts by 6 gauge aluminum ties at 12” centers. 4. Whenever fencing is cut to fit, the exposed ends, shall be coated as dictated by galvanizing repair procedures in subsection 719-01 of the standard specifications. METHOD OF MEASUREMENT Measurement will be taken as the number of linear feet of fencing installed. Measurement will be taken along the bottom of the bottom rail, center-to-center of terminal posts. BASIS OF PAYMENT The unit price bid per linear foot shall include the cost of furnishing all labor, materials, and equipment necessary to complete the work.

D264560 169

ITEM 607.2X000011 - REMOVE AND DISPOSE OF CHAIN LINK FENCE

Page 1 of 1 Rev. June, 2021

DESCRIPTION

The work shall consist of removing and disposing of chain link fence fabric, fence posts,

and fence gates in accordance with the contract documents and as directed by the Engineer.

MATERIALS

None specified.

CONSTRUCTION DETAILS

The Contractor shall remove the existing chain link fence fabric, fence posts, and fence gates as

indicated in the contract documents and remove them from the site of work in an approved

manner. Anchor bolts shall not be removed.

Any damage caused by the Contractor’s operation to the existing fencing and, appurtenances to

remain and/or the surrounding areas shall be repaired/replaced by the Contractor at no cost to the

State.

METHOD OF MEASUREMENT

The work will be paid by the number of square feet of chain link fence fabric removed.

The work will be paid for will be the number of each fence post and/or gate removed.

BASIS OF PAYMENT

The unit price bid per square foot of the chain link fence fabric removed and disposed shall include the

cost of furnishing all labor, equipment and materials necessary to satisfactorily complete the work.

The unit price bid per each existing fence post and/or fence gate removed and disposed shall

include the cost of furnishing all labor, equipment and materials necessary to satisfactorily

complete the work

Payment will be made under the following items:

ITEM PAYMENT DESCRIPTION UNIT

607.20000011 Remove and Dispose of Existing Chain Link Fence Fabric SF

607.21000011 Remove and Dispose of Existing Fence Post EA

607.23000011 Remove Existing Chain Link Fence Gate with Posts (Size per Plan)

EA

170 D264560

Page 1 of 1 9/12/08E 01/8503/06/97 M

ITEM 607.31010010 - STEEL CHAIN LINK FENCE WITH TOP TENSION WIRE, 4 ft HIGH

ITEM 607.31020010 - STEEL CHAIN LINK FENCE WITH TOP TENSION WIRE, 6 ft HIGH

ITEM 607.31030010 - STEEL CHAIN LINK FENCE WITH TOP TENSION WIRE, 8 ft HIGH

ITEM 607.31040010 - STEEL CHAIN LINK FENCE WITH TOP TENSION WIRE, 10ft HIGH

ITEM 607.31050010 - STEEL CHAIN LINK FENCE WITH TOP TENSION WIRE, 12 ft HIGH

All the provisions of Section 607 pertaining to Optional Chain-Link Fence, Type I, with Top Tension Wire shall apply, except for the following:

The fence fabric and frame options shall be as listed below.

Fabric Frame

1. Galvanized Steel Galvanized Steel

2. Aluminum Coated Steel Combined Coating on Steel or Aluminum Coated Steel

End, corner, pull, and line posts shall be either Class A, Schedule 40 Pipe or Class B, Steel Tubing at the Contractor's option. The alternative Roll-Formed and H Section posts shall not be used. The size of the posts shall be as indicated on the Standard Sheets.

Fittings shall conform to the requirements of Subsection 710-10 except that aluminum alloy fittings shall not be used.

Gate Posts shall be steel of the type and size indicated on the Standard Sheets except that the optional Roll-Formed posts shall not be used.

The fence fabric shall be attached to line posts with matching tie wires; either galvanized steel or aluminum coated steel. The tie wires shall be 9 Gage (0.15 inch Coated Wire Diameter) and shall be spaced at a maximum of 14 inches. The tie wires shall be installed in accordance with the special note "Fence Fabric Tie Wires" which is included elsewhere in the proposal. Minor damage to the coating on the tie wires, caused by the cutting and twisting operations, will be acceptable as determined by the Engineer.

The fabric shall be secured to all end, corner, pull, and gate posts with stretcher bars fastened to the posts with stretcher bands spaced at a maximum of 14 inches. When the installation of the fencing is completed, the threads of the bolts in the stretcher bands shall be damaged, as directed by the Engineer, to prevent removal of the bolts.

The top tension wire shall not be continuous at pull posts. Instead, the tension wire shall be cut and each end firmly attached to the pull post in a manner approved by the Engineer.

D264560 171

ITEM 607.41010010 - TEMPORARY PLASTIC BARRIER FENCE

Page 1 of 2 May, 2012

DESCRIPTION This work shall consist of furnishing, installing, and maintaining Temporary Plastic Barrier Fences of the type and at the locations shown in the plans or where directed by the Engineer. MATERIALS Materials for Temporary Plastic Barrier Fences shall meet the following requirements: • Fence: High-density polyethylene mesh, ultraviolet-stabilized min. 2 years; minimum height

4.0 feet. Color: high-visibility orange or green. When used to protect trees or other vegetation, color shall be high-visibility orange.

• Posts: Rigid metal or wood posts, minimum length 6.0 feet. • Ties: Steel wire, #14 gauge or nylon cable ties. • Warning signs: Sheet metal, plastic or other rigid, waterproof material, 1.5 feet by 2.0 feet

with 4 inch black letters on a white background. Text shall be: "Protected Site - Keep Out" unless otherwise specified.

CONSTRUCTION DETAILS Fences shall be erected prior to moving construction equipment onto any area designated for protection. The line of fences as indicated on the plans shall be staked or marked out on the ground by the Contractor and approved by the Engineer before any fence is installed. Where used for protection of individual trees, fence shall be placed at the drip line (extent of canopy). If not possible, placement shall be as close to the drip line as possible and in no case less than 5.0 feet away from the tree trunk. On approval of the stakeout, posts shall be securely driven on 6.0 foot-maximum centers, normal to the ground, to a depth 1/3 of the total post length. Plastic barrier fence shall be placed along the side of all posts. Ends of fencing segments shall overlap a distance of at least one half the fence height. Fencing shall be secured to posts with wire or cable ties at top, middle and bottom of post. Fastener shall be tight enough to prevent the fencing from slipping down. Overlaps shall also be securely fastened. Barrier fence which is not orange in color shall be flagged at 6.0 foot intervals with red or orange florescent tape. Warning signs shall be mounted on the fence at no more than 100 foot intervals. Maintenance shall commence immediately after erection of the fence and continue until one week prior to acceptance of the contract, and shall consist of: replacing damaged post(s) and fencing; re-fastening and tightening fencing; and restoring fence to its intended height. Fencing used for tree or other vegetation protection shall not be temporarily removed to allow equipment access over a protected area, except as required for items of work specifically shown on the plans and approved by the Engineer in writing.

172 D264560

ITEM 607.41010010 - TEMPORARY PLASTIC BARRIER FENCE

Page 2 of 2 May, 2012

METHOD OF MEASUREMENT The quantity to be measured for payment will be the number of feet of Temporary Plastic Barrier Fence erected, measured along the top, to the nearest whole foot. BASIS OF PAYMENT The unit price bid shall include the cost of all labor, materials and equipment necessary to satisfactorily complete the work. Relocation of a fence from one location to another as directed by the Engineer shall be considered as a new location and will be separately paid. Seventy percent (70%) of the price bid will be paid after satisfactory installation of the fence. The remaining Thirty percent (30%) will be paid after complete removal of the fence.

D264560 173

ITEM 607.45XX0011 – ORNAMENTAL STEEL MESH FENCE ITEM 607.46XXYY11 – ORNAMENTAL STEEL MESH GATE ITEM 607.47000011 – PRIVACY SLATS

Page 1 of 5 7/16/2008 Rev.10/15/2009 USC 2/17/11

DESCRIPTION

This work consists of furnishing and installing steel mesh fence and gates and privacy slats as shown in the contract documents or as directed by the Engineer.

MATERIALS

A. MANUFACTURERS:

Omega Architectural Fence Metalco Amego Prism 3-D Fence System Omega II Fence Systems Steel Fence System Payne Fence Products 1735 St-Elzear West Atlantis Products, Inc. 3309 SW Interstate 45 Laval, QC, Canada H7L 3N6 8185 S. Cass Ave Ennis, TX 75119 Tel: 800-836-6342 Darien, IL 60561 Tel: 972-878-7000 Fax: 450-681-5318 Tel: 630-971-9680 Fax: 972-878-4703 www.omegafence.com Fax: 630-971-9860 www.paynefence.com www.fence-system.com

or equal as approved by the Regional Landscape Architect.

All materials shall be delivered to the site along with sufficient documentation indicating compliance with the requirements of the Department of Transportation, Federal Highway Administration Rules and Regulations, Section 165, Domestic Origin, (Buy America). Acceptable documentation may include mill certificates that verify the US origin of all steel products. The Engineer may reject all material, at no cost to the State, if it is not clear that all materials are in compliance with Buy America.

B. FENCE AND GATE:

a. Product: Model “Omega Architectural” Fence and Accessories

b. Steel Mesh Fence Panels: i. The wire mesh fence panels shall be welded by resistance welding per ASTM

A185 using 0.19 inch pre-galvanized steel wire, welded at each crossing to form rectangles of 2 inch by 6 inch. The cold rolled wire shall have a tensile strength of at least 75 ksi and a 2,170 1b breaking strength.

ii. Galvanized Before Welding: Applied on wire, 0.03 lb/ sqft zinc coating conforming to the ASTM A641.

iii. One end of the vertical wires of the panel shall exceed 1 inch from the last or first horizontal wire thereby creating a spiked top or bottom depending of its position when installed. The other end is cut flush. A 4 mil polyester powder coating is applied on the mesh panel after fabrication.

iv. A 4 mil polyester powder coating shall be applied on the mesh.

c. Gate Frames for swing gates shall be made in accordance with ASTM F900 using galvanized square steel tube 2 inch by 2inch vertical and horizontal parts shall be welded at intersections to create a rigid frame.

d. Fence posts shall be square posts, cold rolled from 1008 grade steel and meet ASTM

174 D264560

ITEM 607.45XX0011 – ORNAMENTAL STEEL MESH FENCE ITEM 607.46XXYY11 – ORNAMENTAL STEEL MESH GATE ITEM 607.47000011 – PRIVACY SLATS

Page 2 of 5 7/16/2008 Rev.10/15/2009 USC 2/17/11

513 and ASTM A787-01, G90 zinc coating (galvalume process). Provide post wall thickness and size as specified in the contract plans.

e. Gate Posts shall be shall be produced per ASTM A787, G90 with a zinc coating (galvalume process) of 5.5 lb/sqft on steel square sections in conformity to ASTM B-6. The steel shall meet the requirements of structural quality steel with a 45 ksi tensile strength.

f. Universal Post Bracket attachment kit for standard fence shall include 0.1 inch steel collar and wire retaining plate 0.25 inch by 1 inch, nut, washer and carriage bolt 0.31 inch by 1.25 inch - all galvanized steel. For 90 degree turn, use the same bracket. For different angles, use the "Universal angle brackets"

g. Post Caps shall be aluminum for the 2 inch by 2 inch square post and galvanized steel for other square posts. Polyester coating shall match post where specified.

h. The Special Panel Fitting, enabling a panel to be fastened to any vertical or horizontal surface, such as a steel, concrete beam or a wood post, shall be hot dip galvanized and provided as required.

i. Gate Hardware shall be in conformity with ASTM F900 for hinges, latch, drop rods, shall be hot-dip galvanized steel, and sized to assure proper gate operation. Non moving parts shall be powder coated.

i. Hinge shall be structurally designed to support all gates without deformation during opening and closing.

ii. Latch shall be clamp-on gravity system that is self latching. iii. Gate Keeper for Double Leafed Models shall consist of mechanical device

with gravity-lock system that fasten each gate leaf when in full open position. iv. Double Gates Hardware shall consist of one drop bar to secure in closed

position one of the gate leaves complete, with stop pipe to engage the center drop rod. And one self-locking device with padlock eyes as an integral part of latch.

C. FINISHES:

a. Zinc Coating: i. Galvanized After Welding (GAW): The wire meshes shall be coated with

0.075 lb/sqft zinc in conformity with “ASTM A123/A123M Standard Specification for Zinc (Hot Dip Galvanized) Coating on Iron and Steel Products”.

ii. Galvanized Before Welding (GBW): The wire mesh shall be coated with 0.03 lb/sqft zinc in conformity with “ASTM A641 Standard Specification for Zinc-Coated (Galvanized) Carbon Steel Wire”.

iii. The fence posts, the swing gate frame and posts shall be zinc coated (galvalume process) with 0.055 lb/sqft per “ASTM A787-01 Standard Specification for Electric-Resistance-Welded Metallic-Coated Carbon Steel Mechanical Tubing”.

b. Polyester coating shall be minimum 4 mils applied by an electrostatic method.

D264560 175

ITEM 607.45XX0011 – ORNAMENTAL STEEL MESH FENCE ITEM 607.46XXYY11 – ORNAMENTAL STEEL MESH GATE ITEM 607.47000011 – PRIVACY SLATS

Page 3 of 5 7/16/2008 Rev.10/15/2009 USC 2/17/11

Coating shall cover all surfaces of the wire and post sections. Coating shall be capable of withstanding the following tests:

i. Mechanical adhesion test per ASTMD 3359 - Method B. ii. Shock resistance tests per ASTM D 2794.

iii. Salt spray testing with a minimum of 1,000 hrs without red rust appearance, per ASTM B 117.

iv. Humidity resistance in a weather meter chamber per ASTM D 2247. v. Color: As selected by Architect from manufacturer's available finishes and

colors.

D. HARDWARE AND ACCESSORIES:

a. Anchor bolts embedded or grouted in concrete for securing fence post base plates shall meet the requirements of NYSDOT Standard Specification Section 723-60. Nuts and washers shall meet the requirements of ASTM A325M. Anchor bolts, nuts, and washers shall be galvanized in accordance with NYSDOT Standard Specification Section 719-01, Galvanized Coatings and Repair Methods, Type II.

b. Grout for anchor bolts shall conform to the requirements of NYSDOT Standard Specification Section 701-05 or 701-07.

c. Drilling and grouting shall be performed in accordance with NYSDOT Standard Specification Section 586.

d. Base plates shall be A36M steel minimum and hot-dip galvanized according to NYSDOT Standard Specifications Section 719-01, Type I.

e. Precast inserts shall meet the material requirements given in NYSDOT Standard Specification Section 704-03, Precast Concrete – General, and shall be coordinated with the precast concrete manufacturer.

f. All other connecting pieces and other accessories shall be hot-dip galvanized and conform to NYSDOT Standard Specifications Section 719-01, Galvanized Coatings and Repair Methods, Type I.

E. PRIVACY SLATS:

Privacy slats shall be composed of extruded high density polyethylene (HDPE) containing color pigment and ultra violet inhibitors. Color shall be as specified in the contract plans.

CONSTRUCTION DETAILS

All work, including, but not limited to fabrications, inspection, and transportation of steel mesh fence shall be done in accordance with provisions of the New York State Steel Construction Manual.

176 D264560

ITEM 607.45XX0011 – ORNAMENTAL STEEL MESH FENCE ITEM 607.46XXYY11 – ORNAMENTAL STEEL MESH GATE ITEM 607.47000011 – PRIVACY SLATS

Page 4 of 5 7/16/2008 Rev.10/15/2009 USC 2/17/11

A. SUBMITTALS:

a. Product Data: Material descriptions, construction details, dimensions of individual components and profiles, and finishes for the following:

i. Fence and gate posts, rails, and fittings. ii. Gates and hardware.

b. Shop Drawings: i. Show locations of fence, each gate, posts, rails, and details of gate swing, or

other operation, hardware, and accessories. ii. Indicate materials, dimensions, sizes, weights, and finishes of components.

iii. Include plans, elevations, sections, gate swing and other required installation and operational clearances, and details of post anchorage, attachment and bracing.

iv. Installation procedures and instructions describing details for a typical fence and gates.

c. Selection Samples: For each finish product specified, two complete sets of color chips representing manufacturer's full range of available colors and patterns.

d. Verification Samples: For each finish product specified, two samples, minimum size 6 inches square, representing actual product, color, and patterns.

e. Qualification Data: For firms and persons specified in "Quality Assurance" article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified.

B. QUALITY ASSURANCE

Installer Qualifications: An experienced installer who has completed fences and gates similar in material, design, and extent to those indicated for this Project and whose work has resulted in construction with a record of successful in-service performance.

C. DELIVERY, STORAGE, AND HANDLING.

Store products in manufacturer’s tagged and unopened packaging until ready for installation.

D. INSTALLATION

a. Work shall proceed in accordance with the manufacturer’s instructions and in accordance with the contract plans.

b. Privacy Slats shall be installed at locations shown in the contract plans. Installation of slats shall be coordinated with fence manufacturer.

METHOD OF MEASUREMENT

ORNAMENTAL STEEL MESH FENCE

D264560 177

ITEM 607.45XX0011 – ORNAMENTAL STEEL MESH FENCE ITEM 607.46XXYY11 – ORNAMENTAL STEEL MESH GATE ITEM 607.47000011 – PRIVACY SLATS

Page 5 of 5 7/16/2008 Rev.10/15/2009 USC 2/17/11

This work will be measured as the number of feet of ORNAMENTAL STEEL MESH FENCE satisfactorily furnished and installed, measured along the top of the fence from center to center of the end posts.

ORNAMENTAL STEEL MESH GATE

This work will be measured as the number of ORNAMENTAL STEEL MESH GATE satisfactorily furnished and installed.

PRIVACY SLATS

This work will be measured as the number of Square Feet of PRIVACY SLATS satisfactorily furnished and installed.

BASIS OF PAYMENT

The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work.

Concrete, reinforcement, excavation, and fill for post foundations shall be paid for under separate items.

Payment will be made under: Item No. Item Pay Unit 607.45120011 Ornamental Steel Mesh Fence, 4 ft high Ft 607.45150011 Ornamental Steel Mesh Fence, 5 ft high Ft 607.45240011 Ornamental Steel Mesh Fence, 8 ft high Ft 607.46121211 Single Ornamental Steel Mesh Gate, 4 ft high, 4 ft opening EA 607.46151211 Single Ornamental Steel Mesh Gate, 5ft high, 4ft opening EA 607.46153111 Double Ornamental Steel Mesh Gate, 5 ft high, 10 ft opening EA 607.46242411 Single Ornamental Steel Mesh Gate, 8 ft high, 8 ft opening EA 607.46244911 Double Ornamental Steel Mesh Gate, 8 ft high, 16 ft opening EA 607.46245511 Double Ornamental Steel Mesh Gate, 8 foot high, 18 ft opening EA 607.47000011 Privacy Slats Sq Ft

178 D264560

ITEM 607.62000010 - REMOVING CHAIN LINK FENCE

Page 1 of 1

Rev. Nov. 2016

DESCRIPTION

The Contractor shall remove existing chain link fence in accordance with the plans and

specifications.

MATERIALS

Section 203 – Suitable Material.

CONSTRUCTION DETAILS

The contractor shall remove and dispose of the existing chain link fence where indicated on the

plans or where directed by the Engineer. This shall include the removal of the existing concrete

footings along with fence post and backfilling with suitable material. All excavation and backfill

shall conform to Section 203 - “Excavation and Embankment.”

The existing fence shall be removed to the point indicated on the plans or where directed by the

Engineer and the remaining end section of the fence modified to adequately secure the fencing.

This section shall be modified to include brace wires and rods, stretcher bars, bands, etc. to

secure the fencing in a manner similar to the existing end section to the satisfaction of the

Engineer. Parts salvaged from the removed portion acceptable to the Engineer may be reused in

the end sections. Additional hardware as required shall be furnished by the Contractor.

METHOD OF MEASUREMENT

This work will be measured by the actual number of feet of fence removed in accordance with

the plans or as directed by the Engineer. An additional 10 ft allowance will be paid for each end

section modified to secure the remaining fence.

BASIS OF PAYMENT

The unit price bid per foot for the above work shall include the cost of all labor, equipment and

materials necessary to complete the work, including the cost of any fill required to fill the post

holes.

D264560 179

ITEM 607.98010111 – TEMPORARY CHAIN LINK FENCE

Page 1 of 2 Rev. May, 2020

DESCRIPTION

This work shall consist of furnishing, erecting, moving and removing chain link fencing and

metal gates of the size and type as shown on the contract document and as directed by the

Engineer.

The types of the fences to be used may be one of the following:

• Galvanized Steel Chain-Link Fencing on Steel Frame • Vinyl Coated Steel Chain-Link Fencing on Steel Frame

• Vinyl Coated Steel Chain-Link Fencing on Plastic Coated Frame Fence Gates

Temporary chain link fences shall be installed on top of temporary concrete barriers and in

sidewalk and roadway areas. Refer to the contract documents for location and installation

method.

MATERIALS

Materials shall conform to the requirements specified in the following subsections

of Section 700-Materials:

Fences 607-2

Fences:

Fences shall be as specified in §710-02, §710-03, §710-10, and §710-12.

Fence Gates:

Gate frames shall be composed of tubing braced with rods, bars or angles and filled with wire

mesh, meeting the specification requirements for the type of fencing with which the gate is to

be used, all as detailed on the contract documents or Standard Sheets.

Portland Cement Concrete for Basis:

Portland cement concrete used for basis shall be Class A or C, conforming to the

requirements of §501-2, except that requirements for automated batching shall not apply.

CONSTRUCTION DETAILS

The following sections of the standard specifications shall apply:

Fences 607-3

General

Concrete Barrier: The Contractor shall install fence posts on the concrete barrier in 1 ½ inch

diameter, 12 inch deep drilled or formed holes near each end of each section of barrier. In

addition, if the concrete barrier is furnished in lengths exceeding 10 feet, it will be necessary for

the Contractor to provide an additional hole at the center of the section to permit the installation

of an intermediate post.

180 D264560

ITEM 607.98010111 – TEMPORARY CHAIN LINK FENCE

Page 2 of 2 Rev. May, 2020

On Grade: Line posts and corner and end posts on grade shall be installed in accordance

with Standard Sheet 607-04 and 607-05 and gate posts shall be installed in accordance with

Standard Sheet 607-06.

METHOD OF MEASUREMENT

This work will be measured as the number of linear feet - as measured along the top of

fencing, including gates, center to center of end posts - of the chain-link fencing installed.

BASIS OF PAYMENT

The unit price bid per linear feet of temporary chain-link fencing furnished and installed shall

include the cost of all labor, materials, tools and equipment necessary to satisfactorily complete

the work.

Upon completion of construction, all materials installed under this item shall become

the property of the Contractor and shall be removed by the Contractor from the site of

work.

Progress Payment: Progress payments will be made at the unit price bid for for ninety (90)

percent of the quantity of chain-link fencing and gates installed. The remaining ten (10)

percent will be paid upon removal.

D264560 181

ITEM 608.0105NN09 –CURB RAMP

EI 20-020 Page 1 of 2 Rev. August 2020

DESCRIPTION

The work shall consist of constructing curb ramps, turning spaces, and associated curbing in

accordance with the applicable Standard Sheets and Specifications, and in accordance with the

Contract Documents.

The fifth and sixth number to the right of the decimal place (NN), in the item number, is a serialized

number to match the different types of curb ramp configurations depicted in the US Customary

Standard Sheets 608-01.

The work shall include demolition, saw cutting, disposal, fill, compaction, construction of the new

curb ramps, turning spaces and associated curbing. Also included are detectable warning units

(supplied and installed where required), repairs to affected asphalt and concrete (as necessary),

topsoil, establishing turf (on disturbed areas), and finish work. All material and labor required to

perform these tasks is included. Any required adjustments to utilities shall be performed under the

specifications for that work.

MATERIAL

Materials required for this work shall comply with, but are not limited to, the following Sections:

402-2, 502-2, 503-2, 608-2, 609-2, and 610-2.

CONSTRUCTION DETAILS

The work shall be in conformance with the US Customary Standard Sheets 608-01 and 608-03.

The work performed shall comply with, but is not limited to, the following Sections of the Standard

Specifications: 401-3, 402-3, 502-3, 503-3, 608-3, 609-3, and 610-3.

Any existing utility facilities not indicated to be removed that are damaged by the Contractor’s

operations performing this work, shall be repaired by the Contractor, to the satisfaction of the

Engineer, at no additional cost.

Survey Requirements

The contractor shall be responsible for field verifying all elevations, slopes, and dimensions to

ensure that the final layout of sidewalks and curb ramps meet ADA requirements prior to pouring

concrete or placing asphalt or pavers. A Contract Control Plan is not necessary for work limited to

sidewalks and curb ramps.

METHOD OF MEASUREMENT

Payment will be made at the unit price bid for each type of curb ramp (as shown in the US

Customary Standard Sheets 608-01), satisfactorily installed, in accordance with the Contract

Documents.

BASIS OF PAYMENT

The unit price bid shall include the cost of furnishing all labor, material, and equipment necessary

to satisfactorily complete the work, to the satisfaction of the Engineer. Excavation and disposal

under curb ramps and subbase course under curb ramps will be paid for separately. Sidewalk

182 D264560

ITEM 608.0105NN09 –CURB RAMP

EI 20-020 Page 2 of 2 Rev. August 2020

beyond the upper grade break or turning space, as shown in the US Customary Standard Sheets

608-01, will be paid for separately. Any required Survey shall be paid for separately under the

lump sum price bid for survey operations. Any incidental asphalt and concrete materials shall be

included in work and not paid separately.

Payment will be made under:

Item Number Description Pay unit

608.01050009 Curb Ramp as shown in project details Each

608.01050109 Curb Ramp Configuration Type 1 Each

608.01050209 Curb Ramp Configuration Type 2 Each

608.01050309 Curb Ramp Configuration Type 3 Each

608.01050409 Curb Ramp Configuration Type 4 Each

608.01050509 Curb Ramp Configuration Type 5 Each

608.01050609 Curb Ramp Configuration Type 6 Each

608.01050709 Curb Ramp Configuration Type 7 Each

608.01050809 Curb Ramp Configuration Type 8 Each

608.01050909 Curb Ramp Configuration Type 9 Each

608.01051009 Curb Ramp Configuration Type 10 Each

608.01051109 Curb Ramp Configuration Type 11 Each

608.01051209 Curb Ramp Configuration Type 12 Each

608.01051309 Curb Ramp Configuration Type 13 Each

608.01051409 Curb Ramp Configuration Type 14 Each

D264560 183

ITEM 608.02010015 - Unclassified Excavation and Disposal for Sidewalks, Curb Ramps and Curbs

ITEM 608.02020015 - Optional Type Subbase Course for Sidewalks, Curb Ramps and Curbs

EI 20-020 Page 1 of 1 Rev. August 2020

All the provisions of Unclassified Excavation and Disposal under Section 203 shall apply.

All the provisions of Subbase Course, Optional Type under Section 304 shall apply.

Payment shall be made under:

ITEM NO. ITEM DESCRIPTION PAY UNIT

608.02010015 Unclassified Excavation and Disposal for Sidewalks,

Curb Ramps and Curbs Cubic Yards

608.02020015 Optional Type Subbase Course for Sidewalks,

Curb Ramps and Curbs Cubic Yards

184 D264560

ITEM 609.06010008 - REMOVAL OF CURB

03/19/03 USC 03/26/09

1 of 1

DESCRIPTION: This work shall consist of removing and disposing of existing curb(s) at locations detailed in the contract documents and as directed by the Engineer. MATERIALS: None specified. CONSTRUCTION DETAILS: The existing curb(s) shall be removed and disposed of by the contractor at locations detailed in the contract documents and as directed by the Engineer. Care shall be taken not to damage any material(s) that are to remain in place. Damage to any curb, pavement, or other material(s) that are to remain in place during the curb removal and disposal process, caused by the contractor’s operations, shall be repaired and/or replaced at no expense to the State, and to the satisfaction of the Engineer. Material removed under this item shall be disposed of in conformance with §203-3.08 of the Standard Specifications. METHOD OF MEASUREMENT: This work will be measured as the number of linear feet of curb removed and disposed of as computed from payment lines shown in the contract documents and as directed by the Engineer. BASIS OF PAYMENT: The unit price bid shall include the cost of all labor, materials, and equipment necessary to complete the work. This item shall include any required excavation and sawcutting as determined by the Engineer.

D264560 185

ITEM 609.26020111 – CONCRETE CURB, STEEL FACED (NYCDOT), TYPE D

Page 1 of 2 Rev. April, 2020

DESCRIPTION

The work shall consist of the construction of a concrete curb with steel facing as at the locations

shown in and in accordance with the contract documents or as ordered by the Engineer.

MATERIALS

The following sections of the standard specifications shall apply:

Portland Cement Concrete 501-2

Structural Steel Painting: Shop Applied 572-2

Curb and Curb and Gutter 609-2

Premolded Resilient Joint Filler 705-07

The following ASTM specifications shall apply:

Standard Specification for Low and Intermediate Tensile Strength A283

Carbon Steel Plates

Concrete: The material requirements of §609-2 shall apply. The material requirements, mix

preparations and manufacturing of concrete shall comply with Class A concrete in §501.

Structural Steel: Structural steel shall conform to the requirements of ASTM Designation

A283, Grade A, and shall meet the requirement of the “New York Steel Construction

Manual”.

1. Paint: Epoxy Primer, Epoxy Intermediate Coat and Polyurethane Topcoat shall meet the

requirements of §572-2 and be shop applied. The Polyurethane Topcoat shall be light gray in

color such that a prepared chip shall be a reasonable visual match to Munsell Book Notation 10B

6/1. Viewing shall be done North Standard Daylight.

Premolded Resilient Joint Filler: Expansion joints for curb section shall be 9/32 inch wide

and filled with Premoulded Resilient Joint Filler (§705-07). An expansion joint of 3/4 inch

thick shall be provided in the curb on each side of drainage structures.

CONSTRUCTION DETAILS:

The following sections of the standard specifications shall apply:

Structural Steel 564-3

Structural Steel Painting: Shop Applied 572-3.02

Structural Steel Painting: Overcoating and Localized 574-3.04

Curb and Curb and Gutter 609-3.04

Fabrication and construction details shall be in compliance with the detail and notes in the

contract documents.

186 D264560

ITEM 609.26020111 – CONCRETE CURB, STEEL FACED (NYCDOT), TYPE D

Page 2 of 2 Rev. April, 2020

Concrete Curb: For construction of concrete curb, all the provisions of §609-3.04 shall apply

except as modified by this specification.

Steel Facing Special steel facing for drop curbs, splays, etc., shall be constructed as detailed

in the contract plans. Fabrication of the steel facing shall conform to the requirements of

§564-3.

All surfaces of completed steel facing including anchors, fastening, etc., shall be thoroughly

cleaned of all rust, oil, grease or foreign matter in accordance with §572-3.02. All surfaces of

steel facing to be exposed after installation shall be painted in accordance with and meet the

requirements of §574-3.04.

Curved steel facing shall be bent to radii designated on the plans, with tangent 36 inch lengths

provided in the end sections that will incorporate the point of curvature and point of tangency of

the curb radius.

METHOD OF MEASUREMENT

The work will be measured as the number of linear feet of steel faced concrete curb installed.

BASIS OF PAYMENT

The unit price bid per linear foot of steel faced concrete curb shall include the cost of furnishing

all labor, materials and equipment necessary to satisfactorily complete the work.

Cleaning and painting of steel facing shall be included in the unit price bid.

D264560 187

ITEM 609.26520011 - STEEL FACING FOR CURB ON STRUCTURE (NYC), TYPE D

Jan, 2001

USC 1/19/11 Page 1 of 2

DESCRIPTION Under this item, the contractor shall supply and install steel facing for curb on structure at the locations indicated on the plans. MATERIALS A. Structural Steel shall conform to the requirements of ASTM Designation A283M, Grade A, and shall meet the requirements of the New York State Steel Construction Manual. B. Epoxy primer, Epoxy Intermediate Coat and Polyurethane Topcoat shall meet the requirements of Item 572.01 Structural Steel Paint systems: Shop Applied, except shop inspection for painting is not required. The Polyurethane topcoat shall be light gray in color such that a prepared chip shall be a reasonable visual match to Munsell Book Notation 10B 6/1. Viewing shall be done under North Standard Daylight. C. Concrete grouting material shall meet the requirements of subsection 701-05. CONSTRUCTION DETAILS Fabrication details shall comply with the details and note on the New York city Department of Highways Standard Drawing H-1043 ASteel Faced Curb For Structures@ and with the following: A. Fabrication of the steel facing shall conform to the requirements of the New York State Steel Construction Manual. All surfaces of completed steel facing, including anchors, fastenings, etc., shall be thoroughly cleaned of all rust, oil, grease, scale, or foreign matter in accordance with the requirements of SSPC-SP6 prior to painting. B. All surfaces of steel facing, which remain exposed after installation shall be painted with three coats of paint as described in Paragraph B, Materials, above. Finish coat color shall be light gray, conforming to Munsell Book Notation 10B 6/1. Viewing shall be done under North Standard Daylight. C. Concrete Grouting Material, if required shall be placed adjacent to the steel facing in locations shown on the Plans.

188 D264560

ITEM 609.26520011 - STEEL FACING FOR CURB ON STRUCTURE (NYC), TYPE D

Jan, 2001

USC 1/19/11 Page 2 of 2

METHOD OF MEASUREMENT The quantity to be paid will be the number of feet of steel facing actually installed. BASIS OF PAYMENT The unit price bid per foot shall include the cost of all the materials and labor necessary to install the steel facing and concrete grouting material. The cost of furnishing and placing concrete and forming of the recess, if required, are included in the appropriate concrete items.

D264560 189

ITEM 611.19010024 - POST-PLANTING CARE WITH REPLACEMENT - MAJOR DECIDUOUS TREES ITEM 611.19020024 - POST-PLANTING CARE WITH REPLACEMENT - MINOR DECIDUOUS TREES ITEM 611.19030024 - POST-PLANTING CARE WITH REPLACEMENT - CONIFEROUS TREES ITEM 611.19040024 - POST-PLANTING CARE WITH REPLACEMENT - DECIDUOUS SHRUBS ITEM 611.19050024 - POST-PLANTING CARE WITH REPLACEMENT - EVERGREEN SHRUBS ITEM 611.19060024 - POST-PLANTING CARE WITH REPLACEMENT– VINES, GROUNDCOVERS ITEM 611.19070024 - POST-PLANTING CARE WITH REPLACEMENT - HERBACEOUS PLANTS

EI 12-001 – Statewide Special Spec. Page 1 of 2 USC L 09/06/2012

DESCRIPTION This work consists of the care of newly planted and transplanted trees, shrubs, vines, groundcovers and other plants and replacement of plants in kind and as necessary, in accordance with the contract documents and as directed by the Engineer. MATERIALS Materials shall meet the requirements of the following subsections of Section 700 Materials and Manufacturing.

Water 712-01 Topsoil 713-01 Mulch for Landscape Bedding 713-05 Trees, Shrubs and Vines 713-06 Materials for the Protection of Plants 713-08

Pesticides 713-13 CONSTRUCTION Post-Planting Care. The Contractor shall perform all work as specified under Standard Specification section 611-3.05 Post-Planting Care. Replacement Planting. Plants that die, become diseased or badly impaired during Post-Planting Care shall be removed and replaced in kind once with new, healthy plant material, in the same location as the initial planting. Replacement planting shall occur within the planting seasons shown in Standard Specification Table 611-1. For any plants replaced during the Post-Planting Care period, Post-Planting Care shall continue to the end of the period. Replacement plants shall be planted, maintained and accepted per Standard Specification Section 611-3.01. Planting soil used in the initial planting shall be reused for replacement plants and shall be supplemented with topsoil at no additional cost if additional material is needed to meet grade and surface finish. Watering shall accompany backfilling, at no additional cost. No replacement tree shall be staked, guyed or anchored.

190 D264560

ITEM 611.19010024 - POST-PLANTING CARE WITH REPLACEMENT - MAJOR DECIDUOUS TREES ITEM 611.19020024 - POST-PLANTING CARE WITH REPLACEMENT - MINOR DECIDUOUS TREES ITEM 611.19030024 - POST-PLANTING CARE WITH REPLACEMENT - CONIFEROUS TREES ITEM 611.19040024 - POST-PLANTING CARE WITH REPLACEMENT - DECIDUOUS SHRUBS ITEM 611.19050024 - POST-PLANTING CARE WITH REPLACEMENT - EVERGREEN SHRUBS ITEM 611.19060024 - POST-PLANTING CARE WITH REPLACEMENT– VINES, GROUNDCOVERS ITEM 611.19070024 - POST-PLANTING CARE WITH REPLACEMENT - HERBACEOUS PLANTS

EI 12-001 – Statewide Special Spec. Page 2 of 2 USC L 09/06/2012

METHOD OF MEASUREMENT. The quantity to be measured for payment will be the number of plants of each type cared for and, if necessary, replaced in kind. BASIS OF PAYMENT. The unit price bid shall include the cost of all labor, materials, and equipment necessary to satisfactorily complete the work. Payment will be made under: Item No. Item Pay Unit 611.19010024 Post Planting Care with Replacement - Major Deciduous Trees Each 611.19020024 Post Planting Care with Replacement - Minor Deciduous Trees Each 611.19030024 Post Planting Care with Replacement - Coniferous Trees Each 611.19040024 Post Planting Care with Replacement - Deciduous Shrubs Each 611.19050024 Post Planting Care with Replacement - Evergreen Shrubs Each 611.19060024 Post Planting Care with Replacement– Vines, Groundcovers Each 611.19070024 Post Planting Care with Replacement - Herbaceous Plants Each

D264560 191

ITEM 615.33XX0011 - TEMPORARY WOODEN TREE GUARD - NYCDPR

Page 1 of 3 July 2, 2012

Revised February 2016

DESCRIPTION

This work shall consist of furnishing, installing, maintaining and removing temporary wooden

tree guards around existing trees in accordance with the contract documents and as directed by

the Engineer.

Definition: Temporary wooden tree guard with (or without) tree wrap is intended to protect

individual trees. Temporary wooden tree guard for groves shall enclose a group (or grove) of several trees.

MATERIALS

The following sections of the standard specifications shall apply:

Timber and Lumber 594-2

Bar Reinforcement, Grade 60 709-01

Epoxy-Coated Bar Reinforcement 709-04

Tree Guard: Lumber shall be Yellow Pine, Douglas Fir or Spruce. In addition to the

requirements found in §712-13, lumber shall be free of cracks, deformities and bark. No paint will be required.

Hardware: Galvanized or stainless steel screws.

Tree Wrap: “Snow fencing” composed of High Density Polyethylene (HDPE) mesh.

Line Post/Stake: Line post/Stake shall be No. 4 rebar. Rebars shall be uncoated conforming to §709-01 or can be epoxy coated conforming to §709-04.

CONSTRUCTION DETAILS

General: Temporary wooden tree guards shall be furnished and installed before commencing work on the site.

When directed, branches of existing trees shall be tied up to prevent tree injury during construction.

If temporary wooden tree guards or wrap are damaged before the authorized removal, they shall

be immediately repaired, or replaced by a new temporary wooden tree guard or wrap at no additional expense.

Tree Wrap: When indicated for use in the contract documents,

The tree wrap shall be carefully wrapped around the trunk of the tree above the root flare and

secured with steel or aluminum tie wire. Tree wrap shall be installed prior to the installation of the tree guards.

192 D264560

ITEM 615.33XX0011 - TEMPORARY WOODEN TREE GUARD - NYCDPR

Page 2 of 3 July 2, 2012

Revised February 2016

Temporary Wooden Tree Guards: Temporary wooden tree guards shall be installed at the locations shown in the contract drawings.

Posts for temporary wooden tree guards for individual trees shall be installed at the corners of the

square enclosure as shown in the contract documents.

Posts for temporary wooden tree guards for groves shall be installed every eight feet on center

(approximately), unless otherwise noted in the contract documents. Temporary wooden tree

guards shall be installed with line post/stakes securely attached with galvanized or stainless steel screws to the wooden posts and driven 18” into the ground, without damage to existing trees.

Temporary wooden tree guards and wrap shall remain in place and not be moved or removed

until,

written permission is granted, AND

all work which might cause damage or defacement has been completed.

Upon completion of the work, the Contractor shall remove and dispose of all temporary wooden

tree guards and tree wrap.

METHOD OF MEASUREMENT Temporary Wooden Tree Guard With and/or Without Tree Wrap: The work will be

measured as the number of each wooden tree guard with and/or without wrap furnished, installed, maintained and removed.

Temporary Wooden Tree Guard For Groves: The work will be measured as the number of

linear feet to the nearest whole linear foot of temporary wooden tree guard for groves furnished,

installed, maintained and removed. Linear feet will be measured along the top edge of the temporary wooden tree guard.

BASIS OF PAYMENT

Temporary Wooden Tree Guard With and/or Without Tree Wrap The unit bid price for

each temporary wooden tree guard with and/or without wrap shall include the cost of all labor,

materials and equipment necessary to satisfactorily complete the work. Tying of tree branches, as directed, is included in the cost of work.

Temporary Wooden Tree Guard For Groves: The unit bid price for each temporary wooden

tree guard for groves shall include the cost of all labor, materials and equipment necessary to

satisfactorily complete the work. Tying of tree branches, as directed, is included in the cost of

work.

D264560 193

ITEM 615.33XX0011 - TEMPORARY WOODEN TREE GUARD - NYCDPR

Page 3 of 3 July 2, 2012

Revised February 2016

Progress Payments: Progress payments shall be made at the unit price bid for 75 percent of the

quantity of temporary wooden tree guard with and/or without tree wrap and temporary wooden tree guard for groves installed. The remaining 25 percent will be paid upon final removal.

The work will be paid under the following payment items:

Item Number Description Units

615.33010011 Temporary Wooden Tree Guard without Tree Wrap – NYCDPR EA

615.33020011 Temporary Wooden Tree Guard with Tree Wrap – NYCDPR EA

615.33030011 Temporary Wooden Tree Guard for Groves LF

194 D264560

ITEM 615. 43000011 – GROUND SURFACE PROTECTION MATS

1 of 2 3/16/07 USC 7/9/10

DESCRIPTION: The work shall consist of furnishing, placing, maintaining, and removing Ground Surface Protection Mats for construction equipment access at work sites with soft soil conditions or for the protection of tree root systems at the locations shown in the plans or where directed by the Engineer.

MATERIALS: Ground Surface Protection Mats shall meet the following requirements: • Manufactured from high-density polyethylene (HDPE).

• Each mat shall be approximately 7.87 foot by 13.78 foot (nominal),

• Each mat is to be equipped with a lip on two sides that creates an overlapping joint with an adjoining mat to allow for effective load distribution between adjacent mats.

• The interlocking mechanism shall consist of multiple connection points uniformly spaced along the full length of the overlapping lips of adjacent mats, fixed with locking pins.

• Manufacturer test data shall be submitted to demonstrate that each mat has a minimum compressive load bearing capacity of 570 pounds/ inch2 when tested with a clear span of 7.87 foot minimum.

Mulching Material shall conform to Subsection 713-05 Wood Chips and the following:

• Mulch may be either wood chips or shredded bark. • Wood chips shall be Type A composted (aged).

• Shredded bark shall be from hardwood trees which has been milled and screened to a

maximum 3 inch particle size. Shredded bark shall be free from leaves, twigs, wood shavings, sawdust, toxic substances, and any foreign materials.

• Geotextile Fabric shall conform to Subsection 207-2 Materials, Geotextile Stabilization,

Strength Class 1. CONSTRUCTION DETAILS: The Contractor shall prepare a layout plan indicating the type and setup of construction equipment at each work site designated for protection to the Regional Landscape Architect for approval. The placement of the Ground Surface Protection Mats shall be supervised by ISA Certified Arborist.

All debris and foreign objects shall be removed from the area to be protected by the mats. When turf exists, the area to be protected shall be mowed to a height of 8 inch to 10 inch. After mowing, the Contractor shall place a geotextile fabric upon the ground surface of the protection area. 100 to 150 mm of mulching material shall be evenly spread upon the geotextile fabric surface. Ground Surface Protection Mats shall be placed upon the mulching material as directed by the ISA Certified Arborist.

D264560 195

ITEM 615. 43000011 – GROUND SURFACE PROTECTION MATS

2 of 2 3/16/07 USC 7/9/10

Upon completion of construction operations at the site, the Contractor shall remove the Ground Surface Protection Mats, mulching material, and geotextile fabric. The ground surface shall be raked by hand.

The Contractor shall perform additional surface restoration, including re-seeding grassed areas, shall be performed under the applicable landscape items as indicated on the plans and as directed by the Engineer. METHOD OF MEASUREMENT: Ground Surface Protection Mats shall be measured in place by the number of square feet to the nearest square foot of protection mat surface installed and satisfactorily removed from the site. BASIS OF PAYMENT: The unit price bid per square foot shall include the cost of furnishing all labor, materials and equipment, including Ground Surface Protection Mats, mulching material, geotextile fabric, and all disposal costs necessary and required to complete the work in accordance with the plans and specifications and as directed by the Engineer. Permanent Landscaping will be paid for under their respective items.

196 D264560

ITEM 619.10040020 - PORTABLE WORK ZONE CAMERA

Page 1 of 6 Jan. 2021

DESCRIPTION

Under this work, the contractor shall furnish, install, maintain, operate, relocate, and remove

Portable Work Zone Camera(s) in accordance with the contract documents and as directed by the

Engineer.

MATERIALS

Cameras will be required to be compact and to provide fully integrated solid-state day/night

recording capability that will be used to capture full view, high resolution images of vehicles

traveling through the work zone in a single lane and/or multiple lane application in all types of

weather scenarios including bright sunlight, low light, and adverse conditions or inclement weather

situations experienced in the northeast United States.

At a minimum, cameras shall have the following characteristics:

o The ability to record 24 hours a day, 7 days a week during construction

o Loop recording with a minimum of 2 hours of 1440p video storage before re-writing the

loop. Storage shall be in the form of a removable SD card and backup storage cards shall

provide the same requirements (backup storage SD cards shall be paid separately under Item

637.34 Office Technology and Supplies

o 2560 x 1440 Resolution

o 30 frames per second (fps)

o H.264 and Motion JPEG video encoding

o Video Stabilization

CONSTRUCTION DETAILS

Cameras shall be secured to either the front or back of a construction vehicle or on a tripod and

have full view of oncoming or departing traffic, as per contractor judgement with approval from

the Engineer. Cameras shall capture a direct front or rear view of oncoming or departing vehicles.

Upon the occurrence of a work zone intrusion, hostile encounter, or other event as determined by

the Engineer, the Contractor will remove the storage card in the presence of law enforcement or

as directed by the Engineer, and hand deliver the storage card to the Engineer or the Engineer’s

representative. The Contractor will immediately replace the removable storage card and turn on

the camera again.

Work Zone Camera advance warning signs shall be installed within the Work Zone in accordance

with the contract documents and paid separately under Item 619.01 – Basic Work Zone Traffic

Control.

Camera installation shall include procurement, mounting, memory, and testing, including

replacement of any systems and components that fail prior to the end of the performance period.

During the warranty period, the Contractor will be required to perform all remedial or replacement

work necessary to maintain satisfactory performance of the camera.

D264560 197

ITEM 619.10040020 - PORTABLE WORK ZONE CAMERA

Page 2 of 6 Jan. 2021

METHOD OF MEASUREMENT

Pay unit will be Device-Day. The quantity measured for payment will be the number of devices

(cameras) used each calendar day which are satisfactorily furnished, installed, maintained, and

operated at each work zone location. If cameras are operated at more than one work zone location

on the same day, the total number of camera-days measured for payment will be the total number

of cameras setup on that day.

For the purpose of this specification, one Device-Day is defined as one camera, set up and in use

in a calendar day exceeding one hour. Two Device-Days is one camera over two days or two

cameras used simultaneously on one day. A camera relocated within the same work zone on the

same day or same shift will count as one camera.

BASIS OF PAYMENT

The unit price bid shall include the cost of all labor, materials and equipment necessary to

satisfactorily complete the work. The cost of advance warning signs shall be included in the unit

bid price for Item 619.01 – Basic Work Zone Traffic Control. The cost of additional SD storage

cards will be paid for under Item 637.34 – Office Technology and Supplies.

198 D264560

ITEM 619.10040020 - PORTABLE WORK ZONE CAMERA

Page 3 of 6 Jan. 2021

D264560 199

ITEM 619.10040020 - PORTABLE WORK ZONE CAMERA

Page 4 of 6 Jan. 2021

200 D264560

ITEM 619.10040020 - PORTABLE WORK ZONE CAMERA

Page 5 of 6 Jan. 2021

D264560 201

ITEM 619.10040020 - PORTABLE WORK ZONE CAMERA

Page 6 of 6 Jan. 2021

202 D264560

ITEM 619.1701XX64 - TEMPORARY CONCRETE BARRIER (UNPINNED), DEMAND RESPONSE CONTRACT WORK

Page 1 of 1 5/01/2018

DESCRIPTION: Under this work the Contractor shall furnish, install, move, maintain, and remove temporary concrete barrier as shown in the contract documents or as directed by the Engineer. MATERIALS: All the provisions of §619-2.12 shall apply. CONSTRUCTION DETAILS: All the provisions of §619-3.12 shall apply. METHOD OF MEASUREMENT: All the provisions of §619-4.12 shall apply. BASIS OF PAYMENT: All the provisions of §619-5.12 shall apply. Payment shall be made under: PAY ITEM NO ITEM DESCRIPTION UNIT 619.17010164 Temporary Concrete Barrier (Unpinned), Demand Response Feet Contract Work, Quantity Range 1 (0 to 99) 619.17010264 Temporary Concrete Barrier (Unpinned), Demand Response Feet Contract Work, Quantity Range 2 (100 to 299) 619.17010364 Temporary Concrete Barrier (Unpinned) Demand Response Feet Contract Work, Quantity Range 3 (300 to 500)

D264560 203

ITEM 619.22970011 - TRAFFIC ENFORCEMENT AGENTS

Page 1 of 2 01/08 USC 02/04/2009

DESCRIPTION Under the item, professionally trained Traffic Enforcement Agents (TEAs) from the Police Department shall be provided in order to properly maintain the flow of traffic in the vicinity of the construction site, as specified in the contract documents and as determined and ordered by the Engineer. A boiler plate of formal agreement, as developed during the design phase of the project in consultation with the NYPD shall be executed by the Contractor as a final agreement with the Traffic Control Division/Office of Construction Mitigation and Coordination-Streets (OCMC) following the award of the contract, as provided in the special provisions. MATERIALS The contractor shall arrange for TEAs to be provided by the NYPD with a uniform readily identifiable to the traveling public. Each TEA will be equipped with all items, to be provided by NYPD, necessary to carry out their assigned duties. CONSTRUCTION DETAILS The TEAs will be deployed to provide adequate traffic control throughout the construction site . The location, hours and days to be worked by the TEAs shall be according to contract plans or as evaluated and determined by the Engineer in Charge before the start of the contract. METHOD OF MEASUREMENT The dollars-cents sum shown in the bid proposal for this item shall be considered the price bid including equipment & uniform cost although actual payment will be based on the work performed. The dollars-cents sum is not to be altered in any manner. It is agreed that all work shall be based on the actual number of hours that each TEA performs at a post in addition to travel time. Travel time will not exceed two hours per day. For every four TEAs on duty there shall be one relief TEA. Relief TEAs are required to provide coverage for regularly posted TEAs during their staggered lunch or dinner period and breaks. They shall be paid for actual relief hours at the same rate as the agents they are relieving that day. Total estimated costs shall include the actual cost of fringe/leave benefits for each TEA and Supervisor. The hours of supervisory personnel will be based on a percentage basis of man-hours worked by TEAs including travel time. Supervision will consist of level I, level II, and level III supervisors. Payment will be made based on work as follows: level I at 12.5%, level II at 2.5%, and level III at 1.33% of all hours worked by TEAs. Supervisory personnel hours are not subject to audit. The hourly rate paid shall be the actual yearly salary, divided by the normal hours paid, including leave and holiday hours for TEAs. Those TEAs working overtime, including

204 D264560

ITEM 619.22970011 - TRAFFIC ENFORCEMENT AGENTS

Page 2 of 2 01/08 USC 02/04/2009

weekends and holidays will be paid one and a half times their regularly hourly rate. Those TEAs starting work prior to 8:00AM and/or working beyond 6:00PM shall be entitled to a 10% night shift differential. An additional 5% of the total hours (TEA man hours worked including travel time and supervision hours) will be allowed for bookkeeping services in processing TEA time sheets. BASIS OF PAYMENT The contract price for this item shall be a dollars-cents price for the work performed under this item and shall be equal to the sum total of all vouchers submitted to the Contractor by the New York City Police Department (NYPD), as approved by the Engineer, for payment by the Contractor for the cost incurred in providing Traffic Enforcement Agents. Each TEA will be required on a daily basis to sign a time sheet showing date, time and the hours worked at each assigned location. These time sheets along with the report which shall contain the name of the agent, badge number and in-out will be submitted to the Engineer, on a daily basis, for verification. Payment under this item, will not be made until the Contractor has furnished satisfactory evidence (check etc.) to the Engineer that he has reimbursed the Police Department for said costs in providing Traffic Enforcement Agents. The total estimated cost of this item is the “dollars-cents” amount shown for this item in the Bid Schedule. No guarantee is given that the actual dollars-cents cost for this item will in fact be the “dollars-cents” amount. The “dollars-cents” amount is included in the total bid solely to insure that sufficient monies will be available to pay the Contractor for these services. The Contractor shall maintain separate books of accounts and shall not charge any portion of the cost of Traffic Enforcement services to another part of the work. The voucher for the payment shall be submitted to the Engineer for approval on a monthly basis and shall include the signed copies of the daily summary time sheet. Payment for this item shall be on a monthly basis upon submission of voucher to be verified by the Engineer. Payment to NYPD shall be prompt & should be treated separately from the payment made to subcontractors. The “dollars-cents” is for bidding purposes only and shall not be varied in the bid. The contractor will be paid for the actual amount paid to NYPD and a 5% overhead as an administrative fee regardless of the dollars-cents, which may be more or less than the dollars-cents amount.

D264560 205

ITEM 619.60700011 - CHAIN LINK FENCING ON TEMPORARY CONCRETE BARRIER 5 FEET HIGH

5/14/07 U.S. Customary 5/2011

Page 1 of 1

DESCRIPTION This work shall consist of the construction and removal of 5’ high chain-link fencing with top tension wire on top of the temporary concrete barrier or at locations as shown on the plans in accordance with the contract documents. MATERIALS Materials shall conform to §607-2 of the Standard Specifications. Used material in good condition may be used. CONSTRUCTION DETAILS Construction details shall conform to §607-3 of the Standard Specifications, Standard Drawing 607-05 and as shown on the plans. Upon removal, the chain-link fence shall become the property of the Contractor and shall be removed from the contract site. METHOD OF MEASUREMENT The quantity to be measured for payment will be in feet of chain-link fencing measured to the nearest inch, along the top of the fencing, center to center of end posts. BASIS OF PAYMENT No separate payment will be made for relocating chain-link fencing on top of temporary concrete barriers that are relocated in accordance with the work zone traffic control plans. The unit price bid per meter shall include the cost of all labor, materials, tools, and equipment necessary to satisfactorily complete the work.

206 D264560

ITEM 619.67020010- TEMPORARY HIGHWAY LIGHTING SYSTEM

Page 1 of 3 12/10/07

DESCRIPTION

Under this item the Contractor shall design, furnish, install, maintain, relocate and/or remove temporary lighting assemblies, wire, poles, connections to permanent lighting systems and power sources.

This item is to provide temporary lighting during construction to supplement the permanent roadway lighting system in achieving an uninterrupted lighted roadway surface, according to the criteria specified in the Plans.

MATERIALS

The luminaries shall be fully weather proof.

The luminaries shall be equipped with a built-in ballast for the proper wattage and operating voltage.

The components comprising the assembly of the upper half of the luminaries shall include a reflector, a porcelain enclosed mogul socket, and a twist-lock three prong receptacle for a photoelectric control (where required).

Multiple lighting wire and ground wire shall conform to subsection 723-70 and 723-75 respectively.

CONSTRUCTION DETAILS:

The Contractor shall submit proposed equipment shop drawings and associated photometrics certified by the manufacturer, proposed layout drawings, and lighting calculations of the proposed temporary roadway lighting system for review and approval by the Engineer. The drawings shall include the calculated point-by-point lighting levels, as well as the calculated veiling luminance ratio, average-to-minimum, and maximum-to-minimum ratio values. These values shall meet or exceed the criteria given in the plans. The layout drawings of the proposed temporary lighting system shall also include the proposed temporary power and control scheme, and include provisions for any required workarounds and/or temporary systems required to maintain power to and control of existing roadway and sign lighting outside the area of work. The drawings and calculations shall be prepared by or under the direct supervision of a Registered Professional Engineer in the State of New York, and bear that Engineer’s stamp and signature.

D264560 207

ITEM 619.67020010- TEMPORARY HIGHWAY LIGHTING SYSTEM

Page 2 of 3 12/10/07

Temporary lighting assemblies, poles and wires shall be designed, furnished, installed, maintained, repaired, replaced as necessary and energized as required.

In no case shall the existing lighting system be discontinued until the temporary lighting is in service and approved. Temporary lighting of lower intensity than indicated on the plans will not be permitted.

Temporary Highway Lighting System shall be connected to and operated by the permanent lighting system and shall contain luminaires with photoelectric cells. Nonconforming items and/or installation shall require special approval by the Engineer prior to placement.

Contractor shall make connections to existing permanent lighting systems or other temporary power sources. Coordination with local utility is the responsibility of the Contractor.

Work and testing shall conform to subsections 670-3.14, 670-3.15 and 670-3.16.

In the event that the Contractor fails to restore complete operation of any portion of the temporary roadway lighting system within 24 hours of any failure, the State may direct its own maintenance contractor to make repairs. The Contractor shall reimburse the State for all costs it incurred in restoring the lighting system.

Once the permanent highway lighting is installed and in operation, the temporary lighting assemblies, wires and poles shall be dismantled and removed from the site.

METHOD OF MEASUREMENT:

Payment for Temporary Highway Lighting System will be made on a lump sum basis.

BASIS OF PAYMENT:

The lump sum price bid for this item shall include the cost of all equipment, materials, temporary power connections and labor necessary to adequately and safely maintain the minimum light level indicated on the plans. Relocation and/or removal of temporary lighting system shall be included in the lump sum price bid.

All maintenance costs related to the temporary lighting system shall be included in this item.

The lump sum cost shall include the design of the temporary lighting system.

208 D264560

ITEM 619.67020010- TEMPORARY HIGHWAY LIGHTING SYSTEM

Page 3 of 3 12/10/07

Energy costs for the temporary lighting system will be borne by the party mentioned in the contract documents.

In the event the contract completion date is extended, no additional payment will be made for temporary lighting system.

Monthly progress payments will be made for this item in proportion to the amount of contract work completed less any deductions for disbursements incurred restoring the temporary lighting.

D264560 209

ITEM 619.70030011 - PROTECTIVE SAFETY SHIELDING OVER RAILROAD ITEM 619.70040011 - PROTECTIVE SAFETY SHIELDING OVER HIGHWAY

Page 1 of 1 USC 03/10/2009 07/08/2008

DESCRIPTION This work shall consist of furnishing protective safety shields at the locations specified in the plan. MATERIALS Structural:

1) Structural steel shall conform to the requirements of Section 564 Structural Steel.

Timber and Lumber:

1) Timber and Lumber shall confirm to the requirements of Section 594 Timber and Lumber 2) Stress graded timber and lumber shall confirm to the requirements of §712-14 Stress Graded

Timber and Lumber. CONSTRUCTION DETAILS The Contractor shall be responsible for the shield design. Calculations, drawings, details and installation procedure of the shield shall be prepared by a licensed Professional Engineer. A minimum of 90 work days prior to installation, the contractor shall submit design details to the participating railroad and the Engineer for approval. The Contractor shall construct shields to the limits shown on the plans, in accordance with the horizontal and vertical clearance and design loads specified in the railroad or highway notes on the plans or in the contract documents. The Contractor shall remove the protective safety shielding once the shielding is no longer needed. METHOD OF MEASUREMENT The quantity of safety shields to be measured for payment will be in square feet measured to the nearest whole square foot, from the limits shown on the plans. BASIS OF PAYMENT: The unit price bid per square foot shall include the cost of furnishing all labor, equipment and materials necessary to complete the work. Progress payments will be made as follows: 90% of the unit price bid for initial installation during construction and 10% of the unit price bid for final removal, at each location or construction stage.

210 D264560

ITEM 621.05020004 – PREPARING GRADE FOR VEGETATION CONTROL STRIP

Page 1 of 2

10/12/2010

DESCRIPTION This work shall consist of trimming, grading and reshaping the existing shoulder break area to remove excess material, establish proper grade, provide for satisfactory transverse drainage and prepare a uniform, compacted surface in preparation for placement of a Vegetation Control Strip (VCS) at the site of a proposed guide rail run installation, in accordance with the contract documents and as directed by the Engineer. MATERIALS The materials used to bring the area beyond the edge of shoulder up to proper grade and/or cross slope shall be available native soil suitable for fill and generated from this operation, or suitable fill material delivered to the site, unless payment for select material is specified in the Contract Documents. CONSTRUCTION DETAILS This work shall include the following: A. Removing and disposing of sod, topsoil, organic material, shoulder backup material,

deteriorated shoulder stabilization material and other loose, unsuitable or excess material adjacent to the existing shoulder.

B. Grading the area in preparation for placement of the proposed Vegetation Control Strip to

a uniform cross slope such that after compaction the top surface shall not extend above nor more than ¼ inch below true grade and surface at any location, or as detailed in the Contract Documents.

C. Building up low areas beyond the edge of shoulder, within the limits of the Vegetation

Control Strip, using suitable fill material placed at proper grade. If the available volume of excess native soil suitable for fill removed from within the same guide rail installation site is not sufficient to establish proper grade throughout the run, fill material from other sources shall be delivered to the site. Suitable fill material delivered from other sources, such as other guide rail installation sites, or borrow areas and placed at the site will be paid under Item 203.03 – Embankment in Place.

D. Compacting the area beyond the existing shoulder within the limits of the proposed

Vegetation Control Strip (VCS) to the satisfaction of the Engineer. E. All excess material not reused as suitable fill material shall be the Contractor’s property

for disposal as surplus materials under the provisions of Section 203-3.02.B Disposal of Surplus Excavated Materials.

D264560 211

ITEM 621.05020004 – PREPARING GRADE FOR VEGETATION CONTROL STRIP

Page 2 of 2

10/12/2010

METHOD OF MEASUREMENT This work will be measured as the number of linear feet of preparing grade in preparation for placement of a Vegetation Control Strip (VCS) measured along each edge of shoulder which such work is performed. BASIS OF PAYMENT The unit price bid per linear foot shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work, except that, where specified in the plans, suitable fill or select material brought in to fill low areas will be paid for under the appropriate item.

212 D264560

ITEM 627.50140008 - CUTTING PAVEMENT

DESCRIPTION:

The contractor shall cut existing asphalt pavement, concrete pavement, asphalt surface course, or asphalt

concrete overlay on concrete pavement at the locations indicated and detailed on the plans and as directed

by the Engineer.

MATERIALS:

None specified.

CONSTRUCTION DETAILS:

Existing pavement and overlay shall be cut perpendicular to the roadway surface along neat lines, and to

the depth indicated on the plans and typical sections, using appropriate equipment. After the pavement

has been cut through, the Contractor may use pry bars, pneumatic tools or other methods, to pry loose the

pavement to be removed from the pavement that is to remain. A pavement breaker may be used to break

up the pavement to be removed after the pavement has been completely cut through and completely free

from the pavement to remain.

When pavement cutting is called for in the Contract documents, if a neat vertical face with minimal

shatter is obtained by performing an adjacent operation (such as milling) which eliminates the need to

perform a separate pavement cutting operation, payment will be made for both the pavement cutting item

and the item for the adjacent operation.

Any existing pavements and curbs not indicated to be removed that are damaged by the contractor's

operations, shall be repaired at no additional cost to the State. Pavement cutting that the contractor

chooses to do for his/her own convenience shall not receive any additional payment from the State.

METHOD OF MEASUREMENT:

The quantity to be measured will be the number of linear feet of pavement cutting satisfactorily

completed.

BASIS OF PAYMENT:

The unit price bid per linear foot of pavement cutting shall include the cost of all labor, materials,

and equipment necessary to satisfactorily complete the work.

Payment for prying, breaking, removal and disposal of cut pavement shall be made through other

appropriate items.

Page 1 Aug. 2013

D264560 213

ITEM 634.10010011 - MAINTAIN ERUV

Page 1 of 2 Nov. 25, 2015

DESCRIPTION

This work shall consist of maintaining an existing eruv* during the construction period of this

project, in accordance with the contract documents and as directed by the Engineer and the

community liaison person responsible for the integrity of the eruv.

MATERIALS

Lumber: 712-13

Wood Preservative - Waterborne 708-31

Galvanized Steel Screws ASTM – A 153

Fishing Line: 200 LB TEST, Clear.

Stainless steel straps and buckles made by BAND-IT, or SIGNFIX, or approved equal.

Unless otherwise specified, the lumber shall be 2 X 4 yellow pine, or better, preserved according

to §708-31 and fastened together with galvanized screws to extend the length and increase the

cross section to 4 x 4 for additional rigidity.

Stainless steel straps and buckles/clamps shall be at least 0.75“wide and .020” thick to tightly

attach lumber to existing poles.

CONSTRUCTION DETAILS

When the contract work entails (re)moving an element used for the existing eruv, before

commencing that work, the Contractor shall first notify the Engineer and the community liaison

responsible for the integrity of the eruv. Together, the Engineer and community liaison will

determine how the eruv shall be restored prior to the Sabbath or Yom Kippur. The Contractor

shall not (re)move any element used for the eruv during the Sabbath or Yom Kippur. The

community liaison for the eruv are the following people:

Name: ______________________________ Phone No: ________________________________

Name: ______________________________ Phone No: ________________________________

Name: ______________________________ Phone No: ________________________________

The eruv restoration will usually entail removing the fishing line from the removed pole, and

attaching the fishing line to a new or existing pole, directly on top of the pole, and not wrapped

around the circumference of the pole. Because the fishing line has to be horizontal and tight, this

is usually accomplished by attaching the fishing line to a screw installed on top of a temporary

lumber pole, which could be as high as 30 feet, and band mounted to an existing pole for

support.

In the event an element used for the eruv is damaged on the Sabbath or Yom Kippur, the

contractor, when notified, shall immediately repair it to the satisfaction of the engineer. If the

damage occurs on any other day, the eruv must be restored to the satisfaction of the engineer and

the community liaison prior to the Sabbath or Yom Kippur.

Before the end of this contract, the eruv shall be restored to the tops of permanent metal poles, to

the satisfaction of the engineer and the community liaison responsible for the integrity of the

eruv.

214 D264560

ITEM 634.10010011 - MAINTAIN ERUV

Page 2 of 2 Nov. 25, 2015

METHOD OF MEASUREMENT

This work will be measured on a lump sum basis.

BASIS OF PAYMENT

The lump sum price bid shall include the cost of furnishing all labor, materials, and equipment

necessary to satisfactorily complete the work.

*An eruv is a symbolic wall or fence circumventing an area to technically transform public

property into communal private property. The purpose of an eruv is to permit Orthodox Jewish

people to carry their personal belongings from one house to another, through public property,

within the boundaries of the eruv, on the Sabbath and on Yom Kippur. The Sabbath is the time

period beginning 18 minutes before sundown on Friday night, and continuing for 25.5 hours.

Yom Kippur also begins 18 minutes before sundown the day before, and continues for 25.5

hours. During this time period, Orthodox Jewish people are forbidden to carry anything outside

their homes unless there is an intact/continuous eruv in existence. Physically, the eruv consists

of a series of existing fences, vertical poles, and horizontal wires (fishing line) tightly strung

between the poles.

D264560 215

ITEM 634.20010111 - PRIMARY PROTECTIVE SHIELDS

Page 1 of 2 10/26/2004 USC 12/5/2011

DESCRIPTION This work shall consist of furnishing, installing, maintaining, and removing PRIMARY PROTECTIVE SHIELDS in accordance with the contract documents and as directed by the Engineer. MATERIALS Lumber shall meet the requirements of Material Specification 712-14. Fasteners such as screws, bolts, nuts, and washers shall meet or exceed the standard industrial fastener specification for the intended application. Used materials will be allowed, except materials that are permanently attached to the structure, which shall be in conformance with the current New York State Department of Transportation Standard Specifications. Contractor shall be allowed to use materials other than lumber after obtaining prior approval the Engineer-in-Charge (EIC). Dimensions and stresses shall be as specified in the design of the shield. CONSTRUCTION DETAILS Contract plans show no-drop areas to be protected by the Protective Shield. Components of the shielding system, such as support members, may extend beyond the limits shown, but no component may extend into the secondary protective shielding. The shielding system shall be suspended from the existing steel on the outbound side of the stringers. This shielding system shall be designed for a loading capacity shown on the contract plans. The Contractor shall engage the services of a New York State Licensed Professional Engineer to design and detail the primary protective shield to be used at each location shown on the plans. He shall be available for consultation in interpreting his plans and in the resolution of problems, which may arise during the performance of the work. All design and details shall be in conformance with the current New York State Department of Transportation Standard Specifications for Highway Bridges and the current New York State Steel Construction Manual, and AASHTO requirements. The shielding used shall have no seam or void. The adjoining sheetings, if needed, shall have enough lap length and shall be secured by welds, screws or bolts to sustain the design loadings. The Contractor shall furnish working drawings prepared, stamped and signed by a New York State License Professional Engineer for the protective shield to be used at each location shown on the plans. The drawings shall include, but not be limited to, the following: 1. Anticipated dead and live loads based on the work to be performed above the shield. 2. Details of all components and connections. 3. Type and grade of all materials.

216 D264560

ITEM 634.20010111 - PRIMARY PROTECTIVE SHIELDS

Page 2 of 2 10/26/2004 USC 12/5/2011

Six legible, standard size (22 x 36 inches nominal, 21 x 33½ inches working area) prints of each drawing, together with three copies of all design computations shall be submitted to the Deputy Chief Engineer (Structures) for approval. Failure to submit drawings of the required size will be cause for their return without examination. The Deputy Chief Engineer (Structures) shall be allowed the longest of the following time durations to examine design computations and working drawings: 1. Ten working days. 2. Two working days for each drawing of a set of working drawings. 3. One working day for every four (4) design computation sheets.

Any design computation sheet written on both sides will be considered as two design computation sheets.

All items for examination shall begin upon receipt of all pertinent information by the Deputy Chief Engineer (Structures). The Deputy Chief Engineer’s (Structures) comments shall be indicated on the returned copies. Should the proposed system not be approved, the reasons shall be indicated with the return of the material. The Contractor shall then submit revised drawings for approval, subject to the same terms as the first submission. Resubmission shall not be considered a legitimate reason to request an extension of time under subsection 108-04, Extension of Time. All work shall be done in accordance with the approved working drawings. The Contractor must have approved working drawings prior to the start of shield installation. The Contractor shall bear all costs and/or damages which may result from the ordering of any material, or equipment; or the use of any preparatory labor prior to the approval of the working drawings. All materials required for the primary protective shield shall remain the property of the Contractor and shall be removed from the site after the work is completed, unless otherwise agree to. METHOD OF MEASUREMENT This work will be measured as the number of square feet (plan area) of PRIMARY PROTECTIVE SHIELDS satisfactorily furnished, installed, maintained, and removed. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work.

D264560 217

ITEM 634.35000011 - TELEVISION INSPECTION AND VIDEO

RECORDING OF SEWERS

Page 1 of 3 Rev. Apr. 2015

DESCRIPTION

This work shall consist of furnishing all labor and materials necessary and required for television

inspection and video recording of sewers in accordance with these specifications and in conformance with

the contract plans or as directed by the Engineer.

MATERIALS

All materials and equipment used for television inspection and video recording shall be approved by the

Engineer. The recording medium shall be removable from the recording equipment since it has to be

turned over to the Engineer. Any material and equipment that is determined to be deficient or that

becomes damaged to the extent that it no longer fulfills the requirements of this specification shall be

repaired or replaced at the contractor’s expense to the satisfaction of the Engineer.

CONSTRUCTION DETAILS

General

The contractor shall perform the work promptly, diligently and complete the work without delay.

All work shall be performed in the sequence and at the exact locations as ordered by the Engineer. The

contractor will be furnished the sequence of work locations by the Engineer.

The Engineer’s Estimate is approximate only and no claim shall be made for loss of anticipated profits for

item of work not performed. Furthermore, the contractor shall make no claim for, nor will he be paid

additional compensation because of the sequence, separation or location of the work sites in which he will

be required to work.

The electricity for all operations shall be provided by the contractor at his own expense.

An experienced supervisor who has a minimum of three (3) years experience in the field of pipeline

inspection shall coordinate the entire inspection operation started under this section and as approved by

the Engineer.

Television Inspection and Video Recording

The contractor shall conduct all the provisions of this section in a manner approved by the Engineer.

All labor, experienced supervision, technicians, mobile television studio, electronic equipment, television

and Polaroid cameras, materials and equipment necessary and required to perform that is to be controlled

from above ground with a skilled technician at the control panel in a mobile television studio, controlling

the movement of the television camera.

The technician with capability to adjust the brilliance of the built-in lighting system should be able to

change the focus of the television camera by remote control. The television camera shall be positioned as

near as possible to the spring line of the sewer.

218 D264560

ITEM 634.35000011 - TELEVISION INSPECTION AND VIDEO

RECORDING OF SEWERS

Page 2 of 3 01/28/15

The television camera shall be attached to a rod or cable that shall be metered to indicate the exact

location of the camera at all times.

At the Engineer’s discretion the contractor shall provide a “Self-Propelled” camera to inspect sewers with

limited access. This camera shall be compatible with the existing system.

The view seen by the television camera shall be transmitted to a monitor of not less than 14 inches in

width. The monitor shall be located inside the mobile television studio.

The contractor’s mobile television studio shall be large enough to accommodate up to four (4) persons

comfortably seated for the purpose of viewing the monitor while inspection is in progress. The Engineer’s

representative shall have access to view the television screen at all times.

The Engineer or his duly designated representative will be so situated so that he will see all the video

recording as it is taking place.

During the course of the inspection the engineer shall indicate the specific views appearing on the monitor

which are to be photographed. The size of the Polaroid photographs shall not be less than 3” x 4”. The

cost of the Polaroid photographs, ordered to be taken by the Engineer, shall be deemed included in the

contract price for television inspection and video recording. The Polaroid photographs shall be mounted

within the report and keyed as their exact location on the route sheet.

The entire television inspection shall be recorded on a suitable recording medium in high resolution. The

video recordings shall be keyed as to their exact location on the route sheet and shall be submitted to the

Engineer with the report.

The recording shall be in black and white, however, the contractor shall have the option of recording in

color at no additional cost.

The recording medium used in the field shall be given to the Engineer or his duly designated

representative at the end of each shift or when the medium is full, whichever happens first.

Beginning of each recording session will have the following information “recorded”: Contract No., Job

No., Job Site, Date of inspection.

This medium when given to the Engineer or his duly designated representative, will be placed in a sealed

envelope with the following information on the envelope:

Contract No.

Job No.

Job Site

Date Began

Date Completed

D264560 219

ITEM 634.35000011 - TELEVISION INSPECTION AND VIDEO

RECORDING OF SEWERS

Page 3 of 3 Rev. Apr. 2015

Printed name and signature of the Engineer with the date started and date completed. Other

pertinent information to maintain a chain of custody.

This envelope will then be given to the Engineer or his duly designated representative so that it may be

held in a secure location.

Contract Drawings (Route Sheets)

Two (2) sets of route sheets will be provided by the Engineer accurately locating all reference points,

drainage structures, and or appurtenances located on the job site. Each shall be marked by the contractor

in coordination with the data keyed on the recording medium and shall become part of the contractor’s

report. The markings shall be legible.

Contractor’s Report

After completion of the television inspection, the supervisor shall furnish to both the Engineer and the

contractor a complete bound report for their permanent records. The report on the television inspection

shall include but not be limited to logging each section of sewer, televised, giving specific details as to

service connections, water infiltration from the joints, and other points of interest noted during the

inspection.

The report and video recordings shall be delivered to the Engineer no more than ten (10) days after the

completion of the television inspection and video recording. This report shall be signed by the

experienced supervisor, contractor and the Engineer or his duly designated representative present at the

time of the television inspection, such as structural deteriorations, leaks, cracks, blockage, cross and side

connections, etc.

The report shall be prepared by the contractor’s superintendent and shall bear his signature. Three (3)

copies of the report shall be furnished to the Department of Environmental Protection (if required). The

report shall include but not be limited to:

1. Rote Sheet

2. Permanent Visual Record (photos keyed to route sheet)

3. Text and/or Summary

METHOD OF MEASUREMENT

The work will be measured as the number of linear feet of sewer televised, and video recorded as

specified.

BASIS OF PAYMENT

The unit price bid per linear foot of sewer shall include the cost of all labor, materials and equipment

necessary to satisfactorily complete the work.

220 D264560

ITEM 634.99010017 – BUILDING CONDITION SURVEY ITEM 634.99020017 – VIBRATION MONITORING (NONBLASTING)

Page 1 of 4 09/07/06

DESCRIPTION A. Building Condition Survey. This work shall consist of performing a building condition survey(s) and preparing permanent records as indicated in the contract documents prior to the commencement of work, after completion of work, and at locations and times during construction as directed by the Engineer. B. Vibration Monitoring (Nonblasting). This work shall consist of performing vibration monitoring of background and construction activities and preparing daily and summary report(s) of vibration readings. MATERIALS A. Building Condition Survey. Provide general photography and video equipment, analog or digital, capable of superimposing the date and time on all images. B. Vibration Monitoring (Nonblasting). Provide a 3-component seismograph, capable of measuring particle velocity data in three mutually perpendicular directions. Annual factory calibration is required throughout the duration of the work. CONSTRUCTION DETAILS A. General. The Contractor shall engage the services of a firm capable of furnishing a New York State licensed Professional Engineer to conduct a condition survey of the existing building(s) indicated in the contract documents in the Special Note entitled Vibration Criteria and an experienced vibration monitoring Consultant to measure peak particle velocities prior to, and during, construction operations. Submit as proof to the Deputy Chief Engineer Technical Services (DCETS) the experience and qualifications of the firm’s personnel conducting the work. B. Building Condition Survey. Provide, as a minimum, the following information:

1. Photographic and videotape documentation of the interior and exterior condition of the building(s).

2. Extent and location of existing signs of building distress such as cracks, spalling, signs of

settlement, flooding, leaking, etc. The Engineer may accompany the Contractor on each building condition survey for verification of the data recorded. Provide two copies of all documentation of each building condition survey to the Engineer. C. Vibration Monitoring (Nonblasting). The DCETS may waive the requirements of vibration monitoring based on the results of the building condition survey. Perform continuous vibration monitoring during construction operations when adjacent construction activities make monitoring prudent. The Contractor shall perform contract work in

D264560 221

ITEM 634.99010017 – BUILDING CONDITION SURVEY ITEM 634.99020017 – VIBRATION MONITORING (NONBLASTING)

Page 2 of 4 09/07/06

a manner that will limit construction vibration at the specified locations to within the limits set within the contract documents.

1. Submittal of Written Vibration Monitoring Plan. Prior to performing work adjacent to specified locations, a written Vibration Monitoring Plan prepared by the Contractor shall be submitted to the Engineer a minimum of 10 work days in advance for approval. The Engineer will send a copy of the Vibration Monitoring Plan to the Geotechnical Engineering Bureau, Engineering Geology Section, for review and written comment. The vibration monitoring plan may be returned to the Contractor for revision or clarification.

The vibration monitoring plan shall include the necessary information to outline the recording collection. The vibration monitoring plan shall include, but not be limited to, the following items:

a. Contract Designations

• The name of vibration monitoring specialist(s). • The scheduled start date and length of construction operations which require

vibration monitoring. • The limits of vibration monitoring work, including sites on or off State-owned

right-of-way. • The location of all structures to be monitored in proximity to the construction

operation. • The location of any underground utilities in proximity to the construction

operation.

b. Experience and Equipment • Submit proof and details, as references, of two projects in the past five years

where the vibration monitoring consultant performing the work has satisfactorily monitored construction operations by recording maximum peak particle velocities (PPVs). Include contact information for each reference.

• Submit information on the required 3-component seismograph, capable of measuring particle velocity data in three mutually perpendicular directions, including: the manufacturer’s name, model number, and documentation of factory calibration performed within the last 12 months.

c. Methods and Procedures

• The location of adjacent structures to be monitored and maximum allowable PPVs as indicated in the contract documents. If not otherwise specified, a maximum allowable PPV in accordance with the United States Bureau of Mines (USBM) Vibration Criteria (Figure 1) shall be observed at all structures.

• The location of seismograph(s) placements, as directed by the Contractor’s Professional Engineer. Recording seismographs may be installed on selected structures.

• Appropriate details for anchoring the geophone(s).

222 D264560

ITEM 634.99010017 – BUILDING CONDITION SURVEY ITEM 634.99020017 – VIBRATION MONITORING (NONBLASTING)

Page 3 of 4 09/07/06

• The procedure for tracking PPV throughout construction operations (e.g., Pile Driving Operations: pile tip vs. vibrations may be correlated through time of day. A record of the time of day at each depth interval, included on the pile driving records, would be required to correlate to a time-based readout of PPV).

Figure 1 – USBM Vibration Criteria (after Siskind et al, 1980) The figure provides a “threshold damage” limit, defined as cosmetic damage (e.g.,

cracking) within the structure, categorized by both frequency ranges and particle velocity

D264560 223

ITEM 634.99010017 – BUILDING CONDITION SURVEY ITEM 634.99020017 – VIBRATION MONITORING (NONBLASTING)

Page 4 of 4 09/07/06

2. Measuring Vibrations. The Contractor shall inform the Engineer immediately each time measured particle velocities exceed 85% of the allowable peak particle velocity. The Contractor shall make equipment or procedural modifications as required to avoid exceeding the allowable vibration intensity.

If the measured velocities exceed the maximum allowable PPVs, the Contractor shall stop operations immediately and revise equipment and procedures to reduce vibrations to allowable levels. The Contractor shall be in communication with his monitoring firm’s personnel during vibration monitoring at all locations to verify the data recorded. The Contractor shall provide the Engineer with the results of daily vibration monitoring, one work day after the readings are taken. Upon completion of the construction operations for those locations requiring vibration monitoring, the daily submittals shall be synthesized into a final report. If the seismographs show any indication of damage or vandalism, the seismographs shall be immediately recalibrated or replaced.

METHOD OF MEASUREMENT A. Building Condition Survey. This work will be measured on a lump sum basis. B. Vibration Monitoring (Nonblasting). This work will be measured on a lump sum basis. BASIS OF PAYMENT The unit price bid for building condition survey(s) and vibration monitoring shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work. Vibration Monitoring (Nonblasting). Progress payments will be made for this item paid proportionally in accordance with the amount of work completed, measured on a workday basis. Payment will be made under:

Item No. Item Pay Unit 634.99010017 Building Condition Survey Lump Sum 634.99020017 Vibration Monitoring (Nonblasting) Lump Sum

224 D264560

ITEM 637.31XX0020 – INSPECTION VEHICLES (MAXIMUM BID)

Page 1 of 2 Rev. Oct. 2015

DESCRIPTION This work shall consist of providing and maintaining motor vehicle(s) for exclusive use by the Engineer and the Inspection Staff. MATERIALS The vehicles(s) provided shall not be over 4 years old or have over 50,000 miles on the odometer as of the delivery date. The vehicle(s) shall be properly registered and be provided with an owner’s policy of liability insurance in conformance with §107-06B. Insurance Requirements. The vehicles shall be in safe and serviceable operating condition with automatic transmissions and air conditioning. A. Compact Sedan. The Contractor shall provide a Ford Focus or similar compact sedan. B. Midsize/Intermediate SUV. The Contractor shall provide a Jeep Patriot or similar midsize/intermediate SUV. The SUV shall have all-wheel, or 4-wheel drive capability. C. Small/Standard Pickup Truck. The Contractor shall provide a Chevrolet Colorado or similar small/standard pickup truck. The pickup truck shall have 4-wheel drive capability. CONSTRUCTION DETAILS Prior to the start of any contract work, the Contractor shall make the inspection vehicle(s) available for inspection by the Engineer. The Contractor shall make arrangements for delivery to the site on a date agreed to by the Engineer. If more than one vehicle is required, the number required will be shown in a Special Note entitled Contractor Supplied Inspection Vehicles. Inspection vehicles will be operated by Department and consultant inspection staff possessing a valid driver’s license as authorized by the Engineer and for official State business purposes only. The vehicle operator is personally liable for any traffic infractions, including parking tickets, or EZ Pass violations. The Contractor shall provide all proper and scheduled maintenance (oil changes, tires) to keep the vehicle(s) in safe and serviceable operating condition and undertake all repairs as required, including repairs arising from vandalism, accidents or other damages. If a vehicle becomes unavailable for any reason or requires maintenance or repairs which cannot be completed on the same day, a comparable replacement vehicle shall be provided while the vehicle is out of service. The Department will provide fuel and EZ Pass for the vehicle(s). METHOD OF MEASUREMENT Each inspection vehicle will be measured for payment on a monthly basis, measured to the nearest 0.25 months. BASIS OF PAYMENT The unit price bid per month shall include all costs in connection with furnishing properly registered vehicle(s), maintaining and repairing the vehicles as required and providing an owner’s policy of liability insurance for the vehicles in conformance with §107-06B. Insurance Requirements. A deduction of 1/30 of a month will be made for each 24-hour period, or portion thereof, during which the vehicle is unavailable to the Engineer, regardless of the reason for the vehicle's unavailability. Payment may be terminated on a specified date prior to contract final acceptance by written notification from the Engineer that a vehicle will no longer be required.

D264560 225

ITEM 637.31XX0020 – INSPECTION VEHICLES (MAXIMUM BID)

Page 2 of 2 Rev. Oct. 2015

Payment will be made under: Item Description Unit 637.31010020 Inspection Vehicles, Compact Sedan Month 637.31020020 Inspection Vehicles, Midsize/Intermediate SUV Month 637.31030020 Inspection Vehicles, Small/Standard Pickup Truck Month MAXIMUM BID ITEM The maximum bid allowed per vehicle(s) per month shall be that shown in the proposal. The Contractor may bid less than the maximum bid, but any bid exceeding the maximum bid will be disregarded and changed to the amount shown in the proposal.

226 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 1 of 30 8/15/2014

DESCRIPTION This work shall consist of preparing, maintaining and submitting a Progress Schedule using the Critical Path Method on Oracle-Primavera P6 software which demonstrates complete fulfillment of all work shown in the contract documents. All work to prepare and maintain the CPM Progress Schedule shall be performed using the scheduling software application provided by the Department on network servers and accessed through the Internet with Department provided user accounts. The Contractor shall regularly revise and update the Progress Schedule, and use it in planning, coordinating and performing all work. Schedule activities shall accurately depict the entire scope of work to be performed to complete the project including, but not limited to, all work to be performed by the Contractor, subcontractors, fabricators, suppliers, consultants, the Department, and others, contributing to the project. DEFINITIONS

Activity - A discrete, identifiable task or event that usually has an expected duration, has a definable Start Date and/or Finish Date, and can be used to plan, schedule, and monitor a project.

Activity, Controlling - The first incomplete activity on the critical path.

Activity, Critical - An activity on the critical path.

Actual Start date- At the activity level, the Actual Start date represents the point in time that meaningful work actually started on an activity.

Actual Finish date - At the activity level, the Actual Finish date represents the point in time that work actually ended on an activity (Note: in some applications areas, the activity is considered “finished” when work is “substantially complete.”)

Backward Pass – Calculation of the late start and late finish dates for each activity, based on the start or finish dates of successor activities as well as the duration of the activity itself. It is also known as the second pass.

Baseline Progress Schedule @ Award- The Progress Schedule submitted by the Contractor and accepted by the Department that shows the plan to complete the construction contract work. The Baseline Progress Schedule @ Award represents the Contractor’s plan at the time of Contract Award for completing the project.

Bid Date – The date the contract is let and there is an announcement by the Department of an apparent low bidder.

Completion Date, Contract - The date specified in Article 1 of the Contract for completion of the project or a revised date resulting from properly executed time extensions.

Anticipated Completion Date - The date forecasted by the Progress Schedule for the completion of the contract work.

Constraint - A schedule restriction imposed on the Start or Finish date(s) of an activity that modifies or overrides an activity’s relationships.

Contemporaneous Period Analysis Method – A technique for evaluating schedule delays or time savings. The analysis period for the purpose of these provisions shall be the period covered in each regular progress update to the schedule, as they coincide with contract payments to the Contractor.

Contractor’s First Day of Work - The day of the Contractor’s first day of physical work within the highway Right-of-Way.

Contractor’s Last Day of Work - The Contractor’s last day of physical work in the field, and the Contractor has demobilized (no longer has any presence within the highway right-of-way). Contractor Work Day - A calendar day scheduled for active prosecution of the work.

D264560 227

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 2 of 30 8/15/2014

Critical Path – In the Progress Schedule the critical activities shall be those activities being on the longest path. In a project network diagram, it is the series of activities which determines the earliest completion of the project.

Critical Delay - An event, action, or other factor that delays the critical path of the Progress Schedule and extends the time needed for completion of the construction project.

Critical Path Method (CPM) – A network analysis technique used to predict project duration by analyzing which sequence of activities (which path) has the least amount of scheduling flexibility (the least amount of float). A scheduling technique utilizing activities, durations, and interrelationships/dependencies (logic), such that all activities are interrelated with logic ties from the beginning of the project to the completion of the project. Early dates are calculated by means of a forward pass using a specified start date. Late dates are calculated by means of a backward pass starting from a specified completion date (usually the forward pass’s calculated project early finish date).

Data Date – The date entered in the Project Details, in the Dates tab, which is used as the starting point to calculate the schedule. Everything occurring earlier than the data date is "as-built" and everything on or after the data date is "planned." Deliverable – Any measurable, tangible, verifiable outcome, result, or item that must be produced to complete a project or part of a project. Often used more narrowly in reference to an external deliverable, which is a deliverable that is subject to approval by the Department.

Draft Baseline Progress Schedule – An optional schedule submission that reflects an outline of the schedule format and content proposed by the Contractor’s Project Scheduler to comply with the schedule provisions in the contract to solicit early comments by the Engineer, prior to the submittal of complete Baseline Progress Schedule @ Award.

Duration, Original - The original estimated number of working days (not including holidays or other non-working periods) in which the work task associated with the activity is expected to be performed. (The number of calendar days may be different based on the calendar assigned to the activity.) For certain activities such as concrete curing, or others approved by the Engineer, the calendar shall reflect no non-working days.

Duration, Remaining - The estimated time, expressed in working days (not including holidays or other non-working periods), needed to complete an activity that has started but has not finished.

Early Completion Schedule - A progress schedule will be considered an early completion schedule when the schedule submitted by the Contractor indicates a completion date that is earlier than the specified contract completion date, or the Finish date of any interim Milestone work activity is earlier than the date specified in the contract. This includes, but is not limited to, B-Clock activities, activities subject to Incentive/Disincentive provisions, and/or specific Liquidated Damages provisions, and Lane Rental activities.

Enterprise Project Management Database (EPMD) – The Department’s database of construction project Progress Schedules.

Final Baseline Progress Schedule @ Award - The original plan against which the Contractor’s progress is measured. The Final Baseline Progress Schedule @ Award represents the original plan at the award of the contract, of what is expected to happen. Once the Final Baseline Progress Schedule @ Award is accepted by the Engineer it is saved and used as a basis to compare against Progress Schedules Updates.

Float Suppression - Utilization of zero free float constraints which allows an activity to start as late as possible by using all of its’ available free float. This technique allows activities to appear more critical than if the activity's total float was based on early dates. Assigning zero free float prevents true sharing of total float between Department and the Contractor. Utilization of overly generous activity durations and overly restrictive calendar non-working periods are also considered to cause float suppression.

228 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 3 of 30 8/15/2014

Float, Free - The amount an activity can slip without delaying the immediate successor activities. Free Float is the property of an activity and not the network path.

Float, Total - The amount of time an activity (or chain of activities) can be delayed from its early start without delaying the contract completion date. Float is a mathematical calculation and can change as the project progresses and changes are made to the project plan. Total Float is calculated and reported for each activity in a network, however, Total Float is an attribute of a network path and not associated with any one specific activity along that path.

Fragnet – A subdivision of a project network diagram usually representing some portion of the project.

Global data – Data classified by Oracle-Primavera software as Global, including Project Codes, Global Activity Codes, Global Calendars, Resource Calendars, Global Filters, Resources, Global Reports, User Defined Fields and Unit of Measure.

Key Plans - Key Plans are graphic representations made by the Contractor’s Project Scheduler on paper copies of the appropriate contract plan sheets that reflect the Contractor’s planned breakdown of the project for scheduling purposes to efficiently communicate the Contractor’s activity coding scheme to State scheduling staff. The key plans prepared by the Contractor shall clearly define the boundaries of the work for each designated Area, the operations contained in various Stages of work, and work in the Work Zone Traffic Control (WZTC) Phases. The alphanumeric codes on the key plans shall match the code values for the activity code "Area", “Stage”, and “WZTC Phase” in the Progress Schedule.

Longest Path - The sequence of activities through the Progress Schedule network that establishes the Scheduled Completion Date

Look-Ahead Schedule – A three week time segment generated from the accepted Progress Schedule that shows the actual work progressed during the previous one week and forecasts the work planned for next two week period following the Data Date, and includes any major materials to be delivered and any lane closings or anticipated shifts in WZTC.

Milestone – An activity with zero duration that typically represents a significant event, usually the beginning and end of the project, milestones set forth in the contract proposal, construction stages, a major work package, or the contract interim time-related clauses.

Narrative Report - A descriptive report submitted with each Progress Schedule. The required contents of this report are set forth in this specification.

Open End - The condition that exists when an activity has either no predecessor or no successor, or when an activity’s only predecessor relationship is a finish-to-finish relationship or only successor relationship is a start-to-start relationship.

Predecessor - An activity that is defined by Schedule logic to precede another activity. A predecessor may control the Start Date or Finish Date of its successor.

Progress Schedule – A general Oracle-Primavera P6 Schedule as defined by this Specification.

Progress Schedule Update – Changes to the Progress Schedule that reflect the status of activities that have commenced or have been completed, including the following items: (a) Actual Start date and or Actual Finish date as appropriate; (b) Remaining Duration for activities commenced and not complete; and (c) Suspend or Resume dates for activities commenced and not complete.

Progress Schedule Revision – Revisions to the Progress Schedule ensure it accurately reflects the current means and methods of how the project is anticipated to progress, including modifications made to any of the following items: (a) changes in logic connections between activities; (b) changes in constraints; (c) changes to activity descriptions; (d) activity additions or deletions; (e) changes in activity code assignments; (f) changes in activity Productivity Rates; and (g) changes in calendar assignments.

Project Scheduler – The person that is responsible for developing and maintaining the Progress Schedule.

D264560 229

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 4 of 30 8/15/2014

Projects Planned Start Date – The date entered in the Project Details, in the Dates tab, that reflects the Contractor’s planned start of work (based on contract requirements, and reasonable expectation for a Notice to Proceed) at the time the bid was submitted to the Department.

Projects Must Finish By Date – A date constraint entered in the Project Details, in the Dates tab, that reflects the Contract Completion Date set in the Contract Documents or through a formal contract extension of time.

Recovery Schedule – A schedule depicting the plan for recovery of significant time lost on the project. This separate CPM schedule submission shall provide the resolution and include appropriate changes in network logic, calendar adjustments, or resource assignments.

Relationships - The interdependence among activities. Relationships link an activity to its predecessors and successors. Relationships are defined as:

Finish to Start - The successor activity can start only when the current activity finishes. Finish to Finish – The finish of the successor activity depends on the finish of the current activity. Start to Start – The start of the successor activity depends on the start of the current activity. Start to Finish – The successor activity cannot finish until the current activity starts.

Resources, Contract Pay Item – Contract Pay Item resources shall be identified as a Material resource type. When required, Contract Pay Item resources are developed for each Pay Item in the contract, with the Resource ID matching the contract Pay Item and the Resource Name matching the description of the contract Pay Item.

Resources, Equipment – Equipment resources shall be identified as a Nonlabor resource type. A unique identifier shall be used in the Resource Name or Resource Notes to distinguish this piece of equipment from a similar make and model of equipment used on the project.

Resources, Labor – Labor resources shall be identified as a Labor resource type. Labor Resources shall identify resources that encompass direct labor at the Crew level.

Scheduling/Leveling Report – The report generated by the software application when a user “Schedules” the project. It documents the settings used when scheduling the project, along with project statistics, errors/warnings, scheduling/leveling results, exceptions, etc.

State Business Days – Monday through Friday, with the exception of State Holidays. Days scheduled for the active prosecution of work activities by State staff or the State’s representatives.

Substantial Completion - the day, determined by the Engineer, when all of the following have occurred: 1. The public (including vehicles and pedestrians) has full and unrestricted use and benefit of the

facilities both from the operational and safety standpoint, and 2. All safety features are installed and fully functional, including, but not limited to, illumination,

signing, striping, barrier, guard rail, impact attenuators, delineators, and all other safety appurtenances, and

3. Only minor incidental work, replacement of temporary substitute facilities or correction or repair remains for the Physical Completion of the Contract, and

4. The Contractor and Engineer mutually agree that all work remaining will be performed with short term lane closures to minimize delays, disruption, or impediment to the traveling public. No overnight lanes closures will be allowed.

Successor - An activity that is defined by Schedule logic to succeed another activity. The Start Date or Finish Date of a successor may be controlled by its predecessor.

Time Impact Analysis - A technique to demonstrate the comparison of a time impact of a Progress Schedule revision prior to a change in the Contract work, against the current accepted Progress Schedule. It is also known as a “What-If” analysis.

Weekly Status Report – The report generated weekly from the updated Progress Schedule in an electronic Adobe Acrobat PDF format that reflects a Data Date for that Progress Schedule Update period. The report

230 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 5 of 30 8/15/2014

shall be formatted to fit ANSI Size D paper (610 mm x 914 mm) (24 inch x 36 inch), listing all work activities from the data date to contract completion, using the NYSDOT Status Report Layout, sorted by Early Start Date, Total Float in increasing order, showing the Activity ID, Activity Description, Original Duration, Remaining Duration, Total Float, Early Start date, Early Finish date, Start date, Finish date and Calendar ID.

Work Breakdown Structure (WBS) - A deliverable-oriented grouping of project elements, which organizes and defines the total scope of the project. Each descending level represents an increasingly detailed definition of project components or work packages.

Work Days – A calendar day (Monday through Friday) on which State offices are open to the public for business. State recognized public holidays are not work days. Days scheduled for the active prosecution of work activities by State staff or the State’s representatives. (State Business Day calendar)

New York State Holidays New Years Day January 1

Martin Luther King Day 3rd Monday in January President’s Day 3rd Monday in February Memorial Day Last Monday in May

Independence Day July 4th Labor Day 1st Monday in September

Columbus Day 2nd Monday in October Veteran’s Day November 11th

Thanksgiving Day 4th Thursday in November Christmas Day December 25th

If the holiday occurs on a Saturday, it will be observed the Friday before. If the holiday occurs on a Sunday, it will be observed the Monday after.

Work Package - A deliverable at the lowest level of the work breakdown structure. A work package contains activities. MATERIALS None Specified.

CONSTRUCTION DETAILS A. General. In addition to the attributes of the Progress Schedule provisions as set forth in §108-01, the Contractor shall prepare, furnish, and maintain a computer-generated Progress Schedule using the Critical Path Method (CPM) utilizing Oracle-Primavera scheduling software on the Department’s network servers. The CPM Progress Schedule shall be prepared based on the principles defined by the latest issue of the Construction Planning & Scheduling Manual published by the Associated General Contractors of America, except where superseded by the contract documents such as the CPM Special Notes and this specification.

The Contractor and the Department shall use the Progress Schedule to manage the work, including but not limited to the activities of subcontractors, fabricators, the Department, other involved State agencies and authorities, other entities such as utilities and municipalities, and all other relevant parties involved with the project.

No work other than installation of the Engineer’s Field Office, mobilization, procurement and administrative activities, installation of construction signs, installation of erosion and pollution protection, clearing and grubbing, field measurements, and survey and stakeout will be permitted to start until the Baseline Progress Schedule @ Award has been submitted to the Engineer, and the Engineer determines there are no deficiencies consistent with those identified in paragraph I.1 Immediate Rejection of Progress Schedule Submissions. .

The purpose of the Progress Schedule, and scheduling provisions in the contract, shall be to:

D264560 231

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 6 of 30 8/15/2014

a) Ensure that the Contractor and the Department have a detailed plan and resources to complete the project in accordance with contract time requirements;

b) Provide a means of monitoring the progress of work; c) Aid in communication and coordination of activities among all affected parties; d) Analyze the effect of changed conditions on any milestone dates or on the contract completion date; e) Analyze the effect of change orders for extra work or deductions, and unanticipated delays, on the

contract completion date; f) Establish a standard methodology for time adjustment analysis based on the principles of the Critical

Path Method of scheduling, to analyze delays and resolve construction disputes concerning time; g) Determine appropriate extensions or reductions of Contract Time.

In scheduling and executing the work, the Contractor shall:

a) Sequence the work commensurate with the Contractor’s abilities, resources and the contract documents. The scheduling of activities is the responsibility of the Contractor.

b) Ensure that Progress Schedules prepared by the Project Scheduler for submission to the Department are in compliance with the Contract. The intent should be that Schedule submissions and accompanying Narratives are timely, complete, accurate, and in compliance with the Contract.

c) Communicate all Contract changes, and decisions or actions taken by the Contractor and all subcontractors, fabricators, etc, that effect the Progress Schedule to the Project Scheduler in a timely manner to allow appropriate development, maintenance, and update of the Progress Schedule.

d) Include all work contained in the Contract and all work directed in writing by the Engineer. Work activities directed by the Engineer to be added to the Contract shall be included in the next Monthly Progress Schedule submission.

e) Assure that Progress Schedule Updates reflect the actual dates that work activities started and completed in the field.

f) Break a schedule activity into multiple activities to reflect a discontinuity in the work if a work activity is suspended in the field and restarted at a later date, and the break between when the work was suspended to when it was resumed is significant compared to the original activity duration.

g) Ensure the Progress Schedule contains all work constraints and Milestones defined in the Contract. h) Schedule the work using such procedures and staging or phasing as required by the Contract. Work

designated as part of separate stages may be performed concurrently with other stages where allowed by the Contract or where approved by the Department.

Failure by the Contractor to include any element of work required by the Contract in the accepted

progress schedule does not relieve the Contractor from its responsibility to perform such work. Should the Contractor choose to show activities in the schedule that reflects their plan of work prior to the

contract award, the Department does not incur any liability and such work being performed between the letting date and the contract award date shall be considered at risk work.

Errors or omissions on schedules shall not relieve the Contractor from finishing all work within the time limit specified for completion of the contract.

B. Project Scheduler. The Contractor shall designate an individual, entitled the Project Scheduler, who will develop and maintain the construction progress schedule. The Project Scheduler shall be present at the Preconstruction Schedule Meeting, prepared to discuss, in detail, the proposed sequence of work and methods of operation, and how that information will be communicated through the Progress Schedule. The Project Scheduler shall attend all meetings, or receive meeting minutes that outline schedule related issues of those meetings, which may affect the CPM schedule, including but not limited to those between the Contractor and their Subcontractors and between the Contractor and the Department. The Project Scheduler shall be knowledgeable of the status of all aspects of the work throughout the length of the Contract, including but not limited to: original contract work, additional work, new work, and changed conditions of work.

C. Scheduling Software. The State will provide Oracle-Primavera P6 software and computer system for use by the Engineer to review the schedules submitted by the Contractor. The Department has installed

232 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 7 of 30 8/15/2014

Oracle-Primavera P6 software on internet accessible servers for use by the Department’s construction inspection staff. Appropriate Department personnel, Consultants, and Contractors will also have access to these schedules on the Department’s Enterprise Project Management Database (EPMD). The Department will determine the location to store the project schedule files on the EPMD, and will provide the Contractor the naming convention for all progress schedule submissions. The Contractor shall develop, update, and revise the Progress Schedules using the Department provided Oracle-Primavera P6 software application and the Contractor shall store all Progress Schedule files on the Department’s EPMD.

C.1 User Access. The Contractor shall submit completed and signed Request for Access Forms to the Engineer for each proposed Primavera user to obtain the User ID’s and Passwords for access to software and data on the Department’s network servers. The form can be downloaded from the following web page https://www.dot.ny.gov/main/business-center/contractors/construction-division/primavera. These forms may submitted any time after the contract letting date and announcement by the Department that the Contractor is the apparent low bidder. The Department will process these requests and should generally provide the User ID’s and Passwords within two weeks of receipt by the Engineer. Upon approval by the Construction Supervisor and the Office of Construction, required User ID’s and passwords will be provided to the Contractor (for the Project Scheduler plus one other person) to obtain secure Internet access to the Oracle-Primavera software and project schedule data. If the contract is not awarded to this firm, the firms access to this project will be removed. Department provided User Id’s and Passwords are assigned to specific individuals and shall not be shared with any other users.

C.2 User Security Privileges. User security privileges within the Oracle-Primavera database will be created and maintained by the Department. The Department will be the sole entity to modify the Enterprise Project Structure (EPS), the Organizational Breakdown Structure (OBS), Project Codes, Global Activity Codes, Global Calendars, User Defined Fields, Security Profiles, Admin Categories and Preferences. The Contractor’s users will generally have the security privileges to create and edit activities, project calendars, project resources, project activity codes, as well as schedule and summarize the project.

Project schedules are developed from the Contractor’s knowledge of the project, and the means and methods represented in those schedules are based on the Contractor’s understanding of the contract documents, and the Contractor’s past experience, which are unique to the Contractor. Schedule activity data and logic are therefore the intellectual property of the Contractor and will not be made available to other Contractors. All other schedule data, and all Enterprise data residing on the network servers, are the sole property of the Department.

The Contractor will be the sole entity allowed to physically modify the following data within the progress schedule: activity IDs; activity descriptions; activity durations; relationships between activities; successors and predecessors, actual start and actual finish dates of activities; planned start and planned finish dates of activities; and activity resources (with the exception that activities assigned resources labeled to reflect Department personnel may be changed to reflect specific individuals, or job roles, within the Department).

The Department may modify certain data associated with the progress schedule to ensure conformance to the Department’s Enterprise Project Management standard schedule format. This means that the Department may: create additional layouts, filters and reports; create and edit additional user defined custom data fields; assign Project Codes; add and assign additional project Activity Codes; add and assign additional Cost Account Codes; add and assign additional Resource Codes; enter data in Notebook tabs; modify calendar ID’s (although not the calendar itself); etc; that do not alter the established activities or schedule logic of the Contractor. The Engineer shall communicate to the Project Scheduler the types and scope of changes planned to be made to the progress schedules prior to the implementation of those changes. The Contractor shall not delete or modify any schedule data entered by the Department without prior approval by the Engineer. The schedule data added by the Department shall be incorporated into future schedule submissions of the Contractor.

The Department may make copies of the Contractor’s progress schedules to perform what-if type analysis, which may involve any type of modification to those copies of the schedules.

D264560 233

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 8 of 30 8/15/2014

C.3 Software availability. Oracle-Primavera software and schedule data on the Department’s EPMD will generally be available for the Contractor’s use at all times unless system maintenance (e.g. backups, upgrades, etc) is being performed. System maintenance will generally be conducted over short time periods between the hours of 10 PM – 6AM, Monday - Friday and on weekends. The Department does perform regular backup of data contained in the EPMD, and will make every effort to restore the latest historical copy of schedule submissions in the event of any data failure of the EPMD. The Contractor shall also be responsible for exporting copies of project progress schedules, recovery schedules, TIA schedules, after data modifications have been made as their backup of these submissions. In the event a Contractor’s authorized user cannot access the software from 6AM to 10PM Monday through Friday, the Contractor shall provide written notification to the Engineer.

C.4 Schedule Templates. The Department will provide the Contractor either a project specific Suggested Preliminary Construction Schedule or a project schedule template for the Contractor’s use in developing their CPM Progress Schedule.

C.5 Importing/Exporting Schedules. Contractor’s users will have the security privileges to “Export” their progress schedule files from the central P6 database to a computer. However, the Department will not allow any user to “Import” or accept Progress Schedule files from any other computer system back into the Department’s EPMD.

D. Meetings. D.1. Preconstruction Schedule Meeting. The Contractor shall contact the Regional Construction

Engineer after notification they are the apparent low bidder, but no later than two (2) Work Days following notification of contract award to schedule a Preconstruction Schedule Meeting. The purpose of this meeting will be to discuss essential matters pertaining to the satisfactory scheduling of project activities, and to resolve any known questions regarding interpretation of the contract requirements for this work.

The Project Scheduler shall be prepared to discuss the following: a) The proposed hierarchal Work Breakdown Structure (WBS) for the Progress Schedules. The

Project Scheduler shall provide a paper copy at the meeting. b) The proposed project calendars. c) The proposed project activity codes and various code values for each activity code. The Project

Scheduler shall provide a paper copy at the meeting. d) The specifics of any contract Time-Related Clauses (A+B Bidding, Incentive/Disincentive,

Liquidated Damages, Lane Rental, etc.); e) The Contractor’s schedule methodology to be employed, proposed work sequence and any

proposed deviations from the contract plans with respect to Staging or Work Zone Traffic Control phasing.

f) The Key Plans shall be provided at the meeting. g) The factors that the Contractor determines to control the completion of the project and any

milestone activity completion dates contained therein. h) The Project Scheduler shall provide an outline for the content of the Narrative report for future

Progress Schedule submissions. i) Schedule submission protocol for Progress Schedule submissions.

The Contractor shall submit to the Engineer for review, a minimum of five Work Days prior to the Preconstruction Schedule Meeting, the following: a copy of the Key Plans, a print out of the proposed Work Breakdown Structure, a print out of each of the proposed project Calendars showing the Work Days versus non-work days and hours per day, and a list of the Code Values for each Project Activity Code proposed to be used in the schedules. The Engineer will be available to answer questions regarding scheduling, including: the availability of Department supplied electronic file(s) containing sample project schedule information, sample

234 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 9 of 30 8/15/2014

progress schedule narratives, Special Notes for CPM Scheduling, and required standard format for CPM Progress Schedules for contract work. The Contractor shall schedule meetings as necessary with the Engineer to discuss schedule development and resolve schedule issues, until the Final Baseline Progress Schedule @ Award is accepted by the Engineer.

D.2. Progress Meetings. One topic of the regular progress meetings held by the Engineer and attended by the Contractor shall be a review of the Weekly Status Report generated from the Progress Schedule. The Contractor shall be represented by the Field Superintendent and Project Scheduler. The Project Scheduler shall bring a copy of the printed plot of the current Weekly Status Report to the progress meeting, the report shall show the current anticipated schedule for all remaining work with the critical path activities highlighted. a) The review of the Status Report serves as the forum to discuss project progress and delays,

suggested remedies, necessary Progress Schedule revisions, coordination requirements, change orders, potential Contractor time extension requests, and other relevant issues. If contract work is falling behind the Progress Schedule, the responsible party (i.e.- Contractor or Department) shall be ready to discuss what measures it will take in the next thirty (30) days to put the work back on schedule so as to meet the contract Completion Date specified in the contract.

b) Items of discussion will include, but are not limited to: project progress; schedule progress; near term and long-term schedule issues, including RFIs, Shop Drawing submittals, permit work, utility relocations, mitigation work; project issues and risks; proposed solutions; and any relevant technical issues that are schedule related.

c) At the meeting the Project Scheduler shall compile an action item list that describes who is responsible for existing or pending issues and the date by which the issue needs to be resolved to avoid delays. The Contractor shall forward a copy of the action item list to the Engineer within 2 business days following the meeting.

E. Progress Schedule Submissions: E.1. Draft Baseline Schedule. The Contractor is encouraged, but not required, to submit a Draft Baseline

Progress Schedule that demonstrates a sample of how the Project Scheduler’s proposed alphanumeric coding structure and the activity identification system for labeling work activities in the CPM progress schedule will conform to the detailed requirements of this specification.

This submittal may be made anytime following notice to the Contractor that they are the apparent low bidder on the contract.

Critical items for this review should include but are not limited to: the proposed WBS for subsequent progress schedules; the proposed project Calendars; project Planned Start date; project Must Finish By date; major milestone activities (e.g. - Award, Notice to Proceed, Contractor’s First Day of Work, Contractor’s Last day of Work, Anticipated Completion Date); and between fifty to one hundred summary activities for the major work deliverables of the contract (e.g. - pave EB from STA x to STA y, construct roundabout 1, construct bridge xyz, etc) that have assigned Activity Ids, Activity Descriptions, Activity Durations, Predecessors, Successors, and Activity Relationships. These summary activities will be broken down into, or supplemented with, individual work activities for the baseline submission.

If any Crew resources are included, the composition of the staffing (the number and titles of the various staff) shall be listed in the Notes tab of the Crew resource, and the composition of the crews shall be included in the narrative. To the extent practicable, the Draft Baseline Progress Schedule should include administrative and procurement activities to be accomplished during the contract; planned submittal, review, and approval dates for shop drawings, working drawings, fabrication drawings, and contractor supplied plans, procedures, and specifications.

Any submission of a Draft Baseline Progress Schedule should be accompanied by a written Narrative that provides details of the Calendar assignments of Working Days versus non-work days, outlines the sequence of planned operations to complete the project work, and provides the proposed Activity Codes and Code values to be assigned to activities in future submissions of project progress schedules.

D264560 235

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 10 of 30 8/15/2014

The review and comment by the Engineer of the sample schedule should assist the Project Scheduler in assuring the first submittal of the Baseline Progress Schedule @ Award will be in general conformance with the requirements of the specification and other contract requirements, and that major rework of the Baseline Progress Schedule @ Award will not be required. The Engineer will review the logic diagram, coding structure, activity identification system, and Narrative; and provide comments for required changes by the Project Scheduler for implementation in the submission of the Baseline Progress Schedule @ Award. The Engineer will provide written comments on major deficiencies within five (5) Work Days of receipt. The Department reviews Draft Baseline Progress Schedules solely for format, and will not consider any submission of a Draft Baseline Progress Schedule for approval as an Early Completion Schedule.

E.2. Baseline Progress Schedule @ Award – Within ten Work Days of receipt of the contract award the Contractor shall prepare and submit a Baseline Progress Schedule that meets the following requirements: a) The schedule shall accurately reflect the proposed approach to accomplish the work outlined in the

Contract documents and conforms to all requirements of this specification. b) The schedule shall define a complete logical plan that can realistically be accomplished, to execute

the work defined in the Contract. c) The schedule shall comply with the work constraints and milestones defined in the Contract as well as

all other contractual terms and conditions. The schedule shall be consistent in all respects with the specific interim Time-Related Contract Provisions, and any order of work requirements of the contract documents. The schedule shall meet all interim milestone dates and the contractor’s Anticipated Completion Date shall not extend beyond the contract completion date. This submission shall reflect the Contractor’s plan at the time of contract award, and prior to the start of any work.

d) Float. No negative float is allowed in the Baseline Progress Schedule @ Award submission. e) Data Date. The contract Award Date shall be entered as the Data Date. If the Contractor submits a

Baseline Progress Schedule @ Bid submission, the Data date shall be the date of the schedule submission to the Engineer and not prior to the bid date. Time shall be the end of the work day.

f) Activity Codes. The Progress Schedule shall have assigned, to the maximum extent practicable, the Global Activity Codes (DOT GLOBAL) identified in the Department’s Primavera enterprise solution. Including, but not limited to Responsible Party, Stage and Type of Work. The Contractor shall also use a Project Level activity code named “Subcontractor” with code values identifying each of the approved subcontractors working on relevant activities.

g) Project Level Layouts & Filters. Any “Layouts”, “Filters” and “Report” formats that the Contractor develops for the various Progress Schedules submissions to the Engineer shall be saved and made available to all other users of the project schedule with a name that includes the contract D#. The Contractor shall assign appropriate Activity Codes and provide custom Layouts, Filters, and/or report formats necessary to allow the Engineer to generate a report from the each Progress Schedule submission of all submittals required under the contract (i.e., shop drawings, required permits, erection/demolition plans, etc). The list shall show scheduled submission date, review date, and acceptance date for each submittal and identify the earliest activity affected by each of these submittals. This list shall be generated from each Progress Schedule submission until all such activities are completed.

h) Schedule Submission i) Within the timeframe indicated in Table 1 column 1, the Contractor shall send an email to the

Engineer and Area Construction Supervisor, with copy to [email protected] notifying them the schedule is ready for review.

TABLE 1 (in Work Days) Timeframe from receipt of Notice of

Award to Submission of complete Baseline Schedule. (Column 1)

Timeframe for Engineer’s Review

(Column 2)

Timeframe from Notice of Award to acceptance by the Engineer not

to exceed (Column 3)

236 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 11 of 30 8/15/2014

ii) The Engineer will review the schedule and return it, accept it with comments, or reject it within the timeframes indicated in Table 1 column 2, following the date of receipt of the Contractor’s submission.

iii) If the schedule is returned with comments, the Contractor shall address all comments and revise the schedule as necessary. The Contractor shall complete the Final Baseline Progress Schedule @ Award and obtain the acceptance of the Engineer within the timeframe required in Table 1 column 3.

iv) If the schedule is accepted without any comments by the Engineer, the Contractor shall copy the schedule and rename it for submission as the Final Baseline Progress Schedule @ Award.

v) In no way does the Baseline Progress Schedule modify the contract documents.

E.3. Final Baseline Progress Schedule @ Award a) If the Baseline Progress Schedule @ Award is returned to the Contractor with comments, the

Contractor shall make a copy of the schedule and rename it as the Final Baseline Progress Schedule @ Award with comments addressed and revisions made as necessary. The Contractor shall complete the Final Baseline Progress Schedule @ Award and obtain acceptance of the Engineer within the timeframe required in column 3 of Table1, or within one week of the Contractor’s receipt of the final comments by the Engineer, whichever is sooner.

b) The Engineer shall review the schedule and return it, accepted or with comments, within 5 Work Days following the date of receipt of the Contractor’s submission.

c) The Final Baseline Progress Schedule @ Award must be “accepted” or “accepted as noted” by the Engineer prior to the Department evaluating any Contractor disputes associated with time impacts. This does not preclude the Contractor from submitting a dispute while the schedule is being reviewed for acceptance.

E.4. Progress Schedule Updates and Weekly Status Reports: a) The Contractor shall perform a Progress Schedule Update, on a minimum, at the end of each week. b) The Contractor shall generate a Weekly Status Report at the end each work week after performing the

Progress Schedule Update and Scheduling the project with a Data Date of day the schedule was updated, and submit it to the Engineer by the beginning of business each Monday. The Weekly Status Report shall be generated using the activity Layout named Weekly Status Report, with activities grouped by the WBS, sorted by Finish Date. The Gantt Chart shall clearly indicate the project critical (longest) path. Graphical representations shall be shown at a suitable scale to be legible and readable.

c) During any time periods within the contract that special time-related contract provisions are in effect, including B-Clock periods or Incentive/Disincentive Periods, the Engineer may require more frequent Progress Schedule Updates and/or Progress Schedule Status Reports.

E.5. Monthly, Bi-Weekly, or Weekly Progress Schedule Submissions. a) First Progress Schedule Submission – Within three Work Days following acceptance of the Final

Baseline Progress Schedule @ Award the Contractor shall perform a Progress Schedule Update to reflect the status of all activities where work was performed in the time period between the start of work and acceptance of the Final Baseline Progress Schedule @ Award. This shall include actual dates entered in the Actual Start and Actual Finish columns, and percentage of work complete for uncompleted activities, in addition the Contractor shall incorporate any Progress Schedule Revisions that reflect any changes in how future work activities are to be completed.

10 10 40

D264560 237

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 12 of 30 8/15/2014

b) Subsequent Progress Schedule Submissions – The Contractor shall prepare and submit subsequent Progress Schedule submissions on a regular basis based on the schedule type determined in the pay item in the contract. Type 2A. Monthly Progress Schedules Type 2B. Bi-Weekly Progress Schedules Type 2C. Weekly Progress Schedules The Contractor shall submit a copy of the current Progress Schedule that includes all Progress Schedule Revisions and Progress Schedule Updates to reflect the actual and planned prosecution and progress of the contract work. Progress Schedule Updates shall reflect the status of activities that have commenced or have been completed, including the following items: (a) actual dates in activity Actual Start and Actual Finish columns as appropriate; (b) actual Remaining Duration for activities commenced and not complete; and (c) actual activity Suspend or Resume dates for activities commenced and not complete. Progress Schedule Revisions reflect modifications made to activities in the current project baseline schedule in any of the following items: (a) activity Original Duration; (b) changes in logic connections between activities; (c) changes in Constraints; (d) changes to Activity Descriptions; (e) activity additions or deletions; (f) changes in Activity Code assignments; (g) changes in Calendar assignments, and Work Days; (h) Productivity Rates; (i) a list of Notebook Topic additions and changes . All "Out of Sequence" activities noted in the scheduling log shall be corrected to reflect the current construction operations.

c) For any contract time extension requests the Contractor shall include: a Time Impact Analysis (TIA) for any changes to the schedule for future work for such issues as Added Work, VECP, or Changed Conditions; and a Delay Analysis that documents all delays from the Contract Award to the current date that is based on critical path delays that occurred when comparing subsequent Monthly/Bi-Weekly or Weekly Progress Schedule submissions and the supporting delay documentation in the Progress Schedule Narratives.

E.6. As-Built Progress Schedule. The Contractor shall submit the As-Built Progress Schedule with Actual Start and Actual Finish dates for all activities, within ten (10) Work Days following final acceptance of work by the Regional Director.

E.7. Look-Ahead Schedule. Except during winter shutdown periods the Contractor shall prepare a Look-ahead Schedule as either a plotted report from the current progress schedule, or as a narrative report, and provide it to the EIC on a weekly basis, or if approved by the Engineer on a mutually agreed upon interval The Look-ahead schedule shall include all work activities planned for the next two week period, and include all work activities progressed in the previous one week period, and should also show: anticipated lane closures, road closures and detours, environmental issues, and utility issues. The Engineer will provide the Project Scheduler with guidelines for determining the begin dates and end dates for the one or two week reporting periods, along with the how the plotted schedule report or narrative report shall be formatted. The Department generally uses this Look-ahead schedule to facilitate communication with other Federal or State agencies, local municipalities, utility companies, railroads, emergency service providers, public news media and other affected parties.

F. Detailed Progress Schedule Requirements. F.1. Baseline Progress Schedule. As a minimum, the Contractor shall address the following:

a) Defining Project details and defaults – Within the Dates tab, the “Planned Start” shall be the Letting Date, the “Data Date” shall be the date of Contract Award, the “Must Finish By” date shall be the contract Completion Date. Within the Settings tab, define the Critical Activities as the “Longest Path”. The Project Scheduler role does not have security privileges to change this data in the project Details tab, however they have the ability through the “Schedule” function. Any requests for changes to other data with the Project Details needs to be forwarded by email to [email protected]; include in your request the contract Dnumber and the ProjectID.

238 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 13 of 30 8/15/2014

b) Sufficient activities shall be included to assure that there is adequate planning for the entire project. The appropriate number of activities will be largely dependent upon the nature, size, and complexity of the project. In addition to all site construction activities, network activities shall include: activities necessary to depict the procurement/submittal process including shop drawings and sample submittals; the fabrication and delivery of key and long-lead procurement elements; testing of materials, plants, and equipment; settlement or surcharge periods activities; sampling and testing period activities; cure periods; activities related to temporary structures or systems; activities assigned to subcontractors, fabricators, or suppliers; erection and removal of falsework and shoring; major traffic stage switches; activities assigned to the Department and other involved State agencies and authorities, including final inspection; activities to perform punch list work; and activities assigned to other entities such as utilities, municipalities, County government/agencies, and other adjacent contractors. The schedule shall indicate intended submittal dates, and depict the review and approval periods as defined in the Contract Documents for Department review.

c) The following Activity ID’s and Activity Descriptions exactly as shown in Table 2 shall be incorporated into all Progress Schedules:

TABLE 2

Activity ID Activity Description Duration

(Min) Predecessor Logic

Tie ResponsibleParty

M00001 Contract Letting Date 0 - Start Milestone ---- ---- NYSDOT 00020 Contract Award Process 45 Calendar Days M00001 SS NYSDOT

C00005 Preconstruction Schedule Meeting 1 Work Day M00001 SS NYSDOT

C00011 Prepare & Submit DMWBE Goals Minimum 1 Contractor Work Day M00001 SS Contractor

C00015 DMWBE Utilization Approved 15 Work Days C000011 FS NYSDOT

C00030 Submit Proof of Insurance 1 Contractor Work Day M00001 SS Contractor

M00025 Contract Award Date 0 - Finish Milestone 00020, C00015

FF NYSDOT

C00010 Preconstruction Meeting 1 Work Day M00001 SS NYSDOT

C00035 Notification to Proceed 5 Work Days M00025, C00030

FS NYSDOT

C00040 Prepare/Submit Safety & Health Plan Minimum 1 Work Day M00001 SS Contractor

C00045 Approve Safety & Health Plan 20 Work Days C00040 FS NYSDOT

M00050 Contractor’s First Day of Work 0 - Start Milestone C00035, C00045

FS Contractor

C00055 Set Up Engineer’s Field Office 20 Contractor Work Days C00035 FS Contractor

C00060 Prepare & Submit Baseline Progress Schedule @ Award

10 Work Days from Notice of Award C00005 FS Contractor

C00065 Review Baseline Progress Schedule @ Award

10 Work Days C00060, M00025

FS NYSDOT

C00070 Accept Baseline Progress Schedule @ Award

1 State Business Days (see Note 1)

C00065 FS NYSDOT

C00075 Mobilization 20 Contractor Work Days M00050 SS Contractor

D264560 239

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 14 of 30 8/15/2014

TABLE 2

Activity ID Activity Description Duration

(Min) Predecessor Logic

Tie ResponsibleParty

M00100 Field Work Begins 0 - Start Milestone M00050, C00055, C00060

Contractor

M00900 Substantial Completion 0 - Finish Milestone See definition

FF Contractor

C09010 Other Agency Inspection 20 Work Days M00900 FS Others

C09020 NYSDOT Final Inspection 20 Work Days M00900 FS NYSDOT

C09030 Punchlist Work 20 Contractor Work Days C09020 FS Contractor

M00950 Contractor’s Last Day of Work 0 - Finish Milestone C09030 FF Contractor

M00999 Anticipated Completion Date 0 - Finish Milestone M00950 FF Contractor

C09040 Demobilization 10 Contractor Work Days C09020 FS Contractor

M00925 Regional Recommendation for Final Acceptance

0 - Finish Milestone C09040 FF NYSDOT

M09999 Final Acceptance by the DCEC 0 - Finish Milestone M00925 FF NYSDOT

M99999 Final Agreement 0 - Finish Milestone M09999 FF NYSDOT

M99998 Final Payment 0 - Finish Milestone M99999 FF NYSDOT

Note 1 – Acceptance Date shall not exceed 40 Work Days from Notice of Award.

The Logic Tie shown shall be used as a relationship to the predecessor activities contained in the column named Follows.

d) Work Breakdown Structure (WBS) - A multi level hierarchal WBS shall be incorporated that provides a deliverable-oriented grouping of activities and defines the total scope of the project. The Contractor shall develop a detailed project specific WBS for the Engineer’s review and approval. The Engineer shall make the final determination on the number of levels of the WBS, and how the activities shall be grouped to represent the deliverables of the project.

For all projects the first two levels (nodes) of the WBS shall be labeled as follows: Level 1 - is the project level; and shall have the project name. Level 2 - shall have three nodes; “PRECONSTRUCTION”, “CONSTRUCTION”, and “POST

CONSTRUCTION”; Level 3- under “PRE-CONSTRUCTION”, shall include at least three nodes “GENERAL

SUBMITTALS”, “SHOP DRAWINGS”; and “PROCUREMENT/FABRICATION/DELIVERY”.

Level 3- under “CONSTRUCTION”; shall have three nodes “PRE-CONSTRUCTION”, “CONSTRUCTION OPERATIONS”, and “POST CONSTRUCTION/CLOSEOUT”;

Under the “CONSTRUCTION OPERATIONS” node, the grouping of activities may vary depending on the scope and nature of the project work. The Contractor shall coordinate with the Engineer to determine the best way to represent (group activities) the project deliverables (i.e. Bridge, Roundabout, Highway segment, Interchange, Intersection, etc) and the various Stages or Phases of work. The Engineer may require sub nodes for AREA (geographic area within the project limits), STAGE, or for a bridge project SUBSTRUCTURE, SUPERSTRUCTURE, and DECK .

240 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 15 of 30 8/15/2014

Generally Level 4 would be by geographic area within the project limits, Level 5 would be by highway feature (bridge, highway segment, intersection), Level 6 the highway features should be broken into their components (a bridge into components such as Piles, Substructure, Superstructure), and a highway segment into components such as pavement, drainage, earthwork, lighting, traffic signals, etc.

An example Work Breakdown Structure is shown below in Figure 1

FIGURE 1

e) Activity ID - Include a unique identification number for each activity. Activity ID numbers shall not be changed, or reassigned for the duration of the contract. Task type Activity IDs shall be prefixed by a “C”. Milestone type activities shall be prefixed by an “M”. .

f) Activity Name - Clearly and uniquely define each activity name with a description of the work that is readily identifiable to inspection staff and the progress of each activity can be measured. Each Activity shall have a narrative description consisting at a minimum of a verb or work function (i.e.

D264560 241

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 16 of 30 8/15/2014

form, pour, excavate, etc), an object (i.e. slab, footing, wall, etc), and a location (i.e. STA, bridge or retaining wall number, street, etc). The work related to each Activity shall be limited to one Area of the contract, one Stage of the contract, one WZTC Phase of the contract, and one Responsible Party of the contract. The Activity Name shall not be changed for the duration of the contract without approval of the Engineer.

g) Milestone Activities - Include activities for all contract milestones that define significant contractual events such as Contract Award, Notice to Proceed, Contractor Start Work, Substantial Completion, Physical Completion, Contract Completion, and coordination points with outside entities such as utilities, State agencies, Authorities, municipalities, Time-Related Contract Provisions, etc.

• The Contract Award milestone shall have a primary constraint of “Finish On” and the date of Contract signature by the State Comptroller,

• The Contract Completion milestone shall have a primary constraint of “Finish on or before” and the contract Completion Date.

• The Contractor Start Work” Start milestone activity, that will eventually reflect the actual date the Contractor started work authorized under the contract.

h) Activity Durations – Define the Original Duration of each activity in units of whole work days, except for activities of less than one day duration which should be shown in units of tenths of a day. Except submittal/procurement activities, durations shall not exceed 15 work days unless approved by the Engineer. Durations for Department submittal reviews shall meet the requirements set forth in the contract documents. If requested by the Engineer, the Contractor shall justify the reasonableness of planned activity time durations. Task Dependent activities shall not have a zero duration.

i) Activity Relationships - Clearly assign predecessors and successors relationships to each activity, and assign appropriate logic ties between activities (Finish to Start, Start to Start, Finish to Finish, etc). Do not have any open ended activities, with the exception of the first activity and last activity in the schedule. An activity may only appear once as a predecessor or successor to another specific activity, but may be assigned as a predecessor or successor to many different activities. Do not include inappropriate logic ties with Milestone activities (For a finish milestone activity: a predecessor shall only be assigned a Finish to Finish logic tie, a successor shall only be assigned a Finish to Start or Finish to Finish logic tie. For a start milestone: a predecessor shall only be assigned a Finish to Start or Start to Start logic tie, a successor shall only be assigned with a Start to Start logic tie). Lag time may not exceed 10 days. The Contractor shall not use negative Lag times.

j) The Contractor shall assign the “Contract Award Date” activity as a predecessor to all Review and Approval type activities to be performed by Department staff.

k) Activity Constraint Dates – The Contractor shall not have any constrained activities, with the exception of contractual dates, unless the Engineer accepts such constraints in writing. Milestone activities shall be included for the Contract Award which shall have a primary constraint of “Finish On” and the date of contract signature by the State Comptroller, and for the Anticipated Contract Completion which shall have a primary constraint of “Finish on or before” and the contract completion date indicated in the contract documents. Only contractual/owner-designated constraints are allowed unless specifically authorized by this specification or the Engineer. . If used, only Constraints of type, “Finish on or Before”, ‘Start on or After”, or when deemed appropriate by the Engineer “As-Late-As-Possible” are acceptable

l) Activity Dates – With the exception of contract Milestone dates, “Actual Start” and “Actual Finish” dates and “Planned Start” and “Planned Finish” dates, activity dates shall be calculated by the project scheduler tool within the Oracle-Primavera software. No Actual Start or Actual Finish dates shall be entered in the Baseline Progress Schedule @ Award, with the exception of activities that were completed prior to the Contract Award.

m) Calendars - Use clearly defined calendars that account for expected seasonal weather conditions (including winter shutdown periods) and environmental permit requirements, for the planning and scheduling of activities. Do not incorporate an activity with a description of “Winter Shutdown” that requires constraints. Provide the working days per week, non-working holidays. Also provide the

242 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 17 of 30 8/15/2014

number of shifts per day, and the number of hours per shift by using the Calendar feature, called “Time Periods” in the P6 software. Incorporate any seasonal restrictions to the work within calendars assigned to activities.

● Global calendars used in the progress schedule shall be those established by the Department. There are only two Global Calendars developed and maintained by the Department for use by Contractor’s, they are the following:

• NYSDOT Milestone/Curing 365 Day / 8 hour • State Business Days, 5 Day Work Week w/State Holidays, Field

All milestone activities in the schedule shall be assigned the standard Global calendar named ‘NYSDOT Milestone/Curing 365 Day / 8 hour”, this calendar should also be assigned to any activities for concrete curing. Activities for shop drawing reviews and other approvals by Department personnel shall be assigned the Department’s standard Global – “State Business Day, 5 Day Work Week w/State Holidays, Field” Calendar that reflects all holidays observed by the State.

Changes desired for these calendars shall be forwarded by email to [email protected], and if appropriate these changes will be performed by the Office of Construction system admin staff. This will be accomplished by making a copy of the existing Global calendar, and then the new calendar will be renamed and modified as necessary.

● Calendars related to specific resources (i.e., Crane, Bidwell, Asphalt Paver) shall be established as Project level Calendars (not Resource calendars), with the Calendar name clearly identifying the resource.

● All other calendars developed by a Contractor shall be established as Project Calendars, with the calendar name including the contract D# and describing the function (i.e., D260000 - Asphalt Calendar, D260000 - Concrete Calendar, D260000 - Landscape Calendar, D260000 - Painting Calendar, D260000 – Contractor’s 5 Day/8 Hour Workweek). All work activities of the Contractor shall be assigned to Project Calendars.

● The Baseline Progress Schedule can not include a calendar that reflects any workers working more than 8 hours in any one calendar day or more than 5 days in any one week. (§102-10 LABOR AND EMPLOYMENT) Following the contract award the Contractor can add additional calendars in their next Monthly Progress Schedule submission based on an approved overtime dispensation.

n) Clearly define significant interaction points between the Contractor, the Department, and other entities including but not limited to: Federal, State and local agencies/authorities; and utilities. All activities of the Department, utility companies, adjacent contracts, and other entities that affect progress and influence any contract required dates including durations shall be shown in the schedule. This includes dates related to all Permits or Agreements. The schedule shall give special consideration to sensitive areas such as road closures and parklands and shall indicate any time frames when work is restricted in these sensitive areas as outlined in the permits issued by the regulatory agencies, and provided in the contract documents.

o) Activity Resources – It shall be the Contractor’s responsibility to assure the activity logic in the schedule properly reflects their resource limitations. An activity shall not involve multiple crews comprised of the Contractor and a subcontractor, or multiple subcontractors.

The level of resource loading of the schedule shall dependant on the schedule Type. Type 2A. Monthly Progress Schedules - The Contractor will generally not be required to develop Labor resources, Equipment resources or Contract Pay Item resources in the Resource Dictionary, or assign them to schedule activities. Type 2B. Bi-Weekly Progress Schedules - The Contractor shall develop crew level Labor resources, along with Equipment resources in the Resource Dictionary, and assign them to schedule activities. Equipment resources for major or specialty equipment such as tower cranes, piledrivers, barges, asphalt pavers, concrete pavers, dozers, front end loaders, backhoes, rollers,

D264560 243

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 18 of 30 8/15/2014

excavators, graders, long line striping truck or other equipment that cannot be rented easily shall be assigned to schedule activities. Type 2C. Weekly Progress Schedules - The Contractor shall develop Labor resources, Equipment resources and contract Pay Item resources in the Resource Dictionary. The Contractor shall define labor resources for the project that comprise the various labor classifications (i.e. – Tower Crane Operator, Operator, Labor Foreman, Laborer, Carpenter, Teamster, Dock Builder, Iron Worker, Painter…), and these resources shall be assigned to schedule activities. Equipment resources for major or specialty equipment such as tower cranes, piledrivers, barges, asphalt pavers, concrete pavers, dozers, front end loaders, backhoes, rollers, excavators, graders, long line striping truck or other equipment that cannot be rented easily shall be assigned to schedule activities. The Department shall provide a resource library of Global Pay Item resources for all standard pay items contained in the Standard Specifications, and the Contractor shall develop pay item resources for any pay items for Special Specifications in the contract. For each activity in the Progress Schedule the Contractor shall assign the appropriate pay item resources, and within the resource details enter the appropriate quantity for each pay item. The Baseline Progress Schedule at Award shall include resource loading for the first ninety (90) days of anticipated contract field (non administrative) work. The remaining activities will require pay item resource assignments as required under paragraph F.2.c. The resource allocations shall be shown to a level of detail that facilitates report generation based on labor classifications and equipment classes for the Contractor and subcontractors. The Contractor shall optimize and level labor to reflect a reasonable plan for accomplishing the work of the contract and to assure that resources are not duplicated in concurrent activities. The time-scaled resource histograms shall show labor classifications and equipment classes to be utilized on the contract.

p) Production Rates – The Contractor shall enter the quantity of the major item of work for each non administrative activity in the schedule into the field labeled “PR Quantity”, the Unit of Measure for that major item in the field labeled “PR Unit”, the anticipated production rate of the equipment and labor resources for that activity of work in the field labeled “Production Rate / Day”, and the associated duration for that work in the field labeled “PR Duration”. These are all Activity level UDF fields, and can be found in the activity Layout named Contractor Production Rates.

q) Activity Codes – The Contractor shall include a well-defined activity coding structure that allows project activities to be sorted and filtered. Activity Codes shall include, but not be limited to: Responsible Party; Stage; Area of Work; Type of Work; Subcontractor; and additionally as required by the Engineer to meet the needs of the specific contract work to facilitate the use and analysis of the schedule.

● No Global Activity Codes shall be incorporated in any progress schedule submission to the Engineer except those established by the Department.

● The Global activity codes established by the Department shall be used to the maximum extent practicable. The Contractor shall assign the appropriate activity code values to each activity in the progress schedule for the following Global Activity Codes that are in the Department’s enterprise database:

1) RESPONSIBLE PARTY (DOT GLOBAL) 2) STAGE (DOT GLOBAL) 3) AREA (DOT GLOBAL) 4) TYPE OF WORK (DOT GLOBAL) 5) CHANGED (ADDED/DELETED) WORK (DOT GLOBAL) 6) TIME Related Clauses (DOT GLOBAL) 7) DELAY (DOT GLOBAL)

● Additional Activity Codes developed for specific projects shall be established as Project Activity Codes. As a minimum this shall include the following:

1) SUBCONTRACTOR

244 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 19 of 30 8/15/2014

r) Activity Code Values – Each Activity Code shall be broken down into various Activity Code Values that are then assigned to activities. For example, the Activity Code “Stage” shall include a hierarchal arrangement of Activity Code Values as shown below in Figure 2:

FIGURE 2

s) Activity Code Assignments - For each activity, within the activity details the Contractor shall assign Activity Code values to identify the “Responsible Party” (i.e. – Contractor, NYSDOT, Utility Co, Municipality) for the work to be performed (one and only one responsible party shall be assigned to each activity), the “Stage” of the contract for the work that will be performed, the “Area” where the work is to be performed, the “WZTC Phase”, and the Type of Work (i.e. - Procurement, Paving, Embankment, Excavation, Electrical, Signing, etc). For activities included in work governed by time-related contract provisions, the appropriate “Time Related” activity code shall be utilized. For activities included in work added and/or changed within an Order-On-Contract, the appropriate

D264560 245

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 20 of 30 8/15/2014

“Added/Changed Work” code shall be utilized. For all work activities performed by the Contractor or subcontractors/fabricators/suppliers, “Contactor” shall be designated as the Responsible Party

t) Interim Milestone Dates with Liquidated Damages and Special Time-Related Contract Provisions (i.e. – A+B Bidding, Incentive/Disincentive provisions, Lane Rental) – Each time-related contract provision in the contract shall be represented in the progress schedule by having a start and finish milestone, with appropriate predecessors and successors assigned to all schedule activities considered part of that time-related contract provision work including the start and finish milestone activities. In addition, the Start milestone for the time-related contract work shall have predecessors and/or date constraints assigned that include those defined in the contract documents, and the Finish milestone for the time-related contract work shall have successors and/or date constraints assigned that include those defined in the contract documents. All schedule activities associated with each specific time-related contract provision shall be assigned to a separate node within the project WBS and the WBS node description shall be labeled accordingly, in addition these activities shall be assigned the appropriate Time-Related Clauses (DOT GLOBAL) activity code value. A Level Of Effort activity shall be used for each time related contract provision (i.e - “Incentive 1 Duration” or “B Clock 1 Duration”), this activity shall have the Start Milestone as a predecessor with a SS relationship and the Finish Milestone as a successor with a FF relationship and the duration of this activity shall be calculated when the project is scheduled.

u) List of Submittals – The Contractor shall submit with the Progress Schedule a list of all Submittals (i.e. - Shop Drawings, required permits, Erection/Demolition plans, Heath and Safety Plan, etc.) generated from the Baseline Progress Schedule for review and approval by the Engineer. The Contractor shall use a Filter to limit the schedule activities shown in the report to only the prepare/submit, and review/approve activities related to submittals. For construction contracts that utilize Oracle-Primavera Contract Manager, Shop Drawing submittal activities in the Progress Schedule shall be at the Submittal Package level. The report shall be in Adobe PDF format and transmitted to the Engineer by email.

F.2. Weekly/Bi-Weekly/Monthly Progress Schedules. In addition to the detailed schedule

requirements for the submission of the Baseline Progress Schedule @ Award, the Contractor shall complete the following additional requirements for these regular Progress Schedule submissions: a) Activity Status -

i) Durations – the Original Duration shall not be changed without prior written justification by the Contractor, and written approval by the EIC. The Contractor shall edit the Remaining Duration to reflect progress made on work activities, and shall not use Duration % . If a proposed change to Original Duration is due to additional or changed work to the contract the Contractor shall instead add an activity to reflect this additional work, and assign the appropriate Activity Code. The Contractor shall not use zero durations for Task Dependant activities.

ii) Started and Finished dates – for each activity where work was begun during the Weekly/Bi-weekly or Monthly reporting period, the Contractor shall check the box adjacent to Started and enter the date the work began. For each activity where work was completed during the Weekly/Bi-weekly or Monthly reporting period, the Contractor shall check the box adjacent to Finished and enter the date the work was completed.

iii) Suspended work – The first time that work has been suspended on a schedule activity, the Contractor shall enter the Suspend and Resume fields within the Project Details under the Status tab. For any subsequent suspensions of work to that activity the Contractor shall break that activity into two or more activities to accurately reflect the suspension and resumption of work dates in the field, and to more accurately reflect the relationship to other work activities.

b) Calendars – To change a project calendar for activities scheduled in the future, the Contractor shall copy the calendar and use a revised name that includes a reference to which Update the change was incorporated (i.e. - D260000 - Concrete Calendar should be revised to D260000 – 2 - Concrete

246 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 21 of 30 8/15/2014

Calendar to reflect the 2nd Monthly Update when the change was made to the calendar). The reason for the change in the calendar shall be documented in the Narrative.

c) Resources – Type 2C. Weekly Progress Schedules – For each of the first four Weekly Progress Schedule submissions the Contractor shall assign as a minimum an additional month of Labor, Equipment and Pay Item resources for anticipated contract field work. For each subsequent month of the contract the Contractor’s Progress Schedule submission shall include labor, equipment and pay item resources for an additional year of anticipated contract work until all activities in the schedule have resources defined. Until such time that all activities are resource loaded, for any activity that resource limitations are affecting the prosecution of work, as determined by the Engineer, labor and equipment resources shall be entered in the schedule by the Contractor. When the resource assignments are complete for all schedule activities, the Engineer will compare pay item quantities in the schedule with pay item quantities in the Engineer’s estimate to determine if all contract work is represented in the Contractor’s schedule.

d) Notebook Tab – i) Delays - For any activities on the critical path that are delayed during this monthly reporting

period, the Contractor shall enter the dates the activity was delayed and the reason for such delay in the Notebook tab of that activity.

ii) Activity Changes – For any changes to activity logic, calendar assignments, suspended work, added or revised lag periods or constraints the Contractor shall document the change and reason in a Notebook Topic for that activity by assigning the appropriate “Progress Submission # Revision” and describing the changes.

e) Production Rates – For all non administrative that have shifted onto the critical path, or now have less than 20 days of Total Float, the Contractor shall enter the Production Rate information required in paragraph F.1.p. For any activities where the work to be performed is similar in nature to work already performed on the same project and that the Production Rate for the work to be performed is different than the actual Production Rate for work already performed the Engineer may require the Contractor to adjust the Duration for the work to be performed to reflect the more appropriate Production Rate.

f) Deleted work – If work has been deleted the corresponding work activities in the schedule shall be deleted. The Contractor shall not just zero the activity duration since the calendar assigned to the zero duration activity shall still affect the logic of future work activities.

g) The Project Scheduler can modify the project’s Data Date through the Schedule tool. h) The Contractor shall complete the following additional requirements based on the governing

schedule type for the specific construction contract. Type 2A. Monthly Progress Schedules

i) Data Date - the “Data Date” shall be the date the Project Scheduler last edits the schedule prior to submission to the Engineer (generally the last working day of the month).

ii) Submission frequency. The Contractor shall submit the schedule file and Narrative Report to the Engineer monthly. The schedule submission to the Engineer shall be made within three (3) Work Days of the last day of the month, whether or not the Engineer has accepted the previous Progress Schedule submission.

Type 2B. Bi-Weekly Progress Schedules i) Data Date - the “Data Date” shall be the date the Project Scheduler last edits the schedule prior to

submission to the Engineer (generally the 1st working day of the month, and the 16th day of the month).

ii) Submission frequency. The Contractor shall submit the schedule file and Narrative Report to the Engineer bi-weekly. The schedule submission to the Engineer shall be made by COB on the 2nd day of the month, and the 17th day of the month, whether or not the Engineer has accepted the previous Progress Schedule submission.

Type 2C. Weekly Progress Schedules

D264560 247

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 22 of 30 8/15/2014

i) Data Date - the “Data Date” shall be the date the Project Scheduler last edits the schedule prior to submission to the Engineer (generally the last working day of the week (Saturday).

ii) Submission frequency. The Contractor shall submit the schedule file and Narrative Report to the Engineer weekly. The schedule submission to the Engineer shall be made by BOB on Monday of each week, whether or not the Engineer has accepted the previous Progress Schedule submission.

G. Detailed Narrative Requirements: G.1. For the Baseline Progress Schedule. The Contractor shall include a narrative in Microsoft

Word and/or Adobe Acrobat format that includes the following topics and attachments: a) Contract Identification. Include the contract D number, project name, project location, and name

of Prime Contractor. b) Key milestone dates. Include the actual contract Award Date, original and adjusted contract

Completion Date, Substantial Completion Date, and anticipated completion of all project work. Also include any contract Interim Milestone dates (I/D, B-Clock, LD, etc), and scheduled Start and Finish dates for those Milestone activities.

c) General approach. Describe the Contractor’s general approach to construct the Work outlined in the baseline schedule. Address the reasons for the sequencing of work and describe any resource limitations, potential conflicts, and other salient items that may affect the schedule and how they may be resolved.

d) Key Plans. If not provided in the contract plans, or if modified by the Contractor, provide copies of the appropriate contract plan sheets marked up to correlate values on the contract plans (for Area of Work, Stage of Work, and WZTC Phase) to the Contractor’s planned breakdown of the project (ie- Activity Codes, Activity Descriptions) for scheduling purposes.

e) Logic Justifications. The justification(s) for each activity with a duration exceeding 15 working days. The justification(s) for Contractor imposed activity constraints proposed in the schedule. The reason for any lags assigned to any activities.

f) Calendars. Include a list of calendars which have been incorporated in the schedule, and for each calendar the general reason for it’s use in the schedule.

g) Critical Path issues. A brief discussion of the critical path shown in Appendix 2, highlighting any potential challenges that are foreseen associated with the critical path work.

h) Coordination issues. Outline any anticipated coordination issues related to work activities by other entities that require additional information from, or action by, the Engineer.

i) APPENDIX 1 – Scheduling/Leveling Report. This appendix in Adobe Acrobat PDF file format, formatted to fit standard ANSI Size A (Letter) size paper (8.5 inch x 12 inch) (215 mm x 279 mm) paper, printed with portrait orientation, shall be included with the narrative as a separate file. A complete Scheduling/Leveling Report (SCHEDLOG.TXT file generated by the Department’s Oracle-Primavera scheduling software application) which includes the Schedule Settings, Statistics, Errors, Warnings, Scheduling/Leveling Results, Exceptions, Activities with unsatisfied constraints, Activities with unsatisfied relationships, and Activities with external dates. The statistics shall include, # of Activities, # of Activities Not Started, # of Activities In Progress, # of Activities Completed, # of Activity Relationships, and # of Activities with Constraints. Total number of activities on the critical path, percent complete, activities without predecessors, activities without successors, and activities out of sequence.

j) APPENDIX 2 – Progress Schedule plot. This appendix in Adobe Acrobat PDF file format, formatted to fit ANSI Size B (Ledger) paper (11 inch x 17 inch) (279 mm x 431 mm) paper, printed with Landscape orientation, shall be included with the narrative as a separate file. Appendix 2 to the narrative shall be an electronic schedule plot (Adobe Acrobat format) using the Global Layout named “Baseline Schedule submission”, with activities sorted by Start Date in ascending order, Grouping of activities by WBS, and only the “Longest Path” filter applied. This plot shall provide a clear critical path from the Data Date to the last activity in the schedule.

248 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 23 of 30 8/15/2014

Graphical representations shall be shown at a suitable scale to be legible and readable. G.2. For the Weekly/Bi-Weekly/Monthly Progress Schedule. For each Progress Schedule

submission, the Contractor shall submit a revised narrative in Microsoft Word or Adobe Acrobat format that includes (but is not limited to) the information from paragraph G.1, and the following additional topics: k) Project Progress. Discuss the progress that was made during the current reporting period, and

document any Total Float gained or recovered during the period. For major work items describe the differences between the actual work performed and the work planned for the period as represented in the preceding Progress Schedule submission, including explanations for the deviations.

l) Suspended Work. For all suspended work activities that could otherwise logically be progressed, identify the responsible party prohibiting the progression of the work, as well as the detailed reasons why.

m) Project Delays. Discuss any delays experienced during the current reporting period. Quantify any relative change in Total Float for the project since the last Progress Schedule submission. For each activity on the critical path (include Activity ID’s and Activity Descriptions) where work was delayed during the reporting period, provide the following detailed information including:

• the extent in days (negative float) of the delay, and events that caused the delay. • the party(s) responsible for the delay event(s). • the other activities in the construction schedule affected by the events. • the reasonable steps needed to minimize the impact of the delay, and which party needs to

take the action(s). The Contractor is reminded of the requirements of Notice & Recordkeeping as found in §104-06 of the contract specifications and as they relate to Disputed Work. The Contractor shall include a copy of any notice provided to the Engineer for any time-related delay dispute as part of their narrative.

n) Project Issues. List any other problems experienced during this Progress Schedule submission period, the party responsible for the problems, and the Contractor’s intentions to resolve the issue(s).

o) Schedule changes. i) List of all added or deleted activities included in this Progress Schedule submission, and the

reason(s) for and the impact(s) of such changes. ii) List all changes in activity Original Durations, the justification for such change(s), and the

impact(s) of such changes. iii) List all changes in relationships between activities included in this Progress Schedule

submission, and the reason(s) for and the impact(s) of such changes. iv) List any addition or deletion of activity or project constraints, and the reason(s) for and the

impact(s) of such changes. v) List all changes to the project calendars, and the reason(s) for and the impact(s) of such

changes. p) List all activities for procurement of long lead time materials that are behind schedule and the

reason(s) why. q) Description of any changes to the critical path since the last Progress Schedule submission and the

impacts of such changes. r) The major work elements, as defined in the WBS, to be accomplished during the next monthly work

period. s) Any potential problems that are anticipated for the next monthly work period and the proposed

solutions to such problems. Identify potential problems or risks that either the Department or Contractor may be potentially responsible for. Explain what action the responsible party (i.e. - Department or Contractor) needs to take and the date by which time the action needs to taken to avoid the problem.

t) Any planned acceleration of activities that the Contractor anticipates to undertake within the next monthly work period that either the Department directed, or that the Contractor believes is necessary.

D264560 249

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 24 of 30 8/15/2014

u) The following appendix in Adobe Acrobat PDF file format, formatted to fit ANSI Size E paper (34 inch x 44 inch) (863 mm x 1117 mm) paper, printed with Landscape orientation, shall be included with the narrative as a separate file.

● APPENDIX 3 – A listing of all work activities as of the data date, using the NYSDOT Appendix 1 activity layout, sorted by Finish date, Total Float in increasing order, showing the Activity ID, Activity Name, Original Duration, Remaining Duration, Actual Duration, Total Float, Early Start date, Start date, Finish date, Late Finish date, and Calendar ID. The grouping of activities shall be by WBS. The Gantt Chart shall clearly indicate all activities in the schedule. Graphical representations shall be shown at a suitable scale to be legible and readable.

● APPENDIX 4 – A listing of work activities filtered by NoteBook Topics assigned as of the data date, sorted by Finish date and Total Float in increasing order, showing the Activity ID, Activity Name, and Notebook Topic. The grouping of activities shall be by WBS.

H. Schedule Submission Methodology. Progress Schedule submissions will only be considered complete when all documents and data have been provided to the Engineer. H.1. When preparing a formal submission of the progress schedule, the Contractor shall make a copy of the

current Progress Schedule and name it according to the file naming convention provided by the Department in Table 3.

H.2. File Naming Convention. The schedule filename shall conform to the requirements of Table 3. Type 2A. Monthly Progress Schedules

TABLE 3A – Schedule Filename convention Progress Schedules 1st Version 2nd Version 3rd Version Draft Baseline Progress Schedule D26####-1DB D26####-2DB D26####-3DB Baseline Progress Schedule @ Award D26####-1BPS D26####-2BPS D26####-3BPS Final Baseline Progress Schedule @ Award D26####-1FB D26####-2FB D26####-3FB Monthly Progress Schedule Submission #1 D26####-1SU01 D26####-2SU01 D26####-3SU01 Monthly Progress Schedule Submission #2 D26####-1SU02 D26####-2SU02 D26####-3SU02 Monthly Progress Schedule Submission #3 D26####-1SU03 D26####-2SU03 D26####-3SU03 Monthly Progress Schedule Submission #4 D26####-1SU04 D26####-2SU04 D26####-3SU04 As-Built Progress Schedule (Last Progress Schedule) D26####-1AB D26####-2AB D26####-3AB 1st Time Impact Analysis D26####-1TIA1 D26####-2TIA1 D26####-3TIA1 1st Recovery Schedule D26####-1RS1 D26####-2RS1 D26####-3RS1

Type 2B. Bi-Weekly Progress Schedules TABLE 3B – Schedule Filename convention

Progress Schedules 1st Version 2nd Version 3rd Version Draft Baseline Progress Schedule D26####-1DB D26####-2DB D26####-3DB Baseline Progress Schedule @ Award D26####-1BPS D26####-2BPS D26####-3BPS Final Baseline Progress Schedule @ Award D26####-1FB D26####-2FB D26####-3FB Month 1Bi-Weekly Progress Schedule Submission #1A D26####-1SU1A D26####-2SU1A D26####-3SU1A Month 1Bi-Weekly Progress Schedule Submission #1B D26####-1SU1B D26####-2SU1B D26####-3SU1B Month 2Bi-Weekly Progress Schedule Submission #2A D26####-1SU2A D26####-2SU2A D26####-3SU2A Month 2Bi-Weekly Progress Schedule Submission #2B D26####-1SU2B D26####-2SU2B D26####-3SU2B As-Built Progress Schedule (Last Progress Schedule) D26####-1AB D26####-2AB D26####-3AB

250 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 25 of 30 8/15/2014

1st Time Impact Analysis D26####-1TIA1 D26####-2TIA1 D26####-3TIA1 1st Recovery Schedule D26####-1RS1 D26####-2RS1 D26####-3RS1

Type 2C. Weekly Progress Schedules TABLE 3C – Schedule Filename convention

Progress Schedules 1st Version 2nd Version 3rd Version Draft Baseline Progress Schedule D26####-1DB D26####-2DB D26####-3DB Baseline Progress Schedule @ Award D26####-1BPS D26####-2BPS D26####-3BPS Final Baseline Progress Schedule @ Award D26####-1FB D26####-2FB D26####-3FB Month 1Weekly Progress Schedule Submission #1A D26####-1SU1A D26####-2SU1A D26####-3SU1A Month 1Weekly Progress Schedule Submission #1B D26####-1SU1B D26####-2SU1B D26####-3SU1B Month 1Weekly Progress Schedule Submission #1C D26####-1SU1C D26####-2SU1C D26####-3SU1C Month 1Weekly Progress Schedule Submission #1D D26####-1SU1D D26####-2SU1D D26####-3SU1D Month 2Weekly Progress Schedule Submission #2A D26####-1SU2A D26####-2SU2A D26####-3SU2A Month 2Weekly Progress Schedule Submission #2B D26####-1SU2B D26####-2SU2B D26####-3SU2B Month 2Weekly Progress Schedule Submission #2C D26####-1SU2C D26####-2SU2C D26####-3SU2C Month 2Weekly Progress Schedule Submission #2D D26####-1SU2D D26####-2SU2D D26####-3SU2D As-Built Progress Schedule (Last Progress Schedule) D26####-1AB D26####-2AB D26####-3AB 1st Time Impact Analysis D26####-1TIA1 D26####-2TIA1 D26####-3TIA1 1st Recovery Schedule D26####-1RS1 D26####-2RS1 D26####-3RS1

The Project Scheduler can change the Project ID and Name through the WBS at the top node, as they do not have privileges to edit data through the Project Details tab.

H.3.Schedule the project. Immediately prior to submitting the schedule the Project Scheduler shall “Schedule” the project using the Scheduling Options shown below and in Figure 3, unless approval to vary from these settings is given by the Engineer. The Project Scheduler shall use the same Scheduling Options for all Progress Schedule submittals for the duration of the contract.

FIGURE 3

D264560 251

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 26 of 30 8/15/2014

When entering the Data Date, the Contractor shall use the Date they last modified the schedule and the time entered shall be the end of the work day (generally 5pm) indicated on the project’s default calendar.

H.4. Schedule Submission Delivery. The Contractor shall submit the schedule to the Engineer electronically for review and acceptance. The Contractor’s submission shall be documented by an E-mail to the Engineer, with a copy to [email protected] and all appropriate project participants, that the project schedule on the network is ready for review. The Contractor’s E-mail to the Engineer shall also consist of the following:

i) The subject of the E-mail shall include the Region #, contract D number, the Project Name, the Progress Schedule’s ProjectID, and construction company name. (i.e. – Region 8, D260000, Rehabilitation of Main Street viaduct, D260000-01SU2, ABC Contractors)

ii) The E-mail message shall include the name of the EIC, the current anticipated Finish date of the last activity in the project schedule, a statement as to how that date compares to the current Contract Completion Date, and the name of the Area Construction Supervisor.

iii) Electronic files of all Narrative Reports and required attachments associated with the schedule shall be submitted by the Contractor in Adobe Acrobat format.

I. Progress Schedule Review and Analysis: I.1. Immediate Rejection of Progress Schedule Submissions. The following deficiencies in a

Contractor’s progress schedule submission shall be grounds for the immediate rejection by the EIC, without further review, analysis and/or comments.

a) Failure of the Project Scheduler to “schedule” the project, as of the data date. b) Failure to attach a copy of the complete Scheduling/Leveling Report (SCHEDLOG.TXT file

generated by the Department’s Oracle-Primavera software application). c) Any activities without predecessors, or activities without successors, appearing in the

Scheduling/Leveling Report with the exception of the first and last activity in the schedule. d) Any activity constraints appearing in the Scheduling/Leveling Report that have not been

approved in writing by the EIC, or that are not specifically allowed by this specification. e) Any Activities with Actual Dates > Data Date appearing in the Scheduling/Leveling Report. f) Any Milestone Activities with invalid relationships appearing in the Scheduling/Leveling Report. g) Failure to have a clearly defined Critical Path from the Data Date to the last activity in the

schedule, using the Longest Path method. This would reflect logic errors in the project schedule. h) Failure to attach the schedule Narrative and required appendices. i) Repeated failure to correct “Out-Of-Sequence” activities.

If any of these deficiencies are found, the Contractor’s submission shall be considered deficient, and Engineer will notify the Contractor immediately by return E-mail of the rejection of the schedule submittal.

I.2. Schedule Analysis Method. Events, actions, and progress that cause delays or gains to the Progress Schedule will be analyzed solely

by the "Contemporaneous Period Analysis" method.

I.3. Department Review and Acceptance of Progress Schedules. The Engineer will review the Monthly Progress Schedule submissions and will prepare a written response (Progress Schedule Review Report) to the Contractor’s submission within five (5) Work Days following receipt of the Contractor’s complete schedule submission. The Engineer will either “accept” the schedule, “accept as noted”, or “reject” the schedule for re-submittal by the Contractor.

If the Progress Schedule submission is not in compliance with contract requirements, the Engineer may reject the submittal and shall forward any comments and requests for schedule revisions to the Project Scheduler by email, with a copy to the Contractor and to [email protected]. The Project Scheduler shall address all comments in writing and/or make the requested revisions, and resubmit the revised schedule within three (3) State Business days of the Engineer’s reply. If the

252 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 27 of 30 8/15/2014

Engineer determines the revised submission still does not meet the contract requirements, any further revisions required thereafter shall also be submitted for acceptance within (3) Work Days of the request for revisions by the Engineer.

For schedules that are “accepted as noted” the Engineer shall forward any comments, or requests for revisions, to the Contractor by email, with a copy to the [email protected]. The Project Scheduler shall address all comments in writing and/or make the requested revisions as part of the next scheduled Progress Schedule submission.

The Project Scheduler shall make adjustments to the Progress Schedule in accordance with the Engineer’s comments and resubmit copies for review consistent with the requirements of this section.

The Engineer, by accepting the progress Schedule, does not agree that the Progress Schedule is reasonable or that by following the Progress Schedule the Contractor can complete the work in a timely manner. If, after a Progress Schedule has been accepted by the Engineer, either the Contractor or the Engineer discover that any aspect of the Schedule is on error, or something significant has been omitted, the Contractor shall correct the Progress Schedule in the next Progress Schedule submission and describe this revision in the Narrative report.

Acceptance of progress schedules by the Engineer shall not be construed to imply approval of any particular construction methods or sequence of construction or to relieve the Contractor from its responsibility to provide sufficient materials, equipment and labor to guarantee the completion of the contract in accordance with the contract documents.

Acceptance of the progress schedule by the Engineer does not attest to the validity of assumptions, activities, relationships, sequences, resource allocations, or any other aspect of the progress schedule. Within the contractual constraints, the Contractor is solely responsible for the planning and execution of the work.

Acceptance of the progress schedule by the Engineer shall not be construed to modify or amend the contract agreement or the date of completion therein. Completion dates can only be modified or amended by standard contractual means, through an official HC-250b Request For Extension of Completion Date.

If any resources are included in the Progress Schedule, it is not intended that the Engineer, by accepting the schedule should use the Contractor’s resource data for anything other than determining the reasonableness of achieving the Contractor’s production rates. Resources included with the accepted CPM schedule shall not be misconstrued as a cost benchmark for the performance of planned or actual work.

Once the progress schedule has been accepted, the Contractor shall not deviate from it without first notifying the Engineer in writing.

Upon receipt from the Contractor of the corrected schedule, a new review period by the Engineer of five (5) Work Days will begin.

J. Changes to Progress Schedule due to Added/Deleted/Changed Work: J.1. Changes to the contract. In the event a notice of a change to the contract is received, the appropriate

changes to the progress schedule shall be made, as necessary, to incorporate the anticipated added/deleted/changed work and the Contractor shall notify the Engineer in writing within 10 (ten) calendar days if there is any effect of such change to the schedule. Change to the contract includes, but is not limited to, Extra Work, Change Orders, Suspensions of Work Directed by the Engineer, Changed Condition, and Value Engineering Change Proposals. Added, deleted and/or extra work associated with Change Orders shall be reflected in the next Monthly Progress Schedule Submission in anticipation of and prior to the date in which the work physically takes place without regard to the dates when the actual Change Order was approved. The effect of the change to the contract on the projects Critical Path shall be stated. Extra work or additional work that does not affect the controlling operation on the critical path will not be considered as the basis for a time extension. All schedule activities effected by added, deleted or changed work that is included in a signed Order-On-Contract, Field Change Order, or Authorization of Extra Work (with the exception of minor quantity changes that do not impact contract milestones), or work activities performed by the Contractor at risk in anticipation of such Department approval, shall be

D264560 253

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 28 of 30 8/15/2014

assigned the appropriate Activity Code (Added/Changed Work) and Code Value (sequentially numbered) to denote which “Changed Contract Work” order number correlates to those activities of work.

J.2. Time Impact Analysis. For each request of an adjustment of contract time due to an anticipated change to future work in the Progress Schedule, when the Contractor or Engineer consider that an anticipated or approved change to the contract may impact the critical path and contract progress by more than a calendar month, the Contractor shall submit a Time Impact Analysis (TIA). The TIA shall be submitted as part of any Order on Contract (Change Order) and/or VECP if the critical path changes by more than a calendar month. The TIA shall be based on a revised Progress Schedule and shall be submitted as an electronic file (using Microsoft Word for the narrative) containing: a) The TIA shall illustrate the impacts of each change or delay on the current scheduled completion date

or internal milestone, as appropriate. b) The analysis shall use the accepted Monthly Progress Schedule that has a data date closest to and

prior to the event as the “Current Baseline”, this shall then be compared against the “What-if Project Plan Baseline” for the purpose of the TIA.

c) If the Engineer determines that the accepted schedule used does not appropriately represent the conditions prior to the event, the accepted schedule shall be updated to the day before the event being analyzed.

d) The TIA shall include an impacted schedule (“What-if Project Plan Baseline”) developed from incorporating the actual or anticipated event into the accepted schedule by adding or deleting activities, or by changing durations or logic of existing activities.

e) If the impact schedule shows that incorporating the event negatively modifies the critical path and scheduled completion date of the accepted schedule, and the Engineer accepts the impacted schedule, the difference between scheduled completion dates of the two schedules shall be equal to the proposed adjustment of contract time.

f) The Engineer may construct and utilize an appropriate project schedule or use another recognized method to determine adjustments in contract time until the Contractor provides the TIA.

g) The Contractor shall submit a TIA within fifteen (15) State Business Days of receiving a written request for a TIA from the Engineer.

h) The Contractor shall allow the Engineer ten (10) Work Days after receipt to accept or reject the submitted TIA. All accepted TIA schedule changes shall be included in the next Monthly Progress Schedule submission.

i) If a TIA submitted by the Contractor is rejected by the Engineer, the Contractor shall meet with the Engineer to discuss and resolve issues related to the TIA. If agreement is not reached, the Contractor will give notice in conformance with §104-06 Notice & Recordkeeping, and submit in accordance within the provisions in §105-14.E "Required Content of Dispute Submissions".

j) The Contractor shall only show actual as-built work, not unapproved changes related to the TIA, in subsequent Monthly Progress Schedules submissions. If agreement is reached at a later date, approved TIA schedule changes shall be included in the next Monthly Progress Schedule submission.

k) Request for a contract time extension will not be processed until the receipt and approval of a Time Impact Analysis.

K. Failure to Submit Progress Schedules and/or Recovery Schedules: K.1.No progress payment for this item of work shall be made until the progress schedule is “accepted” or

“accepted as noted” by the Engineer. K.2.If the Contractor’s Progress Schedule submission is rejected due to any deficiency noted in paragraph

I.1(a) through (i), it shall be considered an incomplete submission and therefore substantially deficient. K.3.If the Contractor’s revised Progress Schedule submission does not address the written comments

provided by the Engineer, and does not include a written explanation with a reasonable rational for not addressing those comments, the submission shall be considered deficient.

K.4. If the Contractor fails to submit a CPM Progress Schedule conforming to the provisions required under this specification, to the degree that such failure is deemed by the Regional Construction Engineer to

254 D264560

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 29 of 30 8/15/2014

adversely affect the management of the project and/or the administration of the construction contract, liquidated damages will be assessed as determined under Basis of Payment.

L. Recovery Schedule L.1 If the latest completion time for any work on the current Progress Schedule results in an activity being

delayed ten percent or more of the time beyond the required Contract duration or any specified Milestone duration, as adjusted if appropriate, the Engineer may require the Contractor to submit a Recovery Schedule and written description of the plan to recover all lost time and maintain the required Completion Date or specified Interim Milestone Date(s).

L.2. With the Recovery Schedule the Contractor shall submit a narrative that identifies where additional labor and/or equipment resources will be allocated. Alternately, the Contractor may elect to provide the makeup of their Crew resources in the narrative, and assign those Crew resources to the appropriate activities in the Progress Schedule. The makeup of the Crew shall include the various Labor classes and equipment that comprise the Crew along with the quantity of each labor class and type of equipment. Equipment resources shall be shown for major or specialty equipment such as tower cranes, piledrivers, barges, asphalt pavers, concrete pavers, dozers, front end loaders, backhoes, rollers, excavators, graders, long line striping truck or other equipment that cannot be rented easily. Either of these alternatives may be supplemented with a request for a Contract Time Extension. The Contractor shall provide a reasonable plan for accomplishing the work of the contract within the current completion date, or to the requested contract extension date. The Engineer will use the Recovery Schedule to evaluate time extensions, with or without charges.

M. Submission of progress schedules with projected Early Completion date(s): The Contractor may indicate a projected early completion date on any progress schedule submission. If the Contractor desires reimbursement for delay damages caused by the Department in accordance with §109-05D Time Related Dispute Compensation, related to an early completion date, the Contractor shall be required to gain approval of a change to the contract completion date via a VECP in accordance with §104-10 Value Engineering Change Proposals of the Standard Specifications. If the VECP is approved by the Department, and the contract completion date is revised to the Early Completion date via Change Order, then Standard Specification §108-03 will be superseded by the following: “If the Contractor fails to complete all contract work by the revised contract completion date,

the Department may assess Engineering Charges but not Liquidated Damages for each calendar day that work on the project remains incomplete due to Contractor responsible delays, for the period of time after the revised contract completion date to the original contract completion date.

The Department may further assess both Engineering Charges and Liquidated Damages, for each calendar day that work on the project remains incomplete due to Contractor responsible delays, for the period of time after the original contract completion date.”

Furthermore, the Contractor waives its rights to compensation under §109-05D Time Related Dispute Compensation of the Standard Specifications for the period of time between the revised early contract completion date and the original contract completion date, regardless of the cause(s) for delay, by any party, if the Contractor has not submitted and received Department approval for a VECP Early Completion date change.

N. Float During the course of contract execution, Total Float generated due to the efficiencies of either party (State or Contractor) will be considered project Float that is not for the sole use of the party generating the float; rather it is a shared commodity to be reasonably used by either party. Any party assigned activity responsibility within the schedule has the full use of the project Float until it is depleted.

METHOD OF MEASUREMENT:

D264560 255

ITEM 639.2X010011 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 30 of 30 8/15/2014

The quantity shall be measured for payment on a Lump Sum basis. The minimum lump sum bid for this item shall be the unit price shown in the itemized proposal. Failure of the Contractor to bid at least the minimum amount will result in the Department adjusting the Contractor’s bid to include the minimum bid amount for this item.

BASIS OF PAYMENT: The lump sum price bid for CPM Progress Schedules shall include all labor, material, and equipment necessary to satisfactorily complete the work.

Progress payments will be made at 25 percent of the lump sum price bid upon acceptance of the Final Baseline Progress Schedule @ Award and the List of Submittals. 70 percent will be paid in subsequent contract payments, in proportion to the number of months remaining in the original contract duration, less any non-payment for substantial deficiencies. The remaining 5 percent will be paid upon acceptance of the As-Built Progress Schedule.

A. Non-Payment. No payment will be made for any Progress Schedule submitted more than twenty-one calendar days late. For each calendar day during which there are substantial deficiencies with the Progress Schedule no payment will be made. The amount of such non-payment will be 1/30th of the Monthly Payment Amount multiplied by the number of days there are substantial deficiencies.

B. Liquidated Damages. Liquidated damages will be assessed for each subsequent calendar day or part thereof that a cited deficiency resulting in non-payment is not corrected or is permitted to recur. Liquidated damages will be assessed at the rate equal to 1/10th of the Monthly Payment Amount.

If an extension of time without the assessment of engineering charges and/or liquidated damages is approved, additional payment for CPM Progress Schedules will be made for each month the contract is extended.

If an extension of time with the assessment of engineering charges and/or liquidated damages is approved, no additional payment will be made for CPM Progress Schedules.

Payment will be made under: Item No. Item Pay Unit 639.21010011 CPM (Critical Path Method) Progress Schedule – Type 2A LS 639.22010011 CPM (Critical Path Method) Progress Schedule – Type 2B LS 639.23010011 CPM (Critical Path Method) Progress Schedule – Type 2C LS

256 D264560

ITEM 645.8100NN11 - INSTALL NEW SIGN PANEL ON BRIDGE FASCIAS AND

ABUTMENTS

  Page 1 of 1                                                   Rev. Mar. 2013 

DESCRIPTION This work shall consist of installing New Sign Panel on Bridge Fascias and Abutments in accordance with the contract documents and as directed by the Engineer. MATERIALS Hot Dipped Galvanized Steel bolts, nuts and washers shall be either A307 or A325. Concrete Grouting Material shall meet the requirements of §701‐05.   CONSTRUCTION DETAILS Drill bolt holes in the four corners of the sign panel to be installed, and along the sides, such that distance between any two consecutive bolt holes is not more than 24 inches. Install sign panel at location shown on the plans and/or directed by the Engineer by using the panel as a template to mark the exact locations to drill the holes for the bolts. Sign panels to be installed on steel bridge fascias shall be installed using Hot Dipped Galvanized Steel bolts, nuts and washers. Sign panels to be installed on concrete or stone surfaces shall be installed using hot dipped galvanized steel anchor bolts, nuts and washers, A307 or A325, drilled and set in concrete grouting material as per §586 of the Standard Specifications. The grout shall be flush with the stone or concrete surface, and fully fill the drilled hole. METHOD OF MEASUREMENT This work will be measured as the number of New Sign Panels on Bridge Fascias and Abutments satisfactorily installed. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work.

D264560 257

ITEM 645.81090003 – RETROREFLECTIVE SIGN POST STRIP

Page 1 of 1 June 2021

DESCRIPTION

This work shall consist of furnishing and installing Retroreflective Sign Post Strips in accordance with

the contract documents.

MATERIALS

The retroreflective surface of Retroreflective Sign Post Strip shall conform to §730-05 Retro-Reflective

Sign Sheeting - NYSDOT Class A sign sheeting and appear on the Department’s Approved List of

Materials and Equipment for Reflective Sign Sheeting.

Note: Signs supplied before March 1, 2023, may be fabricated with NYSDOT approved ASTM

D4956 Type III/IV and IX retro-reflective sign sheeting. The grade of sheeting shall match the grade of

sheeting on the sign panel that the strip supplements.

Nylon or plastic washers shall be installed between fastener bolt heads (or nuts) and the reflective sheeting

on the face of the strip.

The color of the retroreflective sheeting on the Retroreflective Sign Post Strip shall match the

background color of the sign, except that the color of the strip for the YIELD and DO NOT ENTER

signs shall be red.

Retroreflective Sign Post Strips shall be made of durable, UV-stabilized plastics or aluminum panels in

accordance with §730-01.

Hardware to mount Retroreflective Sign Post Strips to sign posts shall conform to §715-16 Stainless Steel

Connecting Products, or §730-22 Stiffeners, Overhead Brackets, and Miscellaneous Hardware. Hardware

to connect Retroreflective Sign Post Strips to sign posts shall be tamper resistant.

CONSTRUCTION DETAILS

Retroreflective Sign Post Strips shall be at least 2 inches in width and shall be in accordance with the

contract documents. Retroreflective Sign Post Strips shall be placed for the full length of the support from

the sign to 2 feet above the edge of the roadway.

Retroreflective Sign Post Strips shall be attached to the sign posts by mechanical means with standard

nuts and bolts, clamps, brackets, or strapping according to the manufacturer’s instructions. Retroreflective

Sign Post Strips shall not be attached to sign posts with adhesives.

METHOD OF MEASUREMENT

This work will be measured as the number of Retroreflective Sign Post Strips satisfactorily furnished and

installed.

BASIS OF PAYMENT

The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to

satisfactorily complete the work.

258 D264560

ITEM 647.25000004 – REMOVE AND DISPOSE OF BRIDGE – MOUNTED SIGN PANEL, SIGN PANEL ASSEMBLY

 

Page 1 of 1 May 2014  

DESCRIPTION This work shall consist of removing and disposing of individual bridge-mounted sign panels and sign panel assemblies. MATERIALS No materials required. CONSTRUCTION DETAILS Existing bridge-mounted sign panels and sign panel assemblies shall be removed in accordance with the contract documents. All stringers, vertical brackets and hardware (other than sign supports) used solely for the support of the designated sign panels shall be carefully removed to prevent damage to the bridge or bridge mounted sign supports. Any damage shall be repaired or the damaged part(s) replaced to the satisfaction of the Engineer at the Contractor's expense. The bridge-mounted sign panels, sign panel assemblies and hardware shall become the property of the Contractor and shall be removed from the work site. METHOD OF MEASURMENT The work will be measured as the number of bridge-mounted sign panels, sign panel assemblies removed and disposed from bridge-mounted sign supports that will not be removed. BASIS OF PAYMENT The unit price bid for each bridge-mounted sign panels and sign panel assemblies removed and disposed shall include the cost of all labor, materials, and equipment necessary to satisfactorily complete the work.

D264560 259

ITEM 651.03040039 – FIRE ALARM CABLE (NEW YORK CITY) 04 PAIR ITEM 651.03100039 – FIRE ALARM CABLE (NEW YORK CITY) 10 PAIR ITEM 651.03150039 – FIRE ALARM CABLE (NEW YORK CITY) 15 PAIR ITEM 651.03200039 – FIRE ALARM CABLE (NEW YORK CITY) 20 PAIR ITEM 651.03250039 – FIRE ALARM CABLE (NEW YORK CITY) 25 PAIR ITEM 651.03300039 – FIRE ALARM CABLE (NEW YORK CITY) 30 PAIR ITEM 651.03400039 – FIRE ALARM CABLE (NEW YORK CITY) 40 PAIR ITEM 651.03450039 – FIRE ALARM CABLE (NEW YORK CITY) 45 PAIR ITEM 651.03500039 – FIRE ALARM CABLE (NEW YORK CITY) 50 PAIR ITEM 651.03550039 – FIRE ALARM CABLE (NEW YORK CITY) 55 PAIR ITEM 651.03600039 – FIRE ALARM CABLE (NEW YORK CITY) 60 PAIR

  Page 1 of 1 5/29/2014

DESCRIPTION

This work shall consist of the installation of underground fire alarm cable in accordance with the contract documents and as directed by the Engineer. MATERIALS All material shall meet the requirements in the current Specifications for Installation of Underground Cable issued by the Fire Department, City of New York, Bureau of Fire Communications. CONSTRUCTION DETAILS All work to be done in accordance with the current Specifications for Installation of Underground Cable issued by the Fire Department, City of New York, Bureau of Fire Communications. METHOD OF MEASUREMENT This work will be measured by the number of feet of cable installed in accordance with the contract documents or as directed by the Engineer. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work. Work Zone Traffic Control will be paid for separately.

260 D264560

ITEM 655.00XX0011 - CAST FRAMES AND GRATES AND MANHOLE COVERS

Page 1 of 1 Rev. 3/3/2010 4/2/2009

DESCRIPTION This work shall consist of furnishing and installing Cast Frames and Grates and Manhole Covers, in accordance with the contract documents and as directed by the Engineer. MATERIALS All the provisions of §655-2.01 Castings shall apply, and in addition, the requirements shown on the following drawings shall also apply: REGION 11 DESIGN GUIDE SHEET, DRAINAGE DETAILS, FRAMES, GRATES & STEPS REGION 11 DESIGN GUIDE SHEET, DRAINAGE DETAILS, FRAME WITH CURB BOX N.Y.C. DEPARTMENT OF ENVIRONMENTAL PROTECTION, SEWER DESIGN STANDARDS, • STANDARD FOR 27” DIAMETER CAST IRON FRAME AND MANHOLE COVER • STANDARD FOR CAST IRON FRAME FOR CATCH BASINS (WITH CURB PIECE) • STANDARD FOR CAST IRON GRATING, BACK PLATE, AND CURB PIECE FOR CATCH

BASINS N.Y.C. DEPARTMENT OF PARKS AND RECREATION, STANDARD DETAILS, • DRAINAGE DETAILS – NO. 1 • PARKS LEAF MANHOLE AND CATCH BASIN COVERS CONSTRUCTION DETAILS All the provisions of §655-3 CONSTRUCTION DETAILS shall apply, and in addition, the requirements shown on the appropriate New York City drawings shall also apply. METHOD OF MEASUREMENT This work will be measured as the number of Cast Frames and Grates, or Cast Frames and Manhole Covers, satisfactorily furnished and installed. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work, including the cost of any field repair work for improperly fitting castings, or to render the frame and grate non-rocking. Payment will be made under: Item No. Item Pay Unit 655.00010011 Cast Frame for Catch Basin (Region 11) Each 655.00020011 Cast Frame and Curb Box for Catch Basin (Region 11) Each 655.00030011 Cast Grate for Catch Basin (Region 11) Each 655.00040011 Cast Grate for Catch Basin (NYCDEP) Each 655.00050011 Cast Frame for Manhole (NYCDEP) Each 655.00060011 Cast Cover for Manhole (NYCDEP) Each 655.00070011 Rectangular Cast Frame for Catch Basin (NYCDPR) Each 655.00080011 Cast Grate for Catch Basin(NYCDPR) Each 655.00090011 Cast Grate for Catch Basin(NYCDPR, ADA) Each 655.00100011 Round Cast Frame for Manhole or Catch basin (NYCDPR) Each 655.00110011 Cast Cover for Manhole (NYCDPR) Each

D264560 261

ITEM 655.16000011 - REMOVE AND DISPOSE OF FRAMES AND GRATES

Rev. 10/22/02 Rev. 8/11/10

1 of 1

DESCRIPTION: Under this item the Contractor shall remove and dispose of the frames and grates indicated on the plans or as ordered by the Engineer. MATERIALS: None specified. CONSTRUCTION DETAILS: The Contractor shall remove and dispose of the frames and grates as indicated on the plans or ordered by the Engineer. METHOD OF MEASUREMENT: Measurement will be taken as the number of frames and grates removed, and disposed. A frame and grate combination shall be measured as one unit. BASIS OF PAYMENT: Payment will be made at the unit price bid which shall include the cost of furnishing all labor, materials, and equipment necessary to complete the work.

262 D264560

ITEM 659.11010011 - FURNISH AND INSTALL NEW VERIZON FACILITIES

Page 1 of 12 4/28/2021

DESCRIPTION:

Under this Item, the Contractor shall furnish and install for Verizon fiberglass and PVC conduits,

sleeves, fittings, manholes, hangers, angle supports, connecting plates and appurtenances of the

type, size and kind indicated on the contract plans, as specified herein, as shown on the Contract

Plans, and as directed by the Engineer and Verizon. The new conduits shall be joined to the new

and existing manholes and the existing conduits as directed.

This item shall also include all hardware and materials required for the complete installation of the

conduits. Also included is all excavation and backfilling and temporary trench protection in

roadways, and removal of the abandoned Verizon duct bank and cable as required. In addition,

temporary fencing shall be provided for protection of the general public where necessary.

Where removal and restoration of concrete sidewalk and/or roadway pavements, to include

subbase, is not covered and paid for under other items shall be considered part of this item.

Temporary pavement within the limits of the trench cut line, placed to satisfy Maintenance of

Traffic requirements shall be included under this item.

The contractor is notified that any other contract bid items, when deemed appropriate by the

Engineer, can also be used to pay for Verizon related work whether specifically indicated or not.

The contractor shall add Verizon New York Inc. as an "Additionally Insured" party on all insurance

policies required for this contract.

The contractor is expressly notified that the work for this Item affects the timing of other work to

be performed on this contract. He is advised to carefully investigate the relationship between this

work and other work and adjust his schedule accordingly. He shall also coordinate his efforts with

that of Verizon with respect to all work impacting the facilities in question.

The contractor shall be responsible to maintain and protect, at no additional cost to Verizon, all

newly placed Verizon facilities for the duration of the project. Interferences with public/private

utilities shall be resolved with the restoration of all Verizon facilities to "as-new" conditions at no

additional cost to Verizon.

The contractor shall, during his inspection of the site, assess and include under this item any costs

associated with working near or under utilities aerial cable(s) and pole(s) including but not limited

to any change(s) of operation, equipment, manning and/or reductions in productivity. The

contractor shall in his bid not anticipate the removal or the relocation of aerial cable(s) or their

associated poles.

D264560 263

ITEM 659.11010011 - FURNISH AND INSTALL NEW VERIZON FACILITIES

Page 2 of 12 4/28/2021

Twenty four (24) hours, seven (7) days per week, site access shall be required to allow emergency

crews to handle cable failures or work related to this contract requiring utility crews or their

appointed subcontractors.

Access to the site will be required for the entire duration of the project.

MATERIALS:

A. The Contractor shall use the proposed utility supports (angles) to support Verizon duct

system. The utility supports (angles) and connection plates are to be paid for under this

item.

B. All materials necessary to complete the work shall be furnished by the Contractor, unless

specifically noted otherwise.

C. The following shall be as manufactured by Americon International or approved equal:

1. Fiberglass Plates, Square and Circular Tubing.

2. Fiberglass Heavy-Wall Conduits and Fittings, ASTM D2105.

3. Solid 4” (ID) PVC Conduit and Fittings, Type C or Schedule 40, ASTM D1784.

4. Joint Adhesives.

5. Adapters Fiberglass (IPS) to PVC.

6. Multiple Tile Duct (MTD) Adapters shall be four or six-way square to round tile

adapters (plastic).

7. Conduit Watertight Expansion Plugs.

8. Fiberglass Socket Expansion Joints and Stop Rings.

9. Conduit spacers.

10. Pulling Eyes.

11. Terminators

12. Pulling Rope, 3/8 inch diameter polypropylene

13. Manhole Inserts

14. Expansion Anchors

Potential Suppliers:

• American Pipe & Plastics, Inc., PO Box 577, Binghamton, NY 13902, (607) 775-2707

• American U-Tel Inc., 9760 Smith Road, Willoughby, OH 44094, (216) 946-6027

• P & C Inc., 735 South Street, Newburgh, NY 12550, (800) 782-7262

D. The following shall be as manufactured by A. C. Miller Concrete Products or approved

equal:

1. Precast Collars. 36” diameter

2. Ladder Brackets, S-56

3. Sump frames and Covers

264 D264560

ITEM 659.11010011 - FURNISH AND INSTALL NEW VERIZON FACILITIES

Page 3 of 12 4/28/2021

E. The following shall be as manufactured by Strongwell, Creative Pultrusions, Inc. or an approved

equal:

1. Fiberglass Plates and studs and fiber bolts

F. The following shall meet the requirements of the noted Subsection of the NYS Department

of Transportation Standard Specifications:

Portland Cement 701-01

Masonry Cement 701-02

Grout 701-05

Crushed stone, 1 1/2" 703-02

Mortar Sand 703-03

Concrete Sand 703-07

Common Brick 704-01

Reinforcing Bars 709-01

Wire Fabric for Concrete Structures 719-02

Admixtures 711-08

Structural Steel, A36 715-01

High Strength Bolts, nuts, washers and

threaded rods, A325 715-14

Steel Pipe, ASTM A53

The structural steel shall meet the requirements of the NYS Steel Construction Manual. All

structural steel members, sleeves, bolts, nuts, washers and threaded rods shall be galvanized in

accordance with Subsection 719-01 of the NYSDOT Standard Specification.

Field drilled holes shall be in accordance with Section 586-3.03, and repainting in accordance with

Section 574 of the NYSDOT Standard Specification.

All structural steel members shall be painted in accordance with the painting requirements for the

bridge structural steel.

G. Waterproofing. Bituminous waterproofing shall as approved by the Engineer.

H. Lead Wool. As approved by the Engineer.

I. Miscellaneous. Traffic Plates, Traffic Control Devices and Temporary Pavement as

required.

D264560 265

ITEM 659.11010011 - FURNISH AND INSTALL NEW VERIZON FACILITIES

Page 4 of 12 4/28/2021

J. Frames and Castings, Manhole Adjustment Rings, Manhole Ladders, Racks and Tie

Rods, and Warning Tape will be supplied by Verizon.

K. Concrete. Shall meet the requirements of Subsection 501 of the NYSDOT Standard

Specifications as follows;

Reinforced concrete for manholes - shall have a minimum f'c = 4500 psi at twenty eight

(28) days. Concrete used for encasement of conduits, bends, etc. shall have a minimum f'c

= 1500 psi at twenty eight (28) days.

L. Manholes

1. Cast-in-place and Precast, shall be designed to accept AASHTO HS25 loads and

conform to the requirements of the AASHTO Code, latest edition. Manhole

construction shall follow the guidelines of the referenced Bell standards:

BP 622-505-210 Concrete Manholes: Cast-In-Place

BP 622-506-100 & 200 Precast Concrete Manholes

BP 919-240-300 Underground Conduit manhole (applicable portions only).

Manhole sizes designated are interior dimensions with minimum of: walls – 8

inches, roof – 10 inches and floor – 6 inches. The sump shall have a minimum

depth of 4 inches. The manhole floor slab shall be sloped to the sump.

2. Precast Manholes. Shall be 38Y type, with interior dimensions of 12 feet long by

6 feet wide with 7 feet headroom as manufactured by A. C. Miller Concrete

Products or approved equal.

Unless amended by this specification, any deviation from this requirement shall

require the submission of drawings and calculations as detailed in Drawings.

Manufacturer's catalog cuts and/or drawings must be submitted for approval.

3. Cast-In-Place Manholes. Drawings and calculations are required for all cast-in-

place manholes. Manholes to be placed over Verizon cables shall be cast-in-place

only. Manholes within the limits of excavation shall be the same volume as the

original manhole(s) or as shown in the contract drawings.

M. The preceding items shall be obtained after Working Drawings and Shop Drawings have

been submitted by the Contractor, reviewed by Verizon and approved by the Engineer.

Approved suppliers of the materials are specified and shown herein or as shown on the

plans.

266 D264560

ITEM 659.11010011 - FURNISH AND INSTALL NEW VERIZON FACILITIES

Page 5 of 12 4/28/2021

CONSTRUCTION DETAILS:

A. General. Thirty days prior to the start of work, the contractor shall supply the Engineer

with catalog cuts, parts list, shop drawings of material and the manufacturers' written

instructions for application and use of adhesives, waterproofing and any other material

required by this specification.

B. Notifications: The Contractor shall notify Verizon/ECS, 7 Washington Avenue,

Lynbrook, New York 11563, (516) 758-3750, at least 14 days in advance of planned

work in order that Verizon can inspect all conduits during the work. The need for any

Verizon personnel must be identified to Verizon field representative seven (7) days prior

to their need.

C. Verifications: All existing conditions and dimensions must be field verified by the

Contractor prior to submitting Working Drawings and Shop Drawings.

D. Entering Existing Manholes. Methods and procedures for working in existing Verizon

manholes shall be reviewed with and approved by the Verizon field representative prior

to entering any Verizon manhole.

All work operations inside existing manholes must include provisions for the protection

of existing cables and splice cases to the satisfaction of the Verizon field representative.

The Verizon field representative shall be contacted seventy-two (72) hours prior to

entering any existing Verizon manholes. Entry into an existing Verizon manhole will

require a Verizon personnel to inspect the existing cables/splice cases. Costs to repair any

damage caused by the contractor will be billed directly to the contractor.

All existing manholes entered by the contractor, or his representative, will be ventilated

with a power blower that conforms to Verizon specifications.

All manholes shall be left clean and free of all debris.

E. Drawings: Shop Drawings and Calculations for cast-in-place manholes shall be prepared

by a Professional Engineer, licensed by New York State, and submitted to the Engineer

and Verizon for approval.

Drawings and/or catalog cuts for each size manhole shall include reinforcing details, joint

details, waterstops, blockout sizes and locations, provisions for chimneys and castings,

interferences with adjacent structures, sump details, waterproofing and any other details

required to meet Verizon requirements.

Working Drawings and calculations shall be prepared and signed by a New York State

Licensed Professional Engineer.

All drawings shall be submitted as follows:

Six (6) legible, standard sized (22 inches x 36 inches nominal, 21 inches x 33 ½ inches

working area) of each drawing, together with three copies of all design computations

shall be submitted to the Engineer for approval. Two (2) additional copies shall be

D264560 267

ITEM 659.11010011 - FURNISH AND INSTALL NEW VERIZON FACILITIES

Page 6 of 12 4/28/2021

submitted through the Engineer to Verizon for their review. Failure to submit drawings

of the required size will be cause for their return without examination.

The Engineer shall be allowed the longest of the following time durations to examine

design computations and Working Drawings:

a) Ten (10) working days.

b) Two (2) working days for each drawing of a set of Working Drawings.

c) One (1) working day for every four (4) design computation sheets.

Any design computation sheet written on both sides will be considered as two (2) design

computation sheets. All time for examination shall begin upon receipt of all pertinent

information by the Engineer.

The Engineer's comments shall be indicated on the returned copies. Should the proposed

system not be approved, the reason shall be indicated with the return of the material. The

Contractor shall then submit revised drawings for approval, subject to the same terms as

the first submission. Resubmission shall not be considered a legitimate reason to request

an extension of time under NYSDOT Standard Specifications, Subsection 108-04,

Extension of Time.

All work shall be done in accordance with the approved Shop and/or Working Drawings.

The Contractor shall have approved Shop and/or Working Drawings prior to the start of

any work.

The Contractor shall bear all costs or damages which may result from the ordering of any

materials or equipment, or the use of any preparatory labor prior to the approval of the

Shop and/or Working Drawings.

F. Installation Details:

1. Conduits on Supports. All conduits under bridge on rack supports shall be

fiberglass. All conduit joints shall be cleaned prior to applying the adhesive. All

manufacturer's recommendations concerning the method and manner of joining

the ducts shall be followed to insure a structurally sound and watertight joint. All

joints/couplings shall be installed in a staggered pattern with no coupling to fall

on a rack. Intermediate and anchor rack assemblies shall be installed as shown on

the contract drawings.

The Contractor will provide expansion joints and stop rings for the conduits. The

expansion joints shall be placed in a staggered pattern at the fixed end of the

bridge to the satisfaction of the Verizon field representative. The expansion

setting is shown on the contract drawings. The stop rings shall be placed at the

anchor conduit support as determined by the manufacturer. No joints or expansion

coupling shall fall twelve (12) inches of the abutment faces.

2. Placement of Sleeves. Galvanized steel sleeves, for the Verizon conduits passing

268 D264560

ITEM 659.11010011 - FURNISH AND INSTALL NEW VERIZON FACILITIES

Page 7 of 12 4/28/2021

through the abutment backwalls, shall be placed on the same centerline as the

fiberglass conduits and grouted into place using non-shrink grout. The grout shall

be injected from one side until all voids are filled. The details and type of the

sleeves are shown on the contract drawing.

Conduits passing through the abutment backwalls shall be centered on the sleeves

with the full width of the annular space between the conduit and sleeve to be

caulked with lead wool. The lead wool shall be recessed one-quarter (1/4) inch

from the surface of the sleeve. Care shall be taken to avoid damage to the conduit.

3. Conduits in Sidewalk and Roadway. The new Split PVC conduits in the

sidewalk are to be tied into the existing conduit system as shown on the Contract

Drawings. After passing through the abutment backwall, a minimum of thirty-six

(36) inches of cover shall be maintained over the new fiberglass conduits. The

new fiberglass conduits are to be joined to new PVC conduits which are joined to

the new or existing manhole, conduits or terminated as shown on the Contract

Drawings. All new conduits beyond abutment backwalls that have less than

twenty-four (24) inches of cover shall be encased in concrete (minimum 3 inches

thick). All new conduits beyond abutment backwalls that have less than eighteen

(18) inches of cover shall have three-eights (3/8) inch steel protection plates

directly above in addition to the concrete encasement. All steel protection plates

shall have a minimum overlap of three (3) inches, each side.

Concrete encasement of conduit(s) to extend three (3) inches above and to either

side will be required at all bends (sweeps), adapters, changes in grade, entering or

exiting manholes, passing over or under water mains, building entrances and as

directed by the Verizon field representative. The Contractor will be responsible

for coordinating the manner and method of crossings for public and/or private

utilities with the Verizon field representative and the affected utility. All conduits

shall be maintained a minimum of twelve (12) inches from existing facilities.

All conduit shall be laid as called for in the Contract Drawings in either a straight

line or a smooth curve with no irregularities. The number of conduit couplings

shall be limited by using as many standard lengths as practical. All joints shall be

tight and free of burrs. All work shall be strictly in accordance with the

requirements and recommendation of the manufacturer to form a watertight joint.

Bends shall be limited to sweeps with a minimum radius of fifteen (15) feet and a

maximum angle of 22 1/2 degrees unless otherwise directed by Verizon field

representative. Substitution of elbows for sweeps will not be accepted.

All connection joints shall be staggered by a minimum of six (6) inches.

The Contractor will be responsible for all conduit splaying as necessary to pass

over or under existing or planned public or private facilities. Method and manner

of conduit splaying shall be as directed by the Verizon field representative.

The Verizon field representative will supply the depth at which the conduit will

D264560 269

ITEM 659.11010011 - FURNISH AND INSTALL NEW VERIZON FACILITIES

Page 8 of 12 4/28/2021

leave or enter the manhole. The contractor shall confirm with the Verizon field

representative as to the method and manner in which the new conduit will be

brought into or out of the manhole.

Conduits not terminating at a manhole shall be plugged or connected to the

existing conduit as shown on the contract drawings.

4. Conduits Around Existing Cables. Once cables/inner ducts are placed in their

final alignment split PVC conduit shall be placed around them. Split conduit shall

be staggered top to bottom by one half a section length, with plastic bands to be

drawn hand tight round the split PVC at a maximum spacing of twenty-four (24)

inches and no more than six (6) inches from each connection sleeve on either side

of the joint.

5. Structural Steel. All structural steel work, including, but not limited to

fabrication, inspection, transportation and erection shall be done in accordance

with the provisions of the current NYS Steel Construction Manual.

6. Excavation and Backfill. All excavation and backfilling shall comply with the

provisions of Section 206 of the NYSDOT Standard Specifications as follows:

The excavation shall be dewatered when necessary and kept free from water,

snow and ice during construction. Special care shall be taken not to disturb the

bottom of the excavation and not to remove the material at final grade until just

before the structure is placed. The Contractor shall be responsible at all times for

the carrying out of all excavation operations in a safe and prudent manner so that

the workmen, public, and adjacent public and private property will be protected

from unreasonable hazard. All applicable local, State and/or Federal requirements

shall be observed and necessary permits acquired by the Contractor.

The Contractor shall comply with NYSDOT requirements when trenches are left

open overnight and non-work days. Sheeting shall be used in conformance with

Title 29 Code of Federal Regulations, Part 1926, Safety and Health Regulations

for Construction (OSHA) to protect employees and to satisfactorily complete the

work without causing subsidence and to prevent damage to adjacent ground and

structures. These requirements are minimum standards and may have to be

increased depending on field conditions or as directed by the Engineer. Instead of

using sheeting, the Contractor may with written approval from the Engineer, open

the excavation with the sides sloped to a stable slope not steeper than that allowed

by OSHA. Taking this option, however, does not relieve the Contractor of his

responsibilities as stated herein. Where the Contractor is permitted to do this, the

materials used and method of construction outside the payment lines shall be the

same as those required for adjacent zones within the payment lines. When

excavation is required for the installation of the conduits, the Contractor shall

270 D264560

ITEM 659.11010011 - FURNISH AND INSTALL NEW VERIZON FACILITIES

Page 9 of 12 4/28/2021

notify the Engineer upon completion of the excavation. No conduit shall be

placed in the excavation until the Engineer has approved the depth and cross-

section. Costs to include all dewatering, where necessary. For waterproofing of

manhole in place, the excavation must be of a sufficient length and width to allow

the placement of waterproof coating to the exterior, including the roof.

Conduit trench bases shall be smooth and free of any vertical projections larger

than 3 inches. Conduit shall be placed on a compacted bed of four (4) inches of

sand with spacers to maintain two (2) inches spacing horizontally and vertically

between each conduit. Twelve (12) inches of sand shall be placed over the

conduits. Warning tape shall be placed on top of the sand fill.

All trenches shall be backfilled or steel plated at the end of each day. Steel plates

shall be spiked and ramped to secure their location and to minimize tripping

hazards where the excavation will be exposed to the public and/or traffic.

Contractor shall be responsible for the proper disposal of all spoils and discharged

water from trenching operations and/or the pumping of existing Verizon

manholes.

7. Placement of Concrete. All concrete placement shall be in accordance with the

applicable requirements of the following Subsections of the NYS Department of

Transportation Specifications:

555-3.02, 555-3.03A, 555-3.04, 555-3.06, 555-3.07, 555-3.08 and 555-3.09.

For thin applications, a high range water reducer admixture may be added.

Procedure for adding to concrete mix must be approved by the Engineer.

8. Manholes. All new manholes will require two openings each, to be placed

centrally over the manholes with appropriate diagonal reinforcing placed over the

roof openings.

All precast manholes shall be set on a leveled base of eighteen (18) inches of

crushed stone placed on a compacted subbase on the centerline of the proposed

conduit system following all of the manufacturer's guidelines for lifting and

placement and to a depth consistent with the height of the precast collars and

manhole castings. Contractor shall anticipate the need to excavate a test pit, in the

presence of Verizon representative, to verify the suitability of the manhole

location prior to the delivery of the manhole. In all cases manhole roofs shall be

placed below and non-integral with the pavement base concrete.

All openings to receive castings shall have one nine (9) inches and one three (3)

inches thick precast collar with ladder brackets. The nine (9) inches thick collar

shall be placed first. The direction of the ladder bracket will be determined by the

Verizon representative. Collars are to be set concentric with the manhole opening.

Mortar for collars and castings shall be mixed as per Subsection 560-2.06 of the

D264560 271

ITEM 659.11010011 - FURNISH AND INSTALL NEW VERIZON FACILITIES

Page 10 of 10 4/28/2021

NYSDOT Standard Specifications. Precast collars shall be set in a full mortar bed.

Manhole castings shall be set in a full mortar such that the manhole casting aligns

with the grade and slope/crown of the proposed roadway/sidewalk.

Inserts, to accept one-half (1/2) inch machine bolts shall be placed on each

longitudinal wall to accept tie racks. The insert pattern shall be provided by the

Verizon representative.

Manholes shall be provided with terminators. The number of terminators in each

end wall shall be sufficient to accept the number of conduits shown on the contract

drawings. All terminators shall be provided with locking caps.

Manholes shall be provided with pulling-in irons which shall be cast in place,

below and centered on the terminators, with sufficient embedment to accept all

cable placement loads.

9. Waterproofing. All new manholes shall be waterproofed on the exterior and roof.

The material shall arrive in factory sealed containers. The Contractor shall follow

all the manufacturer's written instructions concerning weather limitations, surface

preparation and application.

10. Adjustment of Existing Manhole Castings. The Contractor shall adjust all

existing manhole castings to the proposed final grade. The Verizon representative

shall determine if the existing manhole chimneys needs to be reconstructed.

Frames and covers shall be reused as directed by the Verizon representative.

Frames and covers to be reused that are broken by the Contractor's operations

shall be replaced at the Contractor's expense.

For chimney reconstruction, all loose material including bricks, precast collars and

mortar shall be removed and disposed of by the Contractor. The receiving surface

shall be cleaned and immediately prior to placement of mortar shall be wetted.

The bricks shall be presoaked and placed on a full bed of mortar. All spaces

between bricks shall be filled with mortar. Mortar for bricks and castings shall be

mixed as per Subsection 560-2.06 of the NYSDOT Standard Specifications.

Manhole castings shall be set in a full mortar bed such that the manhole casting

aligns with the grade and slope/crown of the proposed roadway/sidewalk.

If only adjustments rings are required, they shall be placed so that the manhole

cover does not protrude above the proposed finished grade. To assure a firm and

secure fit with the adjustment ring, the seat of the existing casting shall be free of

all of all foreign material at the time of installation.

The Contractor shall be responsible for insuring that the adjustment rings are

compatible with the existing manhole casting and covers. All rings and castings

shall be protected from displacement caused by construction equipment or traffic

maintained on the roadway.

272 D264560

ITEM 659.11010011 - FURNISH AND INSTALL NEW VERIZON FACILITIES

Page 11 of 12 4/28/2021

11. Test Pits. Test pits, if required shall be at the discretion of the Engineer and shall

utilize this item number for payment.

12. Maintenance of Existing Facilities. It will be the Contractor's responsibility to

maintain and support buildings, foundations, retaining walls, poles, light stanchion

stand other aerial structures as well as underground structures such as water, gas,

sewer, fire, electric, telephone, cable TV, police and all roadways, lawns and

sidewalks adjacent to or near trench as directed by the Engineer or Verizon field

representative.

13. Delivery of Verizon Provided Material. All Verizon supplied material shall be

picked up, and the excess returned to by the contractor at a storage yard designated

by the Verizon field representative. All materials furnished to and accepted by the

contractor then become his responsibility to transport to and from, care for and

store at a secure area.

14. Temporary Structures. The Contractor shall be responsible for the removal and

proper disposal of all Verizon temporary structures and supports unless instructed

otherwise by Verizon field representative.

G. Finishing and Testing: All ducts are to be finished and tested as follows:

All testing shall be done on completion of backfilling but prior to pavement restoration.

1. A duct rodding device connected to a three-eight (3/8) inch polypropylene rope

shall be passed through each completed conduit from manhole to manhole to

check for continuity and obstructions. Following the duct rodding, a mandril,

preceded by wire brush tied to the same rope and of a size not less than the inside

diameter of the conduit minus one-quarter (1/4) inch, shall be pulled through the

conduit once in each direction. The Contractor shall furnish the duct rodding

device, wire brush, mandrel and all other materials and labor necessary for the

above-mentioned conduit inspection.

2. Inspection procedures shall be performed by the contractor in the presence of the

Verizon filed representative. Final acceptance will be given when all conduits

display free passage in both directions with the wire brush and mandril as

specified above. Any conduit which rejects the mandrel shall be cleared at once

and the Contractor shall bear the cost to replace the defective conduit.

3. Prior to the acceptance of the conduits installed, conduits shall be equipped with a

three-eight (3/8) inch pull rope and capped.

D264560 273

ITEM 659.11010011 - FURNISH AND INSTALL NEW VERIZON FACILITIES

Page 12 of 12 4/28/2021

4. Final pavement restoration shall be performed in accordance with the Contract

Plans and to the satisfaction of the Engineer, the New York State Department of

Transportation and the Verizon representative.

METHOD OF MEASUREMENT:

Payment under this item shall be made according to a fixed price lump sum for the complete

furnishing, installation and testing of Verizon facilities, as specified herein, as indicated on the

contract plans or as ordered by the Engineer. The lump sum figure is not to be altered in any

manner by the bidder. Should the bidder alter the amount shown, the altered figure will be

disregarded and the original price will be used to determine the total amount of bid for the contract.

BASIS OF PAYMENT:

The price per lump sum for Verizon facilities shall include the cost of all labor, materials, plant,

equipment, insurance and incidentals necessary to construct and protect the telephone conduits and

perform all tasks necessary to complete the work as described in this Specification and as shown on

the contract drawings. The Engineer will base progress payments for this item upon the accepted

percentage values as the work is satisfactorily completed.

274 D264560

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 1 of 14 4/28/2021

DESCRIPTION:

This work for Verizon shall consist of furnishing, fabricating and installing hanger assemblies, cable troughs, new telephone conduits (split and solid), sleeves, fittings and appurtenances for maintaining and protecting all telephone cables to be maintained in service during all phases of rehabilitation as indicated on the contract drawings and in accordance with this specification. Support and protection shall be provided for all active cables, and will remain active, during the entire period of construction and the Contractor shall conduct his work operations to ensure that they remain in service.

The work shall include the installation, removal and disposal of temporary structures specified herein and/or an alternate temporary structure as may be proposed by the Contractor and approved by the Engineer and Verizon; all necessary excavations and backfilling of trenches off bridge ends including temporary protective structures; temporary fencing about temporary structures and open trenches; manual removal of existing cable encasement; installation of cable trough supported on temporary structure; manually moving existing cables after encasement is removed onto temporary supports prior to the demolition of the existing bridge structure and during the erection of new structures. The cable trough assembly shall enclose the existing cables and spare conduits in a protective sheath providing a temporary and a permanent continuous support for the telephone cables, air pipes and fire line.

The Contractor is expressly notified that the work for this item affects the timing of other work to be performed on this contract. He is advised to carefully investigate the relationship between this work and other work and adjust his schedule accordingly. He shall also coordinate his efforts with that of Verizon with respect to all work impacting the facilities in question. Where removal and restoration of concrete sidewalk and/or roadway pavements, to include subbase, is not covered and paid for under other items shall be considered part of this item. Temporary pavement within the limits of the trench cut line, placed to satisfy Maintenance of Traffic requirements shall be included under this item.

The contractor is notified that any New York State work bid items, when deemed appropriate by the Engineer, can also be used to pay for Verizon related work whether specifically indicated or not.

The contractor shall add Verizon New York Inc. as an "Additionally Insured" party on all insurance policies required for this contract.

The contractor shall be responsible to maintain and protect at no additional cost to Verizon all newly placed and existing cables and manholes exposed by the contractor against any unauthorized access, vandals or trespassers until the roadway is restored. Interferences with public/private utilities shall be resolved with the restoration of all Verizon facilities to "as-new" condition at no

D264560 275

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 2 of 14 4/28/2021

additional cost to Verizon.

The contractor, shall during his inspection of the site, assess and include under this item any costs associated with working near or under utilities aerial cable(s) and pole(s) including but not limited to any change(s) of operation, equipment, manning and/or reductions in productivity. The contractor shall in his bid not anticipate the removal or the relocation of aerial cable(s) or their associated poles.

The contractor shall coordinate with the Verizon field personnel to schedule regular inspections of the cables and splice cases by Verizon maintenance personnel during the entire support phase of the project until the cables and splice cases are returned to their permanent positions and accepted by Verizon.

Twenty-four (24) hours, seven (7) days per week, site access shall be required to allow emergency crews to handle cable failures or work related to this contract requiring utility crews or their appointed subcontractors. Access to the site will be required for the entire duration of the project.

The contractor shall provide 24-hour site security to ensure no damage to the Verizon facilities.

MATERIALS:

A. The Contractor shall use the proposed utility supports to support the duct system. The utility supports (angles) and connection plates are to be paid for under this item.

B. All materials necessary to complete the work shall be furnished by the Contractor, unless specifically noted otherwise.

C. The following shall be as manufactured by Americon International or approved equal:1. Fiberglass Plates, Square and Circular Tubing2. Fiberglass Conduits and Fittings, ASTM D21053. PVC Conduit and Fittings, Type C or Schedule 40, ASTM D17844. Split 4” (ID) PVC conduits, Schedule 405. Joint Adhesives6. Adapters Fiberglass (IPS) to PVC7. Multiple Tile Duct (MTD) Adapters shall be four or six-way square to round tile

adapters (plastic) 8. Conduit Watertight Expansion Plugs 9. Fiberglass Socket Expansion Joints and Stop Rings

10. Conduit spacers. 11. Pulling Eyes12. Terminators13. Pulling Rope, 3/8 inch diameter polypropylene14. Manhole Inserts

276 D264560

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 3 of 14 4/28/2021

15. Expansion Anchors

Potential Suppliers: American Pipe & Plastics, Inc., PO Box 577, Binghamton, NY 13902, (607) 775-2707 American U-Tel Inc., 9760 Smith Road, Willoughby, OH 44094, (216) 946-6027 P & C Inc., 735 South Street, Newburgh, NY 12550, (800) 782-7262

D. The following shall be as manufactured by A. C. Miller Concrete Products or approved equal: 1. Precast Collars. 36” diameter 2. Ladder Brackets, S-56 3. Sump frames and Covers

E. The following shall be as manufactured by Strongwell, Creative Pultrusions, Inc. or an approved equal:

1. Fiberglass Plates and studs and fiber bolts

F. The following shall meet the requirements of the noted Subsection of the NYS Department of Transportation Standard Specifications:

Portland Cement 701-01 Masonry Cement 701-02 Grout 701-05 Crushed stone, 1 1/2" 703-02 Mortar Sand 703-03Concrete Sand 703-07 Common Brick 704-01 Reinforcing Bars 709-01 Wire Fabric for Concrete Structures 719-02 Admixtures 711-08 Structural Steel, A36 715-01 High Strength Bolts, nuts, washers and threaded rods, A325 715-14 Steel Pipe, ASTM A53

The structural steel shall meet the requirements of the NYS Steel Construction Manual. All structural steel members, sleeves, bolts, nuts, washers and threaded rods shall be galvanized in accordance with Subsection 719-01 of the NYSDOT Standard Specification. Structural steel members shall be painted in accordance with the painting requirements for the bridge structural steel. All temporary structures shall receive one shop prime coat in conformance with the permanent structural steel painting requirements.

G. Lead Wool. As approved by the Engineer.

D264560 277

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 4 of 14 4/28/2021

H. Lumber. Shall meet the requirements of ASTM E84

I. Miscellaneous. Traffic Plates, Traffic Control Devices and Temporary Pavement as required.

J. Verizon will supply warning Tape.

K. Concrete. Shall meet the requirements of Subsection 501 of the NYSDOT Standard Specifications as follows; Reinforced concrete for manholes - shall have a minimum f'c = 4500 psi at twenty eight (28) days. Concrete used for encasement of conduits, bends, etc. shall have a minimum f'c = 1500 psi at twenty eight (28) days.

L. The preceding items shall be obtained after Working Drawings and Shop Drawings have been submitted by the Contractor, reviewed by Verizon and approved by the Engineer. Approved suppliers of the materials are specified and shown herein or as shown on the plans

CONSTRUCTION DETAILS:

A. General. Ten (10) days prior to the start of work, the contractor shall supply the Engineer with the manufacturers’ written instructions for application and use of adhesives, waterproofing and any other material required by this specification.

B. Notifications: The Contractor shall notify Empire City Subway, 7 Washington Ave,

Lynbrook, New York 11563, (516) 758-3750, at least fourteen (14) days in advance of planned work in order that Verizon can inspect all conduits and cables during the work. The cables will be in operation at all times. The need for any Verizon personnel must be identified to Verizon field representative seven (7) days prior to their need.

C. Verifications: All existing conditions and dimensions must be field verified by the Contractor prior to submitting Working Drawings and Shop Drawings.

D. Entering Existing Manholes: Methods and procedures for working in existing Verizon

manholes shall be reviewed with and approved by the Verizon field representative prior to entering any Verizon manhole. All work operations inside existing manholes must include provisions for the protection of existing cables and splice cases to the satisfaction of the Verizon field representative. The Verizon field representative shall be contacted seventy-two hours prior to entering any existing Verizon manholes. Entry into an existing Verizon manhole will require a Verizon personnel to inspect the existing cables/splice cases. Costs to repair any damage

278 D264560

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 5 of 14 4/28/2021

caused by the contractor will be billed directly to the contractor. All existing manholes entered by the contractor, or his representative, will be ventilated with a power blower that conforms to Verizon specifications. All manholes shall be left clean and free of all debris.

E. Working Drawings. The Contractor shall submit calculations and working drawings prepared, stamped and signed by a New York State Licensed Professional Engineer, for the cable trough and its support system including temporary pile bents, the support system bearing and anchorage systems, jacking operations required for the horizontal and vertical alignment of the cables and the cable trough. The support system drawings shall include, but need not be limited to, the following:

Lift point locations. Calculated lifting forces. Details for all lifting equipment and support systems. Type and grade of all materials. Distance that each point is to be raised. Schematic hydraulic layout. All disconnections, reconnections or adjustments that are necessary to properly

complete the lifting operations. This includes, but is not limited to, railings, joints, power lines, gas lines, water lines, etc.

1. Six (6) legible, standard sized (22 inches x 36 inches nominal, 21 inches x 33 1/2 inches working area) prints of each drawing, together with three (3) copies of all design computations shall be submitted to the Engineer for approval. Two (2) additional copies shall be submitted through the Engineer to Verizon for their review. Failure to submit drawings of the required size will be cause for their return without examination.

2. The Engineer shall be allowed the longest of the following time durations to examine design computations and working drawings:

a. Ten (10) working days. b. Two (2) working days for each drawing of a set of working drawings. c. One (1) working day for every four (4) design computation sheets-any design

computation sheet written on both sides to be considered as two (2) design computation sheets.

3. All time for examination shall begin upon receipt of all pertinent information by the Engineer.

4. The Engineer's comments shall be indicated on the returned copies. Should the

D264560 279

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 6 of 14 4/28/2021

proposed system not be approved, the reasons shall be indicated with the return of the material. The Contractor shall then submit revised drawings for approval, subject to the same terms as the first submission. Resubmission shall not be considered a legitimate reason to request an extension of time under New York State Department of Transportation Standard Specifications Subsection 108-04, Extension of Time.

5. All work shall be done in accordance with the approved working drawings. The

Contractor shall have approved working drawings prior to the start of any work.

6. The Contractor shall bear all costs or damages, which may result from the ordering of any materials or equipment or the use of any preparatory labor prior to the approval of the working drawings.

F. Installation Details: 1. Structural Steel. All structural steel work, including, but not limited to

fabrication, inspection, transportation and erection shall be done in accordance with the provisions of the current NYS Steel Construction Manual.

2. Excavation and Backfill. All excavation and backfilling shall comply with the provisions of Section 206 of the NYSDOT Standard Specifications as follows: The excavation shall be dewatered when necessary and kept free from water, snow and ice during construction. Special care shall be taken not to disturb the bottom of the excavation and not to remove the material at final grade until just before the structure is placed. The Contractor shall be responsible at all times for the carrying out of all excavation operations in a safe and prudent manner so that the workmen, public, and adjacent public and private property will be protected from unreasonable hazard. All applicable local, State and/or Federal requirements shall be observed and necessary permits acquired by the Contractor. The Contractor shall comply with the NYSDOT requirements when trenches are left open overnight and non-work days. Sheeting shall be used in conformance with Title 29 Code of Federal Regulations, Part 1926, Safety and Health Regulations for Construction (OSHA) to protect employees and to satisfactorily complete the work without causing subsidence and to prevent damage to adjacent ground and structures. These requirements are minimum standards and may have to be increased depending on field conditions or as directed by the Engineer. Instead of using sheeting, the Contractor may with written approval from the Engineer, open the excavation with the sides sloped to a stable slope not steeper than that allowed by OSHA. Taking this option, however, does not relieve the Contractor of his responsibilities as stated herein. Where the Contractor is permitted to do this, the materials used and method of construction outside the

280 D264560

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 7 of 14 4/28/2021

payment lines shall be the same as those required for adjacent zones within the payment lines. When excavation is required for the installation of the conduits, the Contractor shall notify the Engineer upon completion of the excavation. No conduit shall be placed in the excavation until the Engineer has approved the depth and cross-section. Costs to include all dewatering, where necessary. For waterproofing of manhole in place, the excavation must be of a sufficient length and width to allow the placement of waterproof coating to the exterior, including the roof. Conduit trench bases shall be smooth and free of any vertical projections larger than 3 inches. Conduit shall be placed on a compacted bed of four (4) inches of sand with spacers to maintain two (2) inches spacing horizontally and vertically between each conduit. Twelve (12) inches of sand shall be placed over the conduits. Warning tape shall be placed on top of the sand fill. All trenches shall be backfilled or steel plated at the end of each day. Steel plates shall be spiked and ramped to secure their location and to minimize tripping hazards where the excavation will be exposed to the public and/or traffic. Contractor shall be responsible for the proper disposal of all spoils and discharged water from trenching operations and/or the pumping of existing Verizon manholes.

3. Placement of Concrete. All concrete placement shall be in accordance with the applicable requirements of the following Subsections of the NYS Department of Transportation Specifications:555-3.02, 555-3.03A, 555-3.04, 555-3.06, 555-3.07, 555-3.08 and 555-3.09.

4. Demolition of Existing Manhole. Where existing containing active cables is to be demolished, the location will be shown on the contract drawings. The existing active cable must be temporarily supported until completion of the installation of the new manholes. Where indicated all demolished manhole shall be replaced with cast-in-place reinforced concrete manholes of the same interior volume. All exposed cables and splice cases shall be provided with a single watertight protective box system - using fire retardant wood having a flame spread of twenty-five or less when tested in accordance with ASTM E84. The box system shall be built with a removable watertight top or hatch, to allow safe and adequate access to the cables by Verizon personnel. The box system around existing splice cases shall be similar in dimension/volume to the demolished manhole. Attachment of cable support/racks to the walls of the temporary structure shall be consistent with those found in the original manhole. Shop drawings detailing the method of support, including structural members, will be required. Immediately upon exposure, Verizon personnel shall inspect all cables for damage or air leaks. Lead sheathed cables will require encasement by Verizon personnel,

D264560 281

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 8 of 14 4/28/2021

utilizing heat shrink. The contractor shall anticipate having Verizon personnel and equipment on site, during normal working hours, performing this operation. Breaking out of manholes, containing active cables shall be done utilizing methods to insure that no cables or splice cases will be damaged. Prior to the removal of the manhole roof, plywood and bracing of sufficient strength to absorb the shock and weight of falling demolished material shall be place above the cables and splice cases. Once the roof is removed, the cables and splice cases must be shifted from the racks to an approved temporary support - designed and supplied by the contractor. This operation must be performed only by Verizon maintenance personnel. Adequate access and time must be anticipated. Once this has been accomplished, to the satisfaction of the Verizon field representative, the manhole walls and floors can be removed, exercising due diligence to protect the cables and splice cases. At this point, the contractor shall be prepared to stop work in this area to allow Verizon maintenance personnel the time to check the cables and splice cases for damage and to repair any damage and to place heat shrink around lead sheathed cables.

5. Maintenance and Protection of Existing Cables:a. General. The existing cables, fire line and air pipes shall be maintained in

service and protected during all stages of the project. The Contractor shall break out the cables from their duct enclosures and simultaneously must ensure that all of the cables remain in service. Methods for manual removal of concrete encasement and ducts from around the existing cable shall be limited to hammers of five (5) pounds or less and chisel point bits.All fiber optic cables and or air pipes found in ducts shall be immediately placed, after being broken out from the outer conduit and independent of the support method used, into the protective cable trough or split PVC and tied back into the original duct formation. The cables shall not be secured to each other. All cables in PVC conduits not encased in concrete shall remain in the PVC conduit for the duration of the temporary support. Fiber optic cables found in inner duct shall not be removed from the inner duct. The cables shall not be secured to each other. The Contractor shall support the existing cables as permitted by the Verizon representative. The cables shall be covered and protected at all times unless the nature of the work requires that they be exposed. Where indicated on the contract drawings all cables exposed both on and off of the bridge should be protected with a fire retarded wooden box system meeting the requirements of ASTM D2898 and have a flame spread of 25 or less when tested in accordance with ASTM E84. All timbers shall be labeled with an N.F.P.A. seal. All work

282 D264560

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 9 of 14 4/28/2021

will be performed to the satisfaction of the Verizon representative. Immediately upon exposure, all cables shall be inspected by Verizon personnel for damage or air leaks.

b. In Approaches. All cable in the approaches will be covered in split PVC conduits.

c. On Bridge. Prior to removing the sidewalk or bridge deck the Contractor shall determine the depth of the Verizon ducts at eighteen (18) feet intervals, starting at the abutment walls, utilizing hand methods agreeable to the Verizon representative. The sidewalk or bridge deck can then be broken out utilizing hand held air hammers with spade tips only. The existing cables, fire line and air pipes shall be relocated from their existing location once their duct and duct encasement has been removed, and placed in the permanent supports to be installed on the new bridge. Movement of the cables shall be limited to the "available slack". The Contractor shall coordinate the removal of the cables from their encasement and placement in their permanent position with Verizon representative.

6. Inspection. Access must be provided for Verizon Splicing Department to inspect the cables prior to the installation into the cable trough. Lead sheathed cables will need to be encased within plastic heat shrink. Adequate time and work area shall be provided to Verizon personnel to accomplish this task. After all cable and conduit is in its final permanent position in the cable trough, the conduit shall again be inspected for continuity and cleanliness conduits field tested after which the trough covers can be installed and sealed.

7. Temporary and Permanent Support

a. In Approaches. Temporary supports of conduits/cables shall be provided for unless directed otherwise by the Verizon representative. Shop drawings showing the method of support shall be submitted for approval. Provisions for emergency access to the cables shall be provided. Support methods shall also take into account the need to work on the structure below and to place and compact the backfill below the conduits while minimizing any movement/shifting of the conduits/cables. PVC conduits (split and solid) shall have all joints thoroughly cleaned with a PVC cleaning solution and cemented with PVC duct cement. Split duct PVC conduits will extend to the limits as determined by the Engineer in the field where they will be joined to the existing conduits by means of prefabricated if conduits to be joined are of different shapes. Once cables/inner ducts are placed in their final alignment split PVC conduit shall be placed around them. Split conduit shall be staggered top to bottom by

D264560 283

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 10 of 14 4/28/2021

one half a section length, with plastic bands to be drawn hand tight round the split PVC at a maximum spacing of twenty-four (24) inches and no more than six (6) inches from each connection sleeve on either side of the joint. All restored conduit and/or trays shall be tied back into the existing system utilizing adapters, either single or multiple, or in the case of trays, custom flared transition sections sized to fit the existing conduit formation to the satisfaction of the Verizon field representative. The excavation for the conduit shall be properly backfilled in accordance with Section 203-3.15 of the NYSDOT Standard Specifications. In the final permanent position, a three (3) inches minimum encasement of concrete will be placed around the split PVC conduits and the MTD adapter. Encasement shall terminate eighteen (18) inches beyond the end of the adapters.

b. On Bridge. The type of temporary enclosure which will be eventually be incorporated into the permanent structure, either fiberglass tray or split PVC, shall be as shown on the contract drawings.

Installation Requirements:Cable Troughs. Troughs and hangers shall be permanently supported as indicated on the contract drawing. The permanent position of the trough or split PVC shall continue beyond the abutments, passing through sleeves inserted in the backwall. The trough or PVC conduits transition is indicated on the contract drawings. The cable trough or PVC conduits shall be supported temporarily during the bridge demolition phase. The Verizon personnel shall inspect all of the exposed cables prior to the cables being placed in the trough. The Contractor shall support the cable trough and cables during demolition and reconstruction operations as shown on the contract drawings. The cable trough shall follow the proposed profile of the roadway directly above each support location. Wood planking and blocking can be used to temporarily support the trough. The telephone cables shall be laid on the bottom of the trough, after which time the cover shall be installed and all joints caulked. Once the support systems are installed, the trough shall be hung from them. The Contractor shall adjust the vertical profile of the trough for the dead load deflections of the support system. The trough shall remain suspended until the final trough supports are installed, at which time the trough can be seated on its final supports and the support system and hanger assemblies removed. The trough shall be anchored to the new steel utility supports. Trough flares in contact with the soil shall be watertight. Caulking of trough covers shall only take place after final inspection of telephone cables in accordance with Section - Inspection. Trough shall be grouted into split steel sleeves in the abutment backwall. Beyond the trough transition the cables shall be enclosed in split

284 D264560

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 11 of 14 4/28/2021

PVC conduits (4 inches dia.). All connections shall be made watertight.

8. Split PVC. Temporary supports of conduits/cables shall provide for the continuous support of the conduits/cables unless directed otherwise by the Verizon representative. Shop drawings showing the method of support shall be submitted for approval.

9. Lifting Operation.

a. During all phases of operation, the differential lift between any two adjacent supports on a common centerline shall not exceed 0.5 inch.

b. The Contractor shall, at the earliest possible moment during or after each lift,

safely secure the structure with shims, cribbing, bolsters or other suitable supports. Details to be used shall be shown on the working drawings.

c. The lifting operations shall be conducted such that the distance between the

fiberglass trough and the shims, cribbing, bolsters or other suitable supports do not exceed 3/8” at any time.

d. All welding shall comply with the requirements specified in the current New York State Steel Construction Manual.

e. The Contractor shall notify Verizon at least 14 days in advance of the initiation of installation work, in order that they may send an observer to monitor the installation.

10. Removals. All removal work will be done in such a manner that existing working telephone facilities are not affected. All removed materials or materials required for temporary support of the ducts, including any temporary truss structures, shall remain the property of the Contractor and shall be removed from the site after the work is completed, unless otherwise agreed to with Verizon.

11. Placement of Sleeves. Sleeves for the trough passing through the abutment

backwalls, shall be placed on the same centerline as the trough and grouted into place using non-shrink grout. The grout shall be injected from one side until all voids are filled. The details of the sleeves are shown on the contract drawing.

12. Spare Conduits. Solid spare fiberglass conduits shall be installed in the trough as shown on the contract drawings after the trough is in its final temporary position and connected to existing manhole or existing conduit as specified in the Contract

D264560 285

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 12 of 14 4/28/2021

Drawings. These spare conduits shall be adjusted after the trough is in its final permanent position. All conduit joints shall be cleaned prior to applying the adhesive. All manufacturer's recommendations concerning the method and manner of joining the ducts shall be followed to insure a structurally sound and watertight joint. All joints/couplings shall be installed in a staggered pattern. The Contractor will provide expansion joints for the conduits. The expansion joints shall be placed in a staggered pattern at the fixed end of the bridge to the satisfaction of the Verizon representative. The expansion setting is shown on the contract drawings. No joints or expansion coupling shall fall within twelve (12) inches of the abutment faces. After passing through the abutment backwall, a minimum of thirty-six (36) inches of cover shall be maintained over the new fiberglass conduits. The new fiberglass conduits on bridge are to be joined to new PVC conduits off bridge which are joined to the new or existing manhole, conduits or terminated as shown on the Contract Drawings. All new conduits beyond bridge limits that have less than twenty-four (24) inches of cover shall be encased in concrete (minimum 3 inches thick). All new conduits beyond abutment backwalls that have less than eighteen (18) inches of cover shall have three-eights (3/8) inch steel protection plates directly above in addition to the concrete encasement. All steel protection plates shall have a minimum overlap of three (3) inches, each side. Concrete encasement of conduit(s) to extend three (3) inches above and to either side will be required for or at all bends (sweeps), adapters, changes in grade, entering or leaving manholes, passing over or under water mains, building entrances and as directed by Verizon field representative. The Contractor will be responsible for coordinating the manner and method of crossings for public and/or private utilities with the Verizon representative and the affected utility. All conduits shall be laid as called for in the Contract Drawings in either a straight line or a smooth curve with no irregularities. The number of conduit couplings shall be limited by using as many standard lengths as practical. All joints shall be tight and free of burrs. All work shall be strictly in accordance with the requirements and recommendation of the manufacturer to form a watertight joint. Bends shall be limited to sweeps with a minimum radius of fifteen (15) feet and a maximum angle of 22 ½ degrees unless otherwise directed by Verizon field representative. Substitution of elbows for sweeps will not be accepted. All connection joints shall be staggered by a minimum of six (6) inches. The Contractor will be responsible for all conduits splaying if necessary to pass over or under existing or planned public or private facilities. Method and manner of conduit splaying shall be as directed by Verizon field representative.The Verizon field representative will supply the depth at which the conduit will leave or enter the manhole. The contractor shall confirm with the Verizon field representative as to the method and manner in which the new conduit will be

286 D264560

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 13 of 14 4/28/2021

brought into or out of the manhole. Conduits not terminating at a manhole shall be plugged. The final layout/route of new conduits shall be directed by the Verizon field representative.

13. Maintenance of Existing Facilities. It will be the Contractor's responsibility to maintain and support buildings, foundations, retaining walls, poles, light stanchion stand other aerial structures as well as underground structures such as water, gas, sewer, fire, electric telephone, cable TV, police and all roadways, lawns and sidewalks adjacent to or near trench as directed by the Engineer or Verizon field representative.

14. Delivery of Verizon Provided Material. All Verizon supplied material shall be picked up, and the excess returned to, by the contractor at a storage yard designated by the Verizon field representative. All materials furnished to and accepted by the contractor then become his responsibility to transport to and from, care for and store at a secure area.

G. Finishing and Testing of Spare Conduits. All conduits are to be finished and tested on completion of backfilling but prior to pavement restoration or sealing of enclosure as follows:

1. A duct rodding device connected to a one-quarter (¼) inch polypropylene rope shall be passed through each completed conduit from manhole to manhole to check for continuity and obstructions. Following the duct rodding, a mandrel, preceded by wire brush tied to the same rope and of a size not less than the inside diameter of the conduit minus one-quarter (¼) inch, shall be pulled through the conduit once in each direction. The Contractor shall furnish the duct rodding device, wire brush, mandrel and all other materials necessary for the above-mentioned conduit inspection.

2. Inspection procedures shall be performed by the contractor in the presence of the Verizon representative. Final acceptance will be given when all conduits display free passage in both directions with the wire brush and mandrel as specified above. Any conduit which rejects the mandrel shall be cleared at once and the Contractor shall bear all costs to replace defective conduit.

3. After the acceptance of the conduits installed, conduits shall be equipped with a three-eight (3/8) inch pull rope and capped.

4. Final pavement restoration shall be performed in accordance with the Contract Plans and to the satisfaction of the Engineer, the New York State Department of Transportation and the Verizon representative.

D264560 287

ITEM 659.11020011 – MAINTENANCE AND PROTECTION OF EXISTING VERIZON FACILITIES

Page 14 of 14 4/28/2021

METHOD OF MEASUREMENT:

Payment under this item shall be made according to a fixed price lump sum for the protection and maintenance of Verizon facilities. The lump sum figure is not to be altered in any manner by the bidder. Should the bidder alter the amount shown, the altered figure will be disregarded and the original price will be used to determine the total amount of bid for the Contract.

BASIS OF PAYMENT:

The price per lump sum for Verizon Existing Services Protection and Maintenance shall include the cost of all labor, materials, plant, equipment, insurance and incidentals necessary to maintain, protect and support the telephone conduits, cables, and manholes, and perform all work necessary to complete the work as described in this specification and as shown on the contract drawings. The Engineer will base progress payments for this item upon the accepted percentage values as the work is satisfactorily completed.

288 D264560

ITEM 659.7000nn01 - ABANDON MANHOLES

Page 1 of 1 10/18/2002

DESCRIPTION This work shall consist of abandoning existing Company manholes as indicated in the contract documents or as directed by the Engineer. The Utility Company (Company) name, address, and contact person can be found in the contract documents under the special note “Coordination with the Utility Schedule.” MATERIALS Controlled Low Strength Material required for the abandoning of manholes shall meet the requirements of Section 204 of the Standard Specification. Asphalt materials used for pavement repairs shall meet the requirements of Section 402 of the Standard Specification. CONSTRUCTION DETAILS The Contractor shall not start the abandonment of any manholes until approval is granted by the Company. The Contractor shall remove all castings from the Company manhole structures that are designated to be abandoned. The castings shall be carefully loaded, transported, and unloaded at a temporary storage area designated by the NYSDOT Engineer. The Contractor shall notify the Company to pickup the castings at the secured storage area. The Contractor shall be responsible for the castings until they are turned over to the Company. Damage to or loss of the salvaged castings caused by the Contractor’s operations shall be reimbursable to the Company by the Contractor at no expense to the State. The abandonment work shall be done according to the details and specifications shown in the contract documents. The work shall include but is not be limited to; demolishing the manhole top slabs, plugging all conduits, filling manhole cavities, backfilling, and restoring the affected area as detailed in the contract documents. The demolished top slabs shall be removed and disposed of in accordance with the provisions of Subsection 203-3.08 of the NYSDOT Standard Specifications. Any pavement courses, sub-courses, curbs, sidewalks, lawns, etc., removed and/or disturbed due to the work of abandoning Company manholes shall be replaced and/or restored in kind as detailed in the contract documents or as directed by the Engineer. This restoration work shall be included in the unit price bid for this item. METHOD OF MEASUREMENT This work will be measured as the number of each abandoned Company manholes. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to complete the work. Payment will be made under: Item No. Item Pay Unit 659.7000nn01 Abandon Manholes Each Note: nn denotes serialized pay item for each abandoned manhole

D264560 289

ITEM 661.110100nn – FURNISH AND INSTALL CON EDISON ELECTRICAL DUCTS

1 of 6 1/14/2021

DESCRIPTION

This work shall consist of furnishing and installing Con Edison Electric Ducts in accordance with the

contract documents and as directed by the Engineer and Con Edison. The work consists of the

following:

1. Temporary protection and support of existing facilities

2. Provide associated work zone traffic control in accordance the contract documents

3. Install 5” steel conduits where shown on the plans.

4. Furnishing and installing Wood Block Supports, bolts, and any necessary hardware to install

electrical conduits in accordance with the contract documents.

5. Install 5” concrete conduits where shown on plans.

6. Install manhole(s) and boxes where shown in the plans, if required.

7. Remove existing manhole(s) and boxes where shown in the plans, if required.

8. Modify existing manholes

9. Excavate, backfill, and perform all associated work including surface restoration to install the

electric conduits including work as required to break out the conduits to make entries into the

existing and new manholes.

10. Install 1/4” pulling rope in each conduit terminating at each end of the conduits

11. Install duct plugs at the end of unoccupied conduits.

Since the electrical duct system is to be the property and responsibility of the Con Edison Company, the

specific requirements as stipulated by Con Edison in this specification shall be met.

Con Ed will require an eight (8) to ten (10) week period to install and splice the cables in the new

conduits once they have been accepted.

MATERIALS

A. Materials furnished by Con Edison to the site shall consist of the following and meet the

requirements of the latest revisions of the specifications identified below:

290 D264560

ITEM 661.110100nn – FURNISH AND INSTALL CON EDISON ELECTRICAL DUCTS

2 of 6 1/14/2021

1. Concrete conduits (5” ID)

2. Steel (5” ID) bridge ducts shall meet the material requirements per Con Edison

Specification CE-TS-4197 and shall be double random lengths, unless otherwise

specified. A double random length shall have a minimum length of 40 feet and a

maximum length of 50 feet. Joining two or more shorter lengths together by welding

to meet the length requirements shall not be permitted. The steel bridge ducts shall be

painted in accordance with Section 574 of the NYSDOT Standard Specification.

3. Structural steel shall meet the applicable requirements of the New York State Steel

Construction Manual, Con Edison EO-9217-C, and the following subsections of the

NYSDOT Standard Specifications Section 700 – Materials:

Structural Steel 715-01

High Strength Bolts, Nuts and Washers 715-14

Structural Steel Paints, Class 2 708-02

Galvanized Coatings 719-01

Certified copies of test results conducted by the manufacturer shall be furnished to the

Engineer in accordance with the requirements of 715-01, Structural Steel.

4. Steel sleeves through the backwall shall meet the requirements of ASTM A53, Grade B

and be galvanized in accordance with Section 719-01 of the NYSDOT Standard

Specifications.

5. Welding sleeves for pipe connections on steel conduits system as per Con Edison EO-

6947-D

6. Concrete adapters as per EO-9947-D

7. Steel protection plates (as required).

8. Expansion joint as per EO-12171-D

9. Molded plastic plugs for unoccupied ducts in accordance with Con Edison drawing

EO-10864-D.

10. 1/4” polypropylene pulling rope.

11. Manholes and boxes, if required

B. Materials furnished by NYSDOT Contractor shall consist of the following and meet the

D264560 291

ITEM 661.110100nn – FURNISH AND INSTALL CON EDISON ELECTRICAL DUCTS

3 of 6 1/14/2021

requirements of the latest revisions of the specifications identified below:

1. Wood block supports assembly, including wood block supports, bolts, and any necessary

hardware, per Con Edison drawing EO-9217-C, unless any modifications are identified

on the Contract plans. Wood blocking for steel duct hangers and supports shall be

yellow pine, treated after fabrication in accordance with Con Edison EO-1053.

2. Any material not supplied by Con Edison to install the proposed conduit system.

C. The Contractor shall notify the Con Edison Company of the installation schedule at least

(30) days before materials are required on the site. Should Con Edison fail to deliver the

necessary material according to the required schedule, the State shall not be responsible for any

delays attributable thereto, nor for the failure of delivery of such materials.

D. The Contractor shall inspect all material immediately upon delivery and advise Con Edison

promptly of any damaged or missing material. All material damaged or lost after the

Contractor’s inspection shall be the responsibility of the Contractor and shall be replaced in

kind by the Contractor at no cost to Con Edison. Replacement material shall be equal in all

respect to the Con Edison-supplied material and shall be approved by the Engineer and Con

Edison in writing.

CONSTRUCTION DETAILS

A. Electrical service shall not be interrupted by the Contractor. The Contractor shall notify Con

Edison of the construction schedule at least thirty (30) days prior to the actual planned

construction date.

B. Temporary Protection and Support where required shall be in conformance with the contract

requirements and be subject to utility company approval.

C. Work Zone Traffic Control shall be in accordance with Section 619 of the NYSDOT Standard

Specifications and Contract Documents.

D. EXCAVATION AND BACKFILLING TRENCH

Included as part of this work, the Contractor shall excavate and backfill the trenches on both

sides of the bridge approaches, including surface restoration, for installation of the electric duct

system in accordance with Section 206 of the NYSDOT Standard Specifications. The width and

depth of the trench shall be in accordance with Con Edison drawing 304963 and as directed by

the Engineer. All work on the sidewalk and paving shall be performed in accordance with

NYSDOT specifications.

E. INSTALLATION

292 D264560

ITEM 661.110100nn – FURNISH AND INSTALL CON EDISON ELECTRICAL DUCTS

4 of 6 1/14/2021

1. All buried conduits shall be installed per Con Edison drawing 304963. All conduits shall

have the preferred earth cover of 30”. The minimum earth cover is 24”. If due to

subsurface conditions the earth cover is less than (24”), the conduits shall be plated with

a (3/8”) steel plate that will be furnished by Con Edison. Unless otherwise indicated, all

buried conduits shall be installed with a 2” separation.

2. Duct formation entering manholes shall be as directed by Con Edison. Modify existing

manholes per Con Edison guideline CONST-24, Rev 4. The edge of the conduits shall

be beveled and free of all sharp edges to prevent damage to cables.

3. All conduits shall be left with a (1/4”) polypropylene rope with sufficient length to

extend beyond the duct ends to attach to a mandrel.

4. Wood block supports assembly shall be constructed and installed as per Con Edison

drawing EO-9217-C, unless any modifications are identified on the Contract plans.

5. Expansion sleeves shall be installed at each backwall as shown in the contract documents

or as directed by the Engineer and in accordance with Con Edison EO-12171-D.

6. Field drilling holes where conduit supports are to be attached to existing steel shall be in

accordance with Section 586-3.03, and repainting after field drilling shall be in

accordance with the requirements of Section 574 of the NYSDOT Standard

Specifications and per the Contract Plans.

7. The Contractor shall seal the gap between the sleeves and the conduits with caulking

compound for structures in conformance with Section 705-06 of the NYSDOT Standard

Specifications.

8. The end of the conduits shall be capped until the cables are installed.

F. INSPECTION

1. All material shall be subject to inspection for conformance with specifications as to size

and grade prior to treatment and following treatment for quality, retention and

penetration of preservative.

2. A conduit rodding device shall be passed through the completed conduits to check for

continuity and cleanliness. Following the conduit rodding, a mandrel preceded by a wire

brush tied to the same rope and of a size not less than the inside diameter of the conduit

minus 1/4”, shall be pulled through the conduit once in each direction. Con Edison will

furnish the wire brush and mandrel for inspection. The Contractor shall perform the

above inspection in the presence of a Con Edison Representative.

D264560 293

ITEM 661.110100nn – FURNISH AND INSTALL CON EDISON ELECTRICAL DUCTS

5 of 6 1/14/2021

G. CLEANING

1. If difficulty is encountered in passage of the conduit rodding device or the mandrel, a

series of wire brushes shall be drawn through the conduit, once in each direction, using

a trailing line. The wire brushes shall be 1/8” less than the inside diameter of the

conduit. If this size cannot be passed through on the first attempt, the operation shall be

repeated using wire brushes that are 1/4” less than the inside diameter of the conduit

until the operation is accomplished. The brush diameters shall then be increased in 1/4”

increments until the required diameter is successfully accomplished.

2. If the conduit is partially or fully obstructed, the conduit shall be flushed clean by use of

water from a long flushing nozzle attached to a water hose that shall be pushed into the

conduit and applied until the conduit is clear. If this procedure does not completely clear

the conduit, the conduit shall be exposed and repaired.

3. All methods used to clean the conduit interior shall be done in a manner that will not

damage the smooth bore. Should the Contractor through negligence during the

installation or cleaning operation damage any conduit, it shall be replaced with new

conduit to the satisfaction of the Engineer and at no additional cost to Con Edison.

H. ACCEPTANCE

No conduit shall be accepted unless free passage in both directions is obtained by the conduit

rodding device and mandrel as specified under paragraph F “Inspection”.

I. SUPPORT REQUIREMENTS

During the course of this contract the existing and/or new electric facilities may have to be

supported, protected, maintained, accommodated or adjusted while installing other facilities.

These electric facilities are to be supported in a manner suitable to Con Edison representatives

and all costs shall be included in this item.

METHOD OF MEASUREMENT

This work shall be measured on a fixed price lump sum basis for the installation and support of Con

Edison electric conduit systems. The lump sum figure is not to be altered in any manner by the bidder.

Should the bidder alter the amount shown, the altered figure will be disregarded and the original price

will be used to determine the total amount of bid for the contract. Payment for this work shall be made

for the actual and reasonable cost of doing the work in accordance with this specification.

BASIS OF PAYMENT

294 D264560

ITEM 661.110100nn – FURNISH AND INSTALL CON EDISON ELECTRICAL DUCTS

6 of 6 1/14/2021

The lump sum price bid shall include the cost of furnishing all labor, materials, and equipment

necessary to satisfactorily complete the work cover the cost of:

1. All labor, material (except those furnished by Con Edison), equipment, maintenance of traffic,

and incidentals necessary to install, relocate, support, protect, maintain, accommodate, align,

adjust and remove the electric facilities without disruption of service to customers in

accordance with contract documents.

2. Excavating, backfilling and temporary and/or permanent restoration within or outside contract

limits where required.

3. Supports, slings and beams installed for facility support.

4. Modifying equipment.

5. Method of operation.

6. Construction because of existing and proposed utility and city facilities.

7. Hand excavation within the zone of protection of electric facilities.

8. Installation and removal of sheeting around facilities.

9. Cost of any impact with maintenance and protection of traffic.

10. Full and complete compensation for any and all loss of productivity, efficiency, idle time,

delays, change of operation and equipment, mobilization, remobilization and demobilization,

added cost of expense, loss of profit, or other damages or impact that may be suffered by

Contractor during all phases of contract work because of existing or proposed electric facilities.

Payments will not be made for any damaged materials, lost materials or the replacement of damaged

materials.

Payment for all work herein specified shall be made on a one-time basis only, no payment for work

herein specified shall be made for the same area more than one time.

D264560 295

ITEM 661.24110011- REMOVE LAMP POST ASSEMBLY Division of Street Lighting)

Page 1 of 1 2/84 Rev. 12/1/95 USC Rev 2/12/10

DESCRIPTION Under this item, the Contractor shall remove existing lamppost assemblies, including arms and luminaires, where shown on the plans or where directed by the Engineer. MATERIALS (Not Specified) CONSTRUCTION DETAILS Lamppost assemblies shall be removed in a neat and workmanlike manner in accordance with the “General Specifications for Street Lighting Facilities” contained in the publication “City of New York SPECIFICATIONS – Compiled 1970 for Use with State of New York Department of Transportation Construction Contracts.” All lampposts, luminaires and brackets removed , if allminum, shall remain in the property of the Division of Street Lighting. The Contractor shall remove the existing equipment and neatly store its component parts in separate piles at locations on the job site designated by the Engineer for the future pick-up by New York City. All other type lampposts and other material removed shall become the property of the Contractor and shall be removed from the contract site. METHOD OF MEASUREMENT The quantity to be paid for under this item will be the number of lamppost assemblies completely removed in accordance with the plans, specifications and directions of the Engineer. BASIS OF PAYMENT The unit price bid shall include the cost of all labor, materials, and equipment necessary to complete the work. Removal of the concrete foundation, if required, will be paid for under its appropriate pay item.

296 D264560

ITEM 662.11010011 – NATIONAL GRID WOOD SUPPORT REPLACEMENT FOR GAS MAIN

1 of 4 5/10/2021

DESCRIPTION

This work shall consist of the removal and disposal of existing Gas Main Support Assembly and

the furnishing and installing of new wooden Gas Main Support Assembly, in accordance with the

contract documents and as directed by the Engineer and National Grid. The work consists of the

following:

1. Temporary protection and support of existing gas facilities, including lifting and lowering

of the gas main to remove and replace wooden supports.

2. Provide associated work zone traffic control in accordance with the contract documents.

3. National Grid will inspect the wooden support after deck is removed and identify the

supports to be removed and replaced.

4. Remove and Dispose of existing wooden support blocks and associated hardware in

accordance with NYSDEC Article 27, Title 25 and the Part 360 Solid Waste Management

Facility regulations for existing creosote or products containing creosote.

5. Clean steel surface free of any debris and touch-up paint as needed.

6. Clean gas main casing surface (by National Grid).

7. Furnish wood block support assembly including wood block supports and neoprene rubber

sheets. National Grid to furnish mounting hardware and fiberglass reinforced plastic

spacers.

8. Install new replacement wood block support assembly including wood block supports,

threaded rods, bolts, nuts, washers, neoprene rubber sheets, fiberglass reinforced plastic

spacers, and any necessary hardware.

Since the gas main and appurtenances are the property and responsibility of National Grid, the

specific requirements as stipulated by National Grid in this specification shall be met.

MATERIALS

A. Materials furnished by NYSDOT Contractor and National Grid shall be as follows:

1. Contractor to submit a shop drawing for National Grid review and approval.

Contractor shall field measure and verify all dimensions prior to submitting shop

drawings for the new wooden supports. Shop drawings to be provided to National

Grid to procure mounting hardware.

2. Wooden supports assembly, including wood block supports, threaded rods, bolts,

D264560 297

ITEM 662.11010011 – NATIONAL GRID WOOD SUPPORT REPLACEMENT FOR GAS MAIN

2 of 4 5/10/2021

nuts, washers, neoprene rubber sheets, fiberglass reinforced plastic spacers and any

necessary hardware:

a. Contractor to furnish the new wooden supports made of treated, mold

resistant lumber made to the dimensions of the existing supports, or as

shown in the approved shop drawings. Contractor to furnish Neoprene

Rubber Sheet (Garlock 7797 or approved equal).

b. National Grid to furnish Fiberglass Reinforced Plastic Spacer. National

Grid to furnish all Mounting Hardware (Threaded Rods, Nuts, Washers)

with a corrosion resistant coating and meeting the requirements as follows:

Threaded Rod – ASTM A193

Hex Nuts – ASTM A194

Washers – ASTM F436

B. The Contractor shall inspect all material immediately upon delivery and advise National

Grid promptly of any damaged or missing material. All material damaged or lost after the

Contractor’s inspection shall be the responsibility of the Contractor and shall be replaced

in kind by the Contractor at no cost to NYSDOT.

CONSTRUCTION DETAILS

A. The Contractor shall notify National Grid of the construction schedule for deck removal at

least thirty (30) days prior to the actual planned construction date so that National Grid can

schedule for inspection of the existing wooden supports.

B. The Contractor shall take all precautionary measures so that Gas service is not interrupted.

C. Temporary Protection and Support where required shall be in conformance with the

contract requirements and be subject to National Grid’s approval.

D. Work Zone Traffic Control shall be in accordance with Section 619 of the NYSDOT

Standard Specifications and Contract Documents.

E. INSTALLATION

1. New wooden supports assembly, including wood block supports, bolts, nuts,

washers, neoprene rubber sheets and any necessary hardware shall be constructed

and installed as per the approved shop drawings.

2. Neoprene rubber sheet to be extended 2” above new wooden supports on each side

or as per the approved shop drawings.

3. Mounting of the new wooden Gas Main Support Assembly to the existing

Structural Steel shall be made using the existing holes. However, if it is determined

298 D264560

ITEM 662.11010011 – NATIONAL GRID WOOD SUPPORT REPLACEMENT FOR GAS MAIN

3 of 4 5/10/2021

that the existing holes are unable to be reused, due to deterioration of the steel or

other reasons, the Contractor shall propose an alternate mounting method to

National Grid and the Engineer, for approval. The alternate mounting method shall

be designed and constructed in accordance with the NYSDOT Steel Construction

Manual, and all associated extra costs shall be the responsibility of Nation Grid. If

required, field drilling holes shall be in accordance with Section 586-3.03, and

repainting after field drilling shall be in accordance with the requirements of

Section 574 of the NYSDOT Standard Specifications.

F. INSPECTION

All material shall be subject to inspection for conformance with specifications as to size

and grade prior to treatment and following treatment for quality, retention and penetration

of preservative.

G. CLEANING

1. Contractor to clean existing steel surface free of all debris.

2. National Grid to clean gas main casing surface, if required. Contractor to

coordinate schedule with National Grid.

H. ACCEPTANCE

National Grid to provide final acceptance of newly installed wooden supports assembly.

I. SUPPORT REQUIREMENTS

Contractor shall only remove one existing wooden Gas Main support assembly at a time

and install a new wooden support assembly immediately after the removal of existing

support.

The maximum allowable deflection on the gas main requires a minimum length of

exposed, unrestrained pipe. This minimum length is calculated by multiplying the

amount of deflection by 720. For a 1/4” deflection, a minimum exposed length of 15 ft

will be required. This amount of deflection may need to be reduced near the abutment

walls due to the limited amount of pipe that can exposed.

METHOD OF MEASUREMENT

This work shall be measured per unit (EACH) for the removal, disposal and installation of the

wooden Gas Main support assembly, per location.

D264560 299

ITEM 662.11010011 – NATIONAL GRID WOOD SUPPORT REPLACEMENT FOR GAS MAIN

4 of 4 5/10/2021

BASIS OF PAYMENT

The unit price shall include the cost of furnishing all labor, materials, and equipment necessary

to satisfactorily complete the work.

Payments will not be made for any damaged materials, lost materials or the replacement of

damaged materials.

Payment for all work herein specified shall be made on a one-time basis only, no payment for

work herein specified shall be made for the same element/work at the same location more than

one time.

300 D264560

ITEM 662.62000010 - RESETTING CASTINGS ON EXISTING UTILITY MANHOLES

Page 1 of 2 USC 2/2/2009

DESCRIPTION

This work shall consist of removing, storing, and resetting existing utility castings, complete with covers, and appurtenances, to grade on existing utility manholes.

MATERIALS

Masonry chimney materials shall meet the requirements of the following subsections of Section 700:

Precast Concrete Pavers 704-13Masonry Mortar 705-21

Concrete shall be Class A meeting the requirements of Section 501.

CONSTRUCTION DETAILS

The existing castings, covers, and appurtenances shall be removed, stored if necessary, cleaned and reset to the line and grade as indicated in the Plans or as directed by the Engineer.

The existing masonry adjustment collar, or a portion of it, shall be removed where necessary for resetting of the existing casting. The existing castings shall be set to grade using precast concrete pavers and mortar and/or Class A concrete. The castings shall be set in a mortar bed on the existing structure. If an adjustment ring was removed from the structure, the casting shall be set at such grade that no adjustment ring is needed, and the adjustment ring shall become the property of the Contractor and shall be removed from the site of work.

Any pavement and shoulder courses, subcourses, curbs, sidewalks, lawns and other top surfaces removed or damaged during the work of removing the existing castings and setting the new castings, shall be replaced in kind, unless otherwise shown on the plans or directed by the Engineer. This shall include all sawcutting necessary for this removal.

METHOD OF MEASUREMENT

This work will be measured by the number of existing utility castings, complete with covers, reset to grade on existing utility manholes.

BASIS OF PAYMENT

The unit price bid for resetting each utility casting shall include the cost of furnishing all labor, materials and equipment necessary to complete the work. 10

D264560 301

ITEM 662.62000010 - RESETTING CASTINGS ON EXISTING UTILITY MANHOLES

Page 2 of 2 USC 2/2/2009

Any castings, covers or appurtenances broken through carelessness on the part of the Contractor shall be replaced at the Contractor's expense. The cost of pavement cutting, excavation, backfill, and pavement restoration will be paid for under their respective items.

302 D264560

ITEM 662.81000011–STEEL PLATES FOR SHALLOW INSTALLATION (CON

EDISON AND ECS)

Page 1 of 1 6/8/2018

DESCRIPTION

This work shall consist of placing steel plates for protection of Con Edison and ECS conduit

installation in shallow areas, as shown on the plans or as directed by the Engineer in consultation

with Con Edison and ECS representatives.

MATERIALS

The material will be specified by Con Edison or ECS.

CONSTRUCTION DETAILS

The steel plates shall be installed in accordance with pertinent Con Edison and ECS specification

and drawings.

METHOD OF MEASUREMENT

The quantity to be measured under this work will be the number of pounds of steel plates placed

in accordance with the plans and specifications; pay weights shall be calculated based on a

theoretical unit weight of 490 lb/ft3.

BASIS OF PAYMENT

The unit bid price per pound shall include all labor, material and equipment necessary to

complete the work.

D264560 303

ITEM 670.WWWW0039 - L.E.D. ROADWAY LUMINAIRE

Page 1 of 1 1/4/2013

DESCRIPTION This work shall consist of furnishing and installing LED Roadway luminaire in accordance with the contract documents and as directed by the Engineer. MATERIALS Materials shall conform to the current requirements of the “Specifications No. 466 for LED Roadway Luminaire” contained in the publication of “City of New York Department of Transportation Bureau of Traffic Division of Street Lighting”. The luminaire shall be of Lighting Emitting Diode (LED) type multi bars designed for pole mounting. The luminaire housing shall be cast aluminum. The luminaire shall be equipped with a built-in power driver with Low Voltage Indicator Lamp if required by Street Lighting. The power driver shall be 120-277 Volt, 50/60 Hz, Class 1or Class 2 LED driver. The luminaire shall be UL listed and IP 66 classified enclosure and pass 3G vibration test. CONSTRUCTION DETAILS The provisions of §670-3 shall apply.

METHOD OF MEASUREMENT This work will be measured by the number of LED roadway luminaires satisfactorily furnished and installed.

BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work. WWWW – denotes wattage of luminaire.

304 D264560

ITEM 670.11010011 - REMOVE AND DISPOSE OF EXISTING UNDERDECK LUMINAIRES AND WIRING

Page 1 of 1 USC 04/07/09 11/12/99

DESCRIPTION: Under this item the Contractor shall remove and dispose of existing underpass luminaires from the locations indicated on the plans or where required by the Engineer and wire feeding the existing luminaires. MATERIALS: No new materials required. CONSTRUCTION DETAILS: Luminaires, including mounting assemblies, and wiring feeding the existing luminaires, etc. shall be removed in a neat and workmanlike manner. Existing lighting equipment designated for storage shall be carefully removed from their present locations by disconnecting the conductors and detaching the fixture from it=s mounting. The work shall be performed in a manner acceptable to the Engineer. Component parts designated for storage shall be neatly stored and protected during storage at locations and in a manner as approved by the Engineer. Luminaires and other materials designated for removal and disposal shall be disposed of by the Contractor in a manner approved by the Engineer within the directed time period after removal from their original location. Any work performed within the boundaries of New York City shall also be in accordance with the AGeneral Specifications for Street Lighting Facilities@ contained in the latest publication of ACity of New York SPECIFICATIONS For Use With State of New York Department of Transportation Construction Contracts.@ Differences in standards or code requirements shall be resolved as determined by the Engineer. Refer to Special Note AGeneral Electrical Requirements@. METHOD OF MEASUREMENT: The quantity to be paid for under this item will be the number of complete underpass luminaires removed. BASIS OF PAYMENT: The unit price bid shall cover the cost of removing the underdeck luminaires, including conductors, electrical components, hardware, incidentals, labor, equipment and all other materials necessary to complete the work.

D264560 305

ITEM 670.11200011- LAMPPOST VIBRATION DAMPING PADS

Page 1 of 2 01/09/2013

DESCRIPTION:

Under this item the Contractor shall fabricate and install lamppost vibration dampening pads under the bases of lampposts which are located on bridges, viaducts, etc., as shown on the plans and as ordered by the Engineer.

MATERIALS:

The vibration dampening pads shall be furnished in ½ inch thickness accurately cut to the dimensions shown on the plans. The pads shall consist of a high quality fabric and rubber body. The pad shall be made with new unvulcanized rubber and unused fabric fibers in a random distribution of proper proportions to maintain strength and stability.

The surface hardness expressed in standard rubber hardness figures shall be 30 Shore A Durometer plus or minus 10 durometer average.

The average deflection of a 2 inches x 2 inches x ½ inch thick specimen of the vibration dampening pad shall be as follows:

Load (PSI) Deflection (in) 200 .013 400 .027 600 .040 800 .052 1000 .065 1200 .077 1400 .088

A deflection tolerance of 15% is allowable:

The ultimate breakdown limit of the pad under compressive loading shall be no less than 7000 psi for the specified thickness without extrusion or detrimental reduction in thickness.

The composite washers shall be furnished in 3/8 inch thickness x 1 inch I.D. x 2 ¼ inch O.D. The washers shall consist of 21 plies of 8 oz. of cotton duck impregnated with high quality natural rubber. The Shore Durometer hardness of the composition shall be about 90. The breakdown stress for compression perpendicular to the plane of fabric shall be not less than 17000PSI. One composite washer shall be provided for each anchor bolt.

The base plate anchor bolts with nuts shall be 1 inch diameter hex head stainless steel of such length to insure proper placing of lamppost dampening pads and all washers.

The stainless steel washers shall be 1 1/16 inches I.D. x 2 ¼ inches O.D. x 3/16 inch thick. Three stainless steel washers shall be provided for each anchor bolt.

306 D264560

Page 2 of 2 01/09/2013

CONSTRUCTION DETAILS:

The vibration dampening pads shall be installed under the shoe base of the lamppost, on top of the lamppost stanchion, concrete barrier or transformer base. The lamppost base is then placed directly upon the dampening pad in such a manner that the bolt holes in the pad and base are accurately aligned. Care must be taken to insure that the surfaces under and over the pad are clean and free from dirt and foreign matter.

The pad and base plate are then secured in place with four (1 inch) diameter stainless steel bolts and washers capped with 3/8 inch composite washer sandwiched between two stainless steel washers underneath the stainless steel hex head nut.

The nut shall be hand-tightened, plus 1/2 turn. The nut shall not be tightened so much as to cause tearing, rupture, punching or excessive bulging of the composite washers.

The lamppost shall be thusly sandwiched and restrained by vibration absorption materials at all points of physical contact with the bridge or viaduct superstructure.

METHOD OF MEASUREMENT:

The quantity to be paid for under this item will be the number of vibration dampening pads fabricated in accordance with the plans, specifications or as ordered by the Engineer.

BASIS OF PAYMENT:

The unit price bid for each unit shall include the cost of furnishing all labor, materials and equipment necessary to complete the work, including the cost of the dampening pads, composition washers and stainless steel washers, but not including the stainless steel bolts with nuts.

TEM 670.11200011- LAMPPOST VIBRATION DAMPING PADSD264560 307

Page 1 of 1  12/1/2011

ITEM 670.30010139 - MULTI-BAR LIGHT EMITTING DIODE (LED)LUMINAIRE UNDERDECK MOUNT

DESCRIPTION

This work shall consist of furnishing and installing underdeck mounted LED luminaires in accordance with the contract documents and as directed by the Engineer

MATERIALS

None Specified.

CONSTRUCTION DETAILS

Materials shall conform to the current requirements of the “Specifications No. 464, Specifications for LED Underdeck Luminaire” contained in the publication of “City of New York Department of Transportation Bureau of Traffic Division of Street Lighting”.

The luminaire shall be of Light Emitting Diode (LED) type multi bars designed for underdeck mounting. The luminaire housing shall be cast aluminum. The luminaire shall be 105 Watt maximum, equipped with a built-in power driver. The power driver shall be 120-277 Volt, 50/60 Hz Class 1 LED driver, with LED amperage 350mA. For redundancy two drivers shall be provided per fixture. The luminaire shall be UL listed and IP 66 classified enclosure to pass 3G vibration test.

METHOD OF MEASUREMENT

This work will be measured as the number of luminaires satisfactorily furnished and installed in accordance with the contract documents and as directed by the Engineer.

BASIS OF PAYMENT

The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work.

308 D264560

ITEM 670.41090611 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 6 IN x 6 IN x 4 IN ITEM 670.41090711 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 24 IN x 20 IN x 8 IN ITEM 670.41090811 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 16 IN x 12 IN x 6 IN ITEM 670.41090911 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 12 IN x 12 IN x 8 IN ITEM 670.41091011 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 24 IN x 18 IN x 10 IN ITEM 670.41091111 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 12 IN x 12 IN x 6 IN ITEM 670.41091211 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 18 IN x 12 IN x 10 IN ITEM 670-41091311 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 20 IN x 24 IN x 8 IN ITEM 670.41091411 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 10 IN x 10 IN x 8 IN ITEM 670.41091511 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX

SURFACE MOUNTED 8 IN x 8 IN x 6 IN

Page 1 of 2 USC 6/9/10

DESCRIPTION: Under this item the Contractor shall furnish galvanized steel junction boxes for the purpose of providing conduit junction points and splices for branch circuit wiring MATERIALS: Boxes shall be hot dipped galvanized steel (min. #12 gauge), NEMA-4 Type. Box shall be furnished with hinged gasketed cover and positive locking latch. All electrical equipment shall conform to UL and NEMA requirements. CONSTRUCTION DETAILS: Contractor shall drill box to receive conduits. Contractor shall attach box to structure with approved supports. Any work performed within the boundaries of New York City shall also be in accordance with the “General Specifications for Street Lighting Facilities” contained in the latest publication of “City of New York SPECIFICATIONS For Use With State of New York Department of Transportation Construction Contracts.” Differences in standards or code requirements shall be resolved as determined by the Engineer.

D264560 309

ITEM 670.41090611 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 6 IN x 6 IN x 4 IN ITEM 670.41090711 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 24 IN x 20 IN x 8 IN ITEM 670.41090811 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 16 IN x 12 IN x 6 IN ITEM 670.41090911 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 12 IN x 12 IN x 8 IN ITEM 670.41091011 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 24 IN x 18 IN x 10 IN ITEM 670.41091111 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 12 IN x 12 IN x 6 IN ITEM 670.41091211 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 18 IN x 12 IN x 10 IN ITEM 670-41091311 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 20 IN x 24 IN x 8 IN ITEM 670.41091411 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX SURFACE MOUNTED 10 IN x 10 IN x 8 IN ITEM 670.41091511 – GALVANIZED STEEL NEMA-4 TYPE JUNCTION BOX

SURFACE MOUNTED 8 IN x 8 IN x 6 IN

Page 2 of 2 USC 6/9/10

METHOD OF MEASUREMENT: The quantity to be paid for under this item will be the number of complete junction boxes installed. BASIS OF PAYMENT: The unit price bid shall cover the cost of the junction boxes including electrical components, hardware, incidentals, labor, equipment and all other materials necessary to complete the work.

310 D264560

ITEM 670.75XX0011 - GROUND WIRE AWG

12/07/00

Rev 5/01/03 page 1 of 1 Rev 04/24/13

DESCRIPTION:

This work shall consist of furnishing and installing ground wires of the sizes shown and at the locations indicated on the plans or where directed by the Engineer.

MATERIALS:

The bare conductor and any other materials required, shall conform to the requirements of Section 723-75 of the Standard Specifications with the additional requirements that the conductors shall be of the size indicated in the plans and shall consist of 7 strands for cable size less than 1/0 and 19 strands for size 1/0 or greater of soft-drawn bare copper wire complying with ASTM B-3 and ASTM B-8. The ground wire shall be Underwriter=s Laboratory approved.

CONSTRUCTION DETAILS:

The Contractor shall furnish, install and test the conductors in conformance to Section 670 of the Standard Specifications, except that only Method No. 2 for splicing shall be used.

METHOD OF MEASUREMENT:

Ground wire will be measured for payment by the number of linear feet of ground wire of each size actually installed in accordance with the plans and specifications or as directed by the Engineer.

BASIS OF PAYMENT:

The unit price bid per linear foot shall include the cost of furnishing all labor, materials and equipment to satisfactorily complete the work.

XX = Ground wire AWG gage as per the following table:

XX = 02 04 05 06 07 08 10 20 30 40

GAGE 2 4 6 8 10 12 1/0 2/0 3/0 4/0

D264560 311

ITEM 670.94110010 - REMOVE WIRING, CONDUIT & JUNCTION BOXES

12/23/08E 12/22/98MPage 1 of 1

DESCRIPTION

Under this item, the Contractor shall remove and dispose of existing conduits, junction boxes andwiring where shown on the plans or where indicated by the Engineer.

MATERIALS

Not specified.

CONSTRUCTION DETAILS

A. Removal

Removal of conduits and junction boxes shall be done in such manner as to protect existingmaterials which are to remain.

B. Disposal

All removed junction boxes, conduits and associated hardware shall become the property of theContractor and shall be promptly removed from the site and disposed of in a legal manner.

C. Patching

All openings which are not to be reused shall be sealed in a manner approved by the Engineer.

Prior to the beginning of any work, the Contractor shall submit to the Engineer a detailedschedule of work operation. This schedule shall be complete and include the expectedpercentage of work to accomplish within specific time frames. The Contractor may be at anytime asked to prepare and submit an updated work schedule. Failure by the Contractor to presentsuch a document upon request will cause the progress payment procedure to terminateimmediately.

METHOD OF MEASUREMENT

Payment will be made at the lump sum price bid for this work.

BASIS OF PAYMENT

The price bid shall include the cost of all labor, materials and equipment necessary to completethe work.

Monthly payments will be made under this item in proportion to the amount of work done asdetermined by the Engineer.

312 D264560

ITEM 680.49000039 - FURNISH AND INSTALL TRAFFIC SIGNALS SYSTEM

DESCRIPTION

Under this item, the Contractor shall furnish and install new Traffic Signals System within the

project area as shown in the contract drawings. The system shall consist of Items specified in the

attached Items List, Attachment A, and shall be installed in accordance with the Contract Plans,

current edition of CITY OF NEW YORK DOT Systems Engineering SPECIFICATIONS and

Standard Drawings, and/or as directed by the Engineer.

MATERIALS

Materials shall conform to the current edition of CITY OF NEW YORK DOT Systems

Engineering SPECIFICATIONS and Standard Drawings.

CONSTRUCTION DETAILS

Construction details for items included in this work shall be as specified in the current edition of

CITY OF NEW YORK DOT Systems Engineering SPECIFICATIONS and Standard Drawings.

METHOD OF MEASUREMENT

The work for Traffic Signals System will be measured for payment on a Lump Sum basis. The

Contractor shall provide the State with an itemized break down of the lump sum cost for the

items specified in Attachment A, on or before the pre-construction meeting.

BASIS OF PAYMENT

The Lump Sum price bid for the Traffic Signals System shall include the cost of all materials,

labor, equipment tools and incidentals necessary to satisfactorily complete the work as specified

and approved by the Engineer.

Payment will be made under:

Item No. Item Pay Unit

680.49000039 Furnish and Install Traffic Signals System. Lump Sum

1 of 2

D264560 313

ATTACHMENT A

ITEM 680.49000039 - FURNISH AND INSTALL TRAFFIC SIGNALS SYSTEM

ITEM DESCRIPTION QUANTITY

CABLE

6.1 INSTALL CABLE (INCLUDES OVERHEAD) 300

6.1D REMOVE CABLE (INCLUDES OVERHEAD) 300

6.7 INSTALL MULTIPLE CABLE AND SUPPORTS ON STRUC 50

6.8 INSTALL MULTIPLE CABLE ON MESSENGER CABLE 50

CONDUIT

5.19 FURN AND INST 1-1/2" RIGID CONDUIT ON ”EL” STRUC 10

CONTROLLERS

4.22 INST ANY TYPE OF ASTC CAB ON METAL POLE 2

4.8 RMV ONE CONT BOX AND CONTROLLER FRM ANY PO 2

FOUNDATIONS

1.18 REMOVE ONE TYPE ”A","B","S" OR "T" SERIES FOUNDA 1

FURNISHED ITEMS

31210 h) 'HUB" ASSEMBLY ”ASSEMBLY IS EQUAL TO ONE 5

31340 f) "VB-P" ASSEMBLY ” ASSEMBLY IS EQUAL TO ONE P 1

31351 g) ”VB-2P" ASSEMBLY ” ASSEMBLY IS EQUAL TO ONE 4

33000L FURN POLYCARBONATE INCANDESCENT PED SIG W/L 1

33001-L FURN POLYCARBONATE PED SIGN (16X16) W/LED CO 8

60190 e) 13 CONDUCTOR, 14 A.W.G. 500

81000 FURNISH CONCRETE PYLON 2

MISCELLANEOUS ITE

8.8 INSTALL CONCRETE PYLON 2

8.9 REMOVE CONCRETE PYLON 2

POSTS

2.16 FURN,INS,MAINT & REMOVE TEMP POST OR PYLON W 2

2.22 REMOVE ONE TYPE "S-1" OR ”T-1" SERIES POST 1

SIGNALS

3.21 RMV 1 PED SIG/SIGN UNIT OR OTHR ILLUM SIGNS FR 7

3.4 INST ONE-WAY SIGNAL UNIT/PED SIGNAL ON STEEL S 2

3.6 INSTALL PEDESTRIAN SIGNAL ON ANY TYPE POST 7

2 of 2

314 D264560

ITEM 680.77XXXX05 - MODIFY TRAFFIC SIGNAL INSTALLATION ITEM 680.79XXXX05 - REMOVE TRAFFIC SIGNAL INSTALLATION ITEM 680.50XXXX05 - ALTER ELEVATION OF POLE FOUNDATION ITEM 680.50500005 - REMOVE POLE FOUNDATION ITEM 680.51XXXX05 - ALTER ELEVATION OF PULL BOXES ITEM 680.90000005 - RESET POLE

1 of 4 7/96

DESCRIPTION:

This work shall consist of modifying, removing, storing and/or disposing, reinstalling, refurbishing or replacing of elements of a traffic signal system in accordance with the contract documents and/or directions of the Engineer.

Where not specifically covered in the contract documents the work shall be in accordance with the latest national, local and industrial standards or codes which are usually applied to such work and the requirements of the maintaining agency.

MATERIALS:

When an existing system is to be altered, modified or relocated, the existing material shall be reused in the revised system, removed, salvaged or disposed of as shown in the contract documents, as specified in the special provisions or as directed by the Engineer. When new materials must be provided under the modification work they shall conform to the requirements of Standard Specifications Section 680-2, Materials whenever applicable. Materials not specified in Section 680-2 shall match the existing system as nearly as possible and meet the requirements of the owning agency.

CONSTRUCTION DETAILS:

The applicable provisions of Standard Specifications Section 680-3, Construction Details shall be complied with, in addition to the following:

Removing and Salvaging Care shall be exercised in removing signal and electrical equipment and any appurtenances attached to them so that elements to remain or be salvaged will not be damaged.

The Contractor will be required to replace or repair, to the satisfaction of the Engineer, any equipment damaged, destroyed or lost by the Contractor's operations or negligence as determined by the Engineer.

Existing equipment or material intended to be reused and found to be missing or unsatisfactory, through no fault of the Contractor, shall be properly replaced by the Contractor, using equipment or material supplied by the owning agency or under other items.

All equipment or materials specified for removal but not intended to be incorporated in the work shall be removed and disposed of as specified in the contract documents.

The owners of appurtenances attached to signal equipment (e.g. street lighting) must be given adequate notification to allow sufficient time for them to remove or maintain their work

Alter Elevation of Pole Foundation or Pull Boxes When adjustments to existing pole foundations and pull boxes are specified, the poles or frames and covers shall be removed and the foundation (anchor bolts, conduits, ground wires, conductor cables, etc.) or walls

D264560 315

ITEM 680.77XXXX05 - MODIFY TRAFFIC SIGNAL INSTALLATION ITEM 680.79XXXX05 - REMOVE TRAFFIC SIGNAL INSTALLATION ITEM 680.50XXXX05 - ALTER ELEVATION OF POLE FOUNDATION ITEM 680.50500005 - REMOVE POLE FOUNDATION ITEM 680.51XXXX05 - ALTER ELEVATION OF PULL BOXES ITEM 680.90000005 - RESET POLE

2 of 4 7/96

reconstructed as required in the contract documents.

Remove Pole Foundations Support poles are to be removed in their entirety to permit reuse by the owner. Anchor base poles shall be removed from the foundation and the foundation shall be cut one foot below final grade surface or subgrade, whichever is lower, unless the foundation interferes with the construction and will have to be removed in order to complete the work. Embedded poles shall be removed in their entirety (including all foundation materials from around the pole) unless it is determined by the Engineer that such removal will cause damage to existing underground facilities. If the Engineer orders the Contractor in writing to leave an embedded pole foundation in place, the pole and foundation shall be cut one foot below finished grade or subgrade, whichever is lower.

Holes All holes resulting from this work shall be backfilled with suitable material and if so specified the disturbed areas restored to match the adjacent surface as approved by the Engineer.

METHOD OF MEASUREMENT:

Each The following items will be measured for payment as the number of each operation completed in accordance with the contract documents to the satisfaction of the Engineer.

680.50XXXX05 - Alter Elevation of Pole Foundation 680.51XXXX05 - Alter Elevation of Pull Boxes 680.90000005 – Reset Pole

Foot The following item will be measured for payment as the number of feet of pole foundation removed measured (to the nearest one half foot) from the top of anchor bolts, for anchor base poles, and the top of concrete, for embedded poles, to the depth of removal.

680.50500005 - Remove Pole Foundation.

Each Location The quantity for each location includes all the work described in the contract documents for each serialized pay item. The following items will be measured for payment as the number of locations completed in accordance with the contract documents to the satisfaction of the Engineer.

680.77XXXX05 - Modify Traffic Signal Installation 680.79XXXX05 - Remove Traffic Signal Installation

BASIS OF PAYMENT:

The requirements of Standard Specifications Section 680-5.01, General shall apply with the following

316 D264560

ITEM 680.77XXXX05 - MODIFY TRAFFIC SIGNAL INSTALLATION ITEM 680.79XXXX05 - REMOVE TRAFFIC SIGNAL INSTALLATION ITEM 680.50XXXX05 - ALTER ELEVATION OF POLE FOUNDATION ITEM 680.50500005 - REMOVE POLE FOUNDATION ITEM 680.51XXXX05 - ALTER ELEVATION OF PULL BOXES ITEM 680.90000005 - RESET POLE

3 of 4 7/96

additional provisions:

Modify Traffic Signal Installation The unit bid per location shall include all costs for grounding and the repairing or replacing of equipment damaged, destroyed or lost by the Contractor's operations or negligence. Installation of replacement equipment and materials supplied by the owning agency is also included unless provided for under other items.

Progress payments for each location will be made in the following manner:

Sixty-five percent of the bid price of each location modified will be paid after it is completed and ready for testing.

Twenty-five percent of the bid price will be paid after satisfactory completion of all tests required by these specifications, including the function test for ten days of continuous satisfactory operation of the traffic signal system at each location.

The remaining ten percent will be paid when all the traffic signals in the contract are functioning to the satisfaction of the Engineer.

Remove Traffic Signal Installation The unit price bid for each location removed shall include the cost for removing, storing and/or disposing as indicated in the contract documents.

Progress payments for each location removed will be made in the following manner:

Sixty-five percent will be paid when the elements to be removed are taken down.

Twenty percent will be paid when the elements are disposed of off the job site or salvaged by the owning agency.

The remaining fifteen percent will be paid when the location is restored to the satisfaction of the Engineer.

Alter Elevation of Pull Boxes and Pole Foundations The unit price bid for each alteration operation as specified in the contract documents shall include all costs for excavation, backfill, removing and/or cutting off concrete, reinforcing or anchor bolts, furnishing and installing concrete, bonding compounds, reinforcing bars, anchor bolt extensions and necessary drilling and grouting, removing, storing or resetting frames and grates and restoration of the site as specified. Removing and resetting poles made necessary by this work shall be paid for under their respective items.

Remove Pole Foundations The unit price bid per foot of pole foundation removed shall include all costs for excavation and disposal, backfill, removing and/or cutting off reinforcing or anchor bolts and restoring the site if specified in the

D264560 317

ITEM 680.77XXXX05 - MODIFY TRAFFIC SIGNAL INSTALLATION ITEM 680.79XXXX05 - REMOVE TRAFFIC SIGNAL INSTALLATION ITEM 680.50XXXX05 - ALTER ELEVATION OF POLE FOUNDATION ITEM 680.50500005 - REMOVE POLE FOUNDATION ITEM 680.51XXXX05 - ALTER ELEVATION OF PULL BOXES ITEM 680.90000005 - RESET POLE

4 of 4 7/96

contract documents.

Reset Pole The unit price bid for each pole reset shall include the cost for refurbishing, handling, erecting (including signs, push buttons, street lighting and other appurtenances if attached), furnishing anchor bolts (installed under another item) if required, field galvanizing, drag wires, conductor cable connection, grounding and incidental connecting hardware as specified. Removing the pole will be paid for under the item for Remove Traffic Signal Installation.

Payment will be made under:

ITEM NO. ITEM DESCRIPTION PAY UNIT 680.77XXXX05 Modify Traffic Signal Installation

Location ______ Each Location

680.79XXXX05 Remove Traffic Signal Installation Location ______

Each Location

680.50000105 Alter Elevation of Pole Foundations Type 1 Each

680.50000205 Alter Elevation of Pole Foundations Type 2 Each

680.50000305 Alter Elevation of Pole Foundations Type 3 Each

680.50500005 Remove Pole Foundations Foot 680.51000105 Alter Elevation of Pull Boxes

Type 1 Each 680.51000205 Alter Elevation of Pull Boxes

Type 2 Each 680.51000305 Alter Elevation of Pull Boxes

Type 3 Each 680.90000005 Reset Pole Each

318 D264560

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 1 of 18 08/13/2013

DESCRIPTION

This work shall consist of furnishing and installing Field Cabinets -Type B, BP, C, D, E, and F at the locations designated in the contract documents or as ordered by the Engineer. The field cabinets will house various types of field equipment provided as part of other items. The equipment complement for each cabinet shall be as delineated on the contract plan sheets and “Equipment Complement Tables” contained in the contract documents or as ordered by the Engineer.

MATERIALS

Each cabinet shall be furnished complete with all internal components and all mounting hardware necessary to provide for the installation of the field equipment specified in the contract documents. Interconnection to the field equipment shall be provided via the terminal facility harness, provided by the Contractor by means of a mating MS type connector except as noted otherwise in the contract documents.

All cabinets of the same type shall be identical in size, shape and quality throughout the entire contract. In addition, the cabinets shall be equipped internally as specified herein, and as required to suit the specific complement of equipment specified in the contract documents.

The following requirements apply to field cabinet types B, BP, C, D, E, and F except where explicitly noted:

General Requirements

a. The cabinets shall be designed for either pole mounting, ground foundation mounting, or mounting on structure as described in these contract documents. The straps, nuts, bolts and adapter plates required for mounting of the cabinets as well as all washers, gaskets, and sealant required to waterproof the mounting bracket penetrations into the cabinet shall be included as part of this item.

b. All cabinets shall be of welded sheet aluminum construction using 0.19 inch minimum thickness 5052-H32 sheet aluminum. Bolted on supports shall be either the same material and thickness as the enclosure or 0.11 inch minimum steel. The cabinets shall be reinforced, as required, for pole and ground foundation mounting. The cabinets shall not flex when mounted.

c. All exterior bolt heads shall be tamper proof type.

d. The cabinets shall have the following external dimensions:

• Type B – 36 inches (H) x 24 inches (W) x 24 inches (D)).

• Type BP- 36 inches (H) x 24 inches (W) x 24 inches (D).

D264560 319

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 2 of 18 08/13/2013

• Type C – 51 inches (H) x 20 inches (W) x 18 inches (D).

• Type D – 66 inches (H) x 24 inches (W) x 30 inches (D).

• Type E – 54 inches (H) x 43 inches (W) x 26 inches (D).

• Type F – 72 inches (H) x 48 inches (W) x 26 inches (D).

e. All conductors, terminals, and parts which could be hazardous to maintenance personnel shall be protected with suitable insulating material.

f. Safety labels in accordance with OSHA, NEMA, and NEC requirements shall be used to indicate potentially dangerous or hazardous situations. The contents of safety labels shall be in accordance with the ANSI Z535.4 standard, Product Safety Signs and Labels.

Specific Requirements

Cabinet Assembly

a. Each cabinet assembly shall include, but not be limited to, the following:

• Enclosure

• Cage Supports and Mounting

• Door

• Ventilation

• Latches/Locks

• Heating (As required by equipment)

• Hinges and Door Catches

• Plastic Envelope

• Input/communication panel(s)

• Gaskets

• Internal Cabinet Signal Distribution Panel

• Lighting

• Power Distribution Panel

• Fiber Optic Patch Panels and Patch Cables (at locations where fiber optic cables are terminated in the cabinet)

320 D264560

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 3 of 18 08/13/2013

b. The cabinet shall be designed to withstand the following loading conditions:

• 80 mph sustained winds.

• A 99 pound point load applied horizontally at the top edge of the cabinet.

The deflection measured at the top edge of the cabinet under the loads described above shall not exceed 0.3 inch.

c. The cabinet shall be rainproof with the top of the enclosure crowned to prevent standing water.

d. The Type B, C, D, E and F cabinets shall be unpainted.

e. The exterior of the Type BP cabinet shall be painted the color indicated in the contract documents and the interior of the Type BP cabinet shall be painted aluminum. Color samples shall be submitted with the shop drawings to the Engineer for approval. The paint shall be applied as follows:

• The cabinet and door shall be submerged in each tank of a three (3) step phosphate conversion technique.

• The interior and exterior shall have a finish of electrostatically applied polyester powder paint. The paint shall have an average thickness of 0.02 inch. The finish coat shall be baked for forty (40) minutes at +424°F.

• The finish shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters and any other defects that would impair serviceability or detract from performance.

Door

The Type B, BP and C cabinets shall have a single full size door in the front that is hinged on the right side. The Type D cabinets shall have one single full size door in the front and one in back that are hinged on the right side. The Type E cabinet shall have two full size doors in the front that are hinged on the right and left side of the cabinet front respectively. The Type F cabinets shall have two full size doors in the front and two full size doors in the rear that are hinged on the right and left side of the cabinet front and rear respectively. The cabinets shall not contain police doors. The doors shall meet the following requirements:

• All door frames shall be double flanged out on all 4 sides and shall have strikers to hold tension and hold a firm seal between the door, gaskets and frame.

• A minimum of two-bolt per leave hinges shall be provided to bolt the enclosure to each door. Each hinge shall be 3.5 inch minimum length and have a fixed pin. The pin ends shall be welded

D264560 321

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 4 of 18 08/13/2013

to the hinge and ground smooth. The pins and bolts shall be covered by the door edge and not accessible when the door is closed.

• Doors shall be provided with catches to hold the door open at both 90 and 180 ±10 degrees. The catch minimum diameter shall be either 0.39 inch for plated steel or aluminum rods or 0.24 inch for stainless steel. 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.

Door Latching and Locks

a. A removable handle shall be provided. The handle shall be a minimum of 0.43 inch diameter and slotted or keyed to prevent unauthorized entry. All handles provided as part of this project shall be slotted or keyed the same. Two handles shall be provided for each cabinet.

b. 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 0.24 inch thick by 0.75 inch wide, minimum. Rollers shall have a minimum diameter of 0.87 inch with nylon wheels and steel ball bearings.

c. When the door is closed and latched, the door shall be locked. The lock and lock support shall be rigidly mounted on the door. In the locked position, the bolt throw shall extend a minimum of 0.24 inch into the latch cam area. A seal shall be provided to prevent dust or water entry through the lock opening. The center door latch cam shall be fabricated of a minimum thickness 0.20 inch steel or aluminum. The bolt surface shall horizontally cover the cam thickness. The cam shall be structured to only allow the door to open when the handle is moved toward the center of the door.

d. The door locks shall have rectangular, spring loaded bolts. The bolts shall have a 0.28 inch throw and shall be 0.75 inch wide by 0.39 inch thick (tolerance is ±0.04 inch). The locks shall be keyed to use DT-9 keys.

e. In addition to the integral door lock, a stainless steel hasp welded to the cabinet for each door and padlock locks with DT-9 keying shall also be provided for padlocking the cabinet when the door is closed. One padlock shall be provided for each cabinet. The locks shall have a solid brass case with a case-hardened steel shackle. The shackle’s diameter shall be a minimum of 0.16 inch.

f. Two DT-9 keys shall be provided to the Engineer for each cabinet. The same keys shall open both the door locks and the cabinet hasp padlocks.

Door Gaskets: Gaskets shall be provided on the door opening and shall be dust tight. Gaskets shall be 0.24 inch minimum thickness closed cell neoprene or silicone (BOYD R-10480 or equal) and shall be permanently bonded to the metal. If neoprene is used, the mating surfaces of the gaskets shall be covered with a silicone lubricant to prevent sticking to the mating surface. A gasket top channel shall be provided to support the top gasket on the door (prevent gasket gravitational fatigue).

322 D264560

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 5 of 18 08/13/2013

Cabinet Cage: A standard EIA 19 rack cage shall be installed inside the housing for mounting of the controller and other rack mounted components. The rack cage shall be designed to support the equipment complement designated in these contract documents.

Ventilation: The housing ventilation including intake, exhaust, filtration, fan assembly and environmental control are as follows:

a. The door shall be provided with louvered vents. The air inlet shall be large enough to allow sufficient air flow per the rated fan capacity. The louvers shall satisfy the NEMA rod entry test for 3R ventilated enclosures. A removable and reusable air filter shall be housed behind the door vents. The filter filtration area shall cover the vent opening area. A filter shell shall be provided that fits over the filter providing mechanical support for the filter. The shell shall be louvered to direct the incoming air downward. The filter resident in its shell shall be held firmly in place with a bottom bracket and a spring loaded upper clamp. No incoming air shall bypass the filter. The bottom filter bracket shall be formed into a waterproof sump with drain holes to the outside housing.

b. The layout of the equipment shall not impede the circulation of air within the cabinet.

c. For the Type B, BP, C, and D cabinets the intake (including filter with shell) and exhaust areas shall pass a minimum of 260 cubic feet of air per minute. For the Type E and F Cabinets the intake (including filter with shell) and exhaust areas shall pass a minimum of 520 cubic feet of air per minute.

d. The Type B, BP, C, and D cabinets 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 and vented. The Type E and F cabinets shall have two such fans.

e. The fan shall be thermostatically controlled and shall be manually adjustable to turn on between+ 91°F and +149°F with a differential of not more than 11°F between automatic turn on and off. The fan circuit shall be protected at 125% of the fan motor ampacity. The manual adjustment shall be graded in 18°F increment scale. The fan shall be UL listed.

Heating Element: Cabinets that house any of the following elements: serial port switches, RS-422/RS-232 serial converters, or Remote Video Switchers, shall be equipped with a heating element installed in the cabinet, and conforming to the following requirements:

a. Draw a maximum of 500 watts and have a heat output such that the serial port switch and/or RS-422/RS-232 serial converter or the Hub Video Switcher can operate down to -4°F.

b. Contain a built-in quick response thermostat with sealed contacts that has a temperature control range of +39°F to +104°F.

c. Contain a built-in thermal cut-off to automatically shut-off heater in event of overheating.

D264560 323

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 6 of 18 08/13/2013

d. Constructed of 20 gauge cold-rolled steel, completely welded, with copper brazed rugged steel fins.

e. Fans or motors shall not be used in the heating element.

f. UL listed.

g. Mounted on a panel attached to the rack or to the bottom of equipment shelf and shall be no less than 6 inches from the bottom of the cabinet. Mounting location shall be approved by the Engineer and shall take into consideration location of equipment, heat flow distribution and maintenance personnel safety.

h. Height (maximum): 1.77 inches

Thermostat Noise Suppressor: Metal Oxide Varistors (MOVs) of appropriate ratings shall be placed across the heater and blower thermostats. The MOVs shall be connected directly to the cabinet ground bus.

Shelves: The Field Cabinets shall be equipped with shelves for mounting approved non-rack mount equipment. The shelves shall meet the following requirements:

a. Full width of the rack and 12 inches deep. b. Constructed of 0.12 inch aluminum (minimum) with a 0.98 inch lip turned up along the back of the

shelves. c. Attach to the rack. d. Support a minimum of 55 pounds. e. Shelf mounted equipment shall be mounted flat on the shelf. Stacking of equipment is not permitted.

Shelf mounted equipment shall be semi-permanently attached to the shelf to prevent vibration induced movement and to permit removal for repair or maintenance. The method of mounting shall be approved by the Engineer.

Cabinet Light: Each cabinet shall be equipped with one (1) fluorescent lamp lighting fixture Model No. 5315-1 mounted inside the top front portion of the cabinet. Any fixture other than the specified unit shall be submitted to the Engineer for approval, prior to the delivery of the sample unit. The fixture shall have an F-15-T-8 cool white lamp; operated from a normal power factor UL listed ballast. A door actuated switch shall be installed to turn the cabinet light on when the front door is opened. The door switch shall be on a separate circuit by itself; and used only to turn on the cabinet light.

Plastic Envelope: A resealable plastic envelope shall be mounted to the door of the cabinet. The envelope shall be sized to accommodate one (1) complete set of cabinet prints. The cabinet door shall be equipped with hooks for the hanging of the envelope.

Door Alarm: The Type E and F cabinets shall be equipped with a door activated alarm switch for each door. When the door(s) are closed a contact closure shall result. When the door is open a status alarm

324 D264560

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 7 of 18 08/13/2013

shall be generated An I/O module (B&B Model 232IOEXT or equivalent) shall be provided as part of the Type E and F cabinets to convert the door status to an RS-232 signal for transmission to the JTMC through the T-1 Channel Bank over the channel designated in the contract documents. The door status shall be wired to I/O line 1 (corresponding to the least significant bit in the status bytes). Filtering shall be provided across the switch to eliminate false triggering due to noise. The I/O module shall meet the following requirements:

a. Baud rate: 9600

b. I/O lines: 4

c. Format: 8 data bits, 1 stop, no parity

d. Configuration data: All configuration data shall be stored in non-volatile memory.

e. The status of the input line shall be transmitted when the command !0RD is received in the following format: 0000 0000 0000 000S with the least significant bit (S) transmitted last. S shall be 1 when the door is closed and 0 when the door is open.

f. Two copies on disk of the software, if any, required to configure the I/O module shall be provided.

Electrical

Convenience Outlet: A NEMA Type 5-15R duplex GFI protected convenience outlet shall be provided in each cabinet. The outlet shall be UL listed.

Circuit Breaker: Circuit breakers shall be installed in each cabinet. The main circuit breaker shall protect the cabinet. A secondary breaker shall be provided to protect the convenience outlet. The circuit breaker shall be approved and listed by the Underwriters Laboratories. The operating mechanism shall be enclosed, trip free from operating handle on overload and trip indicating. Contacts shall be silver alloy enclosed in an arc quenching chamber. Properly rated equipment circuit breaker(s) shall be provided for the equipment complement shown in the Contract Documents.

Radio Interference Suppressor: A radio interference suppressor shall be installed at the main circuit breaker. The suppressor shall provide a minimum attenuation of 50 dB over a frequency range of 200 kHz to 75 MHz. The suppressor shall be hermetically sealed in a metal case.

The suppressor terminals shall be nickel plated brass studs of sufficient length to provide space for connection of two appropriately sized AWG conductors and shall be so mounted that the terminals cannot be turned in its case. The suppressors shall be rated for operation at the current determined by the Contractor for the equipment complement specified in the contract documents and shall be approved by the UL and EIA.

D264560 325

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 8 of 18 08/13/2013

Surge Protector: The Contractor shall provide surge protection for all external cables, with the exception of fiber optic cables, entering the cabinet. The surge protection shall be mounted as close to the cable entry as possible. The surge protectors shall be grounded in accordance with the manufacturer’s recommendation. Where the device to the specified cabinet input is connected contains surge protection that meets or exceeds the requirements specified below for the secondary protector, the secondary protector is not required.

AC Power Conductors: Power line surge protector(s) shall be installed in each cabinet between the load side of the input power circuit breaker or fuse and ground. The surge protector shall have the following characteristics:

• Working Voltage Rating: AC power line with a voltage rating of 130 VRMS and 184 V peak.

• Surge Voltage: Limit the surge voltage applied to the equipment to 650 V peak while conducting a peak surge current of at least 20,000 A. The surge current shall be an unsymmetrical triangle wave (8 x 20 us) that requires 8 us to reach its peak value and 20 us to fall to half the peak value.

• Energy Rating: Dissipate 50 Joules of surge energy without damage to itself and shall have a 15 Watt power dissipation rating.

• Normal operating current of 10 amps continuous minimum. Multiple surge protectors shall be supplied as required on separate circuits in order to supply the twice the maximum continuous current required by the equipment in the cabinet without damage to the surge protectors.

Low Voltage Power and Control Conductors: Primary and secondary surge protectors shall be installed between the cabinet entry point and the individual equipment for all low voltage power and control conductors communication conductors entering or leaving the cabinet. This shall include, but not be limited to, dc power supply conductors and 120 VAC control signal conductors. The protectors may use a combination of separate MOV and gas discharge protectors or the primary and secondary protectors may be packaged in the same housing provided that sufficient impedance is provided between the protector segments to allow proper operation.

The protectors firing voltage and normal operating current shall be such that the equipment is adequately protected while still allowing for proper equipment operation.

Communication Signal Conductors: The Contractor shall install primary and secondary surge protectors between the cabinet entry point and the individual equipment for all communication conductors entering or leaving the cabinet. This shall include, but not be limited to, RS-232 and RS-422 signal cables and the conductors connected to the Telco Demarcation Cabinet. The primary and secondary protectors may be packaged in the same housing provided that sufficient impedance is provided between the protector segments to allow proper operation.

326 D264560

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 9 of 18 08/13/2013

The primary protector shall have the following characteristics:

• Working voltage: The protector shall not introduce a series or shunt impedance to the signal path such that it interferes with the operation of the equipment.

• Surge voltage: The protector shall limit the surge voltage between the signal leads and ground to <300 V while conducting a peak surge current of at least 10,000 A. The surge current shall cause both signal leads to be grounded simultaneously under surge conditions and shall not allow a transient transverse signal to appear on the protected output signal conductors. The surge operation delay shall not exceed 1 us.

• Energy Rating: Dissipate 100J without damage to itself.

The secondary protector shall meet the following requirements:

• Peak surge current (10 times)b8 x 20 us: 10 kA

• 10 x 700 us 500 A per line

• Life expectancy ( 8 x 20 us - 200 A, 10 x 700 us - 400 A):

> 100 occurrences

• Response Time: < 5 ns

• Surge Voltage: The protector shall limit the surge voltage to a level that is less than the maximum specified operating voltage of the equipment being protected. The surge voltage shall occur when the primary protector is being subjected to its rated surge current.

• Energy Rating: Dissipate 20 J without damage to itself.

• The protector shall not introduce a series or shunt impedance to the signal path that interferes with the operation of the equipment.

CCTV Video: A surge protector shall be mounted on the input/communications panel meeting the following requirements:

• Attenuation: 0.1 dB maximum at 10 MHz.

• Response time: 1 ns maximum

• Voltage clamp: Less than the maximum specified operating voltage of the equipment being protected when the

D264560 327

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 10 of 18 08/13/2013

protector is being subjected to its rated surge current.

• Peak Surge Current: 5 kA (8x20 us).

• Connector: Type BNC

• Impedance: 75 ohms

Panels

One panel shall be mounted on the back wall of the cabinet and two panels shall be mounted on the cabinet side walls. In viewing from the front door, the left side panel shall be designated as the “Input/Communications” and the right side panel shall be designated as the “Service Panel”. The back panel shall be designated as “Internal Cabinet Signal Distribution Panel”. The Type E and F cabinets shall have one or more panels mounted on the side of the rack rail in the center of the cabinet and designated as “Internal Cabinet Signal Distribution Panel”. The panels shall be fabricated from 0.13 inch sheet aluminum. The panels shall be drilled and tapped, as necessary, to mount the terminal blocks and other attachments described herein, as well as to mount the panel to the cabinet wall. The exact location and legend of all panel lettering shall be provided in the cabinet shop drawings prior to fabrication for approval by the engineer.

A grounding stud shall be provided on each panel. The stud shall extend through the panel. The over voltage protection devices' ground leads shall be attached to the stud on the front side of the panel. A No. 8 AWG copper conductor shall be attached to the stud on the back side of the panel, and shall connect to the cabinet's equipment grounding bus.

All terminal strips and devices mounted to the panels as well as the panels themselves shall be permanently labeled (silk-screened with black lettering). The lettering shall match exactly that shown on the engineer approved shop drawings for the panels.

Service Panel: The service panel shall contain the AC surge protector(s), line filter, circuit breakers and terminal blocks for the distribution of power to equipment inside the cabinet and to equipment reporting to the cabinet as shown in these contract documents.

The terminals of the power line service terminal block shall be labeled AAC+, AC-, and AC GND@, and shall be covered with a clear insulating material to prevent inadvertent contact. Terminating lugs large enough to accommodate No. 2 conductors shall be furnished for the service terminal block. The terminal block shall be rated for 50 amperes at 600 volts peak, minimum. The block shall be either a double row, 3 position screw/insert with shorting bar (screws, inserts, and shorting bars shall be nickel plated brass) or a Marathon #1423552 (or equal). If the Marathon block is used, the surge protectors shall be terminated

328 D264560

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 11 of 18 08/13/2013

under a screw head (not common with AC+, AC-, or AC Ground). The AC+, AC-, and AC Ground conductors connecting to the service terminals and appropriate buses shall not be spade lugged.

Input/Communications Panel: All copper communication and data lines entering or leaving the cabinet shall be terminated in terminal blocks mounted on the input/communications panel. Surge protectors mounted on the panel shall be provided to protect each of these lines.

Communication lines connected to the demarcation blocks in the Telco Demarcation Cabinet described under another item shall be terminated on this panel.

The input/communications panel at Field Cabinets with a Type 170 input file assembly shall be equipped with an adequate number of terminal blocks so that there is at least one set of terminals for each position on the input files. The input/communications panel shall be completely wired to the input files. The terminals on the input panel shall be permanently labeled (silk-screened with black lettering) to match their respective input file position. Inductance loop vehicle detector wire and loop lead-in cables, as well as any other cables for equipment connected to the 170E controller through isolation modules installed in the input file assembly shall be terminated on the input/communications terminals wired to the input file in accordance with the assignment contained in the contract documents. All active input file input terminals (attached to equipment which is external to the cabinet) shall be provided with two stage surge protection required to protect the equipment and as approved by the engineer.

Internal Cabinet Signal Distribution Panel: Each cabinet shall contain an internal cabinet signal distribution panel mounted to the back wall of the cabinet. The interconnection between all equipment housed in the cabinet shall be through this panel. For the Field Processing Cabinets with Type 170E controllers, the equipment panel shall contain terminal blocks for the connection of the C-1 signals as designated in the contract documents and for the distribution and interconnection of cabinet wiring relating to equipment contained within the cabinet.

Power Control Panel: All Field Processing Cabinets shall contain a rack mounted Power Control Panel. The panel shall contain an ON/OFF toggle switch and fuse for each external device powered through the cabinet. The fuses shall be type 3AG and sized for the equipment protected.

All fuses and switches shall be permanently identified on the front of the control panel as to the external device it protects and controls.

Ground Bus: A solid copper grounding bus bar shall be permanently mounted to the inside surface of the cabinet wall. The point of contact between the ground bus bar and the cabinet wall shall have less than 1 ohm resistance. The copper ground bus bar shall have a minimum of 20 connector points, each capable of securing at least one # 8 conductor. Equipment ground wiring shall return to the ground bus bar. Where multiple ground bus bars are used, they shall be bonded to each other with bare stranded #8 copper wire.

D264560 329

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 12 of 18 08/13/2013

Neutral Bus: A solid copper neutral bus bar shall be mounted on electrically insulated standoffs to the inside surface of the cabinet wall. The copper neutral bus bar shall have a minimum of 20 connector points, each cable of securing at least one # 8 conductor. Equipment neutral (AC-) wiring shall return to the neutral bus bar. Where multiple neutral bus bars are used, they shall be bonded to each other with bare stranded # 8 copper wire. The neutral bus bars shall located in proximity to the ground bus bars and so that they may be connected together using a stranded #8 copper wire jumper.

Cabinet Wiring: The cabinet wiring shall meet the following requirements:

a. All conductors used in cabinet wiring shall terminate with properly sized non-insulated (if used, for DC logic only) or clear insulated spring-spade type terminals except when soldered to a through-panel solder lug on the rear side of the terminal block or as specified otherwise. All crimp-style connectors shall be applied with a power tool which prevents opening of the handles until the crimp is completed.

b. Conductors between the service terminal AC- and Equipment Ground and their associated bus, the equipment ground bus conductor to Power Distribution Assembly and cage rail, AC- Bus to Power Distribution Assembly shall be No. 8 or larger.

c. All conductors, shall be labeled. Labels attached to each end of the conductor shall identify the destination of the other end of the conductor.

d. All conductors shall conform to the following color-code requirements:

• AC neutral: Continuous white or gray color.

• Ground: Solid green color.

• Ungrounded AC+: Solid black.

• The DC logic ground conductors shall be identified by a solid white color with a red stripe.

• The logic ungrounded conductors shall be identified by any color not specified above.

e. All wiring harnesses shall be neat, firm, and routed to minimize crosstalk and electrical interference.

f. Hook-up wire shall meet the requirements of MIL-W-16878 Type B.

g. Current carrying capacities shall comply with the NEC.

h. Wiring containing AC shall be routed and bundled separately or shielded separately from all logic voltage control circuits.

i. Cabling shall be routed to prevent conductors from being in contact with metal edges. Cabling shall be arranged so that any removable assembly may be removed without disturbing conductors not associated with that assembly.

330 D264560

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 13 of 18 08/13/2013

j. Within the cabinet, the DC logic ground and equipment ground shall be electrically isolated from the AC grounded conductor and each other by 500 megohms when tested at 250 VDC, with the power line surge protector disconnected.

k. The AC- copper terminal bus shall not be grounded to the cabinet or connected to logic ground.

l. The cabinet power supply DC Ground shall be connected to the DC logic ground bus using a No. 14 AWG, or larger, stranded copper wire.

m. The C1 harness in the Field Processing Cabinets with Type 170E controllers shall be a minimum of 4-feet in length. The harness wire bundle shall be provided with external protection and shall be terminated as specified in the contract documents. One end of the C1 harness shall be the C1P connector with pin contacts wired per the detail assignment contained in the contract documents. The other ends of the harnesses shall terminate as specified in the contract documents.

n. The internal cable from the Input/Communications Panel field terminals in the cabinet to the Type 170 input file rack terminals, shall be a cable of UL Type 2092 or better. The stranded tinned copper drain wire shall be connected to a ground terminal on the Input/Communications Panel. The Input/ Communications Panel ground terminal shall be connected to the equipment grounding bus through a single conductor.

Terminal Blocks: Terminal blocks shall be two position multiple barrier type rated at 20 amperes, 600 volts RMS minimum. Shorting bars shall be provided in each of the positions provided along with an integral marking strip. Terminal blocks shall be so arranged that they shall not upset the entrance, training and connection of incoming conductors. All terminals shall be suitably identified by legends permanently affixed and attached to the terminal blocks. Not more than three (3) conductors shall be brought to any one terminal screws.

No electrically alive parts shall extend beyond the protection afforded by the barriers. All terminal blocks shall be located below the shelves.

AC terminal blocks shall by UL approved for 600 VAC minimum and shall be suitable for outdoor use. Terminals used for field connections shall secure conductors by means of a #10-32 nickel or cadmium plated brass binder head screw. Terminals used for internal wiring connections, but not for field connections, shall secure conductors by means of a #6-32 nickel or cadmium plated brass binder head screw.

Fiber Optic Patch Cable Assembly: Fiber optic patch cable assemblies consisting of pre-measured, pre-terminated fiber optic cable shall be used to connect the local Fiber Optics interface equipment to the patch panel. The quantity of two Fiber Optic Patch Cable Assemblies at each Field Cabinet shall be as required to connect all fiber optics interface equipment (specified under other items and called out in the

D264560 331

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 14 of 18 08/13/2013

contract documents) within the cabinet to the fiber optic cable plant (drop cable). Each Fiber Optic Patch Cable Assembly shall meet the following requirements.

• Fiber type: Single mode, all dielectric.

• Configuration 2 tight buffered individual fibers in a zip-cord configuration

• Core diameter: 8 µm.

• Cladding diameter: 125 µm.

• Buffer diameter: 900 µm ± 15 µm (tight buffered).

• Maximum attenuation at 1310 nm: 1 dB/km.

• Typical attenuation at 1310 nm: 0.5 dB/km.

• Outer diameter: 0.11 inch x 0.23 inch.

• Tensile strength - short term:

- long term:

225 pounds. 18 pounds.

• Minimum bend radius - loaded:

- unloaded:

1.97 inch. 1.18 inch

• Jacket: PVC

• Color code: The individual fibers shall adhere to the following color code in accordance with EIA/TIA-598-C, “Optical Fiber Cable Color Coding”: Fiber 1: blue Fiber 2: orange

• Connector: Type ST twist lock on both ends. The connectors shall use ceramic ferrules and shall have an insertion loss when mated <0.5 dB and a return loss >55 dB at 1310 nm. The connectors shall be factory installed on the patch cable. The end face geometry shall meet or exceed Telcordia Generic Requirements for Single Mode Optical Cable Assemblies, GR-326 Issue 3.

• Temperature: -4°F to +158°F.

332 D264560

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 15 of 18 08/13/2013

Fiber Optics Patch Panel: The Fiber Optics Patch Panel shall meet the following requirements:

• Fabricated out of corrosion resistant sheet metal minimum 18 Gauge thick.

• Suitable for 19 inch (EIA-19) rack mounting in an outdoor cabinet over a temperature range of -4°F to +158°F in a relative humidity of 0 to 95% non-condensing.

• Access to the fiber optic patch cable fibers from the front.

• The panel’s front face shall either be factory predrilled or pre-terminated with pigtails to accommodate Type ST connectors. A minimum of twenty-four (24) terminations or a quantity equal to one-hundred and fifty percent of the total number of drop cable equipment connections specified in the contract documents, whichever is greater, shall be provided. The connectors shall have an insertion loss not to exceed 0.5 dB when mated with the fiber optic patch cable assembly furnished as part of this item. The connectors shall use ceramic ferrules with epoxy to secure the fiber to the ferrule and shall have a return loss of 55 dB minimum.

• The Fiber Optics Patch Panel shall provide internally for the securing, storage and arranging of fiber optic drop cable fibers specified as part of another bid item.

• If the Contractor uses patch panels with pre-terminated pigtails, instead of pre-terminated drop cable, the patch panel shall contain splice trays for the storage of the splices to the drop cable and of the pigtails and fiber optic drop cable fibers. Fusion splicing shall be used to splice the pigtails to the drop cable fibers.

• Multiple patch panels may be used to meet the termination requirement provided that each patch panel can accommodate a minimum of twenty-four (24) terminations.

CONSTRUCTION DETAILS

The cabinets shall be installed as shown in the contract documents and in accordance with §680-3, Construction Details, and Standard Drawing Sheet Base and Pole Mounted Cabinet Installation Details except as noted.

Prior to installing the cabinet, the Contractor shall submit an approved cabinet wiring schematic for each cabinet to the Engineer. The schematic shall depict the wiring required for the equipment complement of that specific cabinet and the connections to the external cable plant. No cabinet shall be installed without a schematic approved by the Engineer.

For painted cabinets, the Contractor shall touch up all painted surfaces that were scratched, chipped or damaged during installation with a matching color of paint.

D264560 333

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 16 of 18 08/13/2013

Installation of External Copper Cables Into the Cabinet: All wire shall be cut to the appropriate length prior to installation. Insulated pre-printed sleeving shall be used to identify all wires prior to connection. Wires shall be neatly laced with nylon lacing or plastic straps. Cables shall be secured with suitable clamps.

Where communications will be through leased telephone lines terminated in a Telco Demarcation Cabinet, the Contractor shall connect the communication interconnect cabling installed as part of the TELCO Demarcation Cabinet, described under another item, to the input/communications panel.

All cable shields shall be grounded using an approved grounding termination kit.

Installation of Fiber Optic Cable Into the Cabinet: The fiber shall be neatly “racked” in the cabinet complying with the minimum bend radius for the cable.

Preconnectorized fiber shall be terminated in the patch panel and pre-terminated pig tails shall be fusion spliced to the drop cable fiber. Slack fiber shall be stored in the patch panel.

Sealing of conduit: After installation of all cables into the cabinet, each of the conduit entries shall be sealed with duct seal or an approved equivalent, to prevent water or rodent ingress.

Grounding: A copper clad ground, wire and fittings shall be installed in the nearest pullbox to the cabinet in accordance with §680-3.12, Grounding. For pole mounted cabinets, the cabinet ground bus shall be directly connected to their mounting pole grounding lug which shall then be directly connected to the ground rod using an appropriately sized stranded copper ground wire. For structure and ground mounted cabinets, the cabinet ground bus shall be directly connected to the ground rod using an appropriately sized stranded copper ground wire.

The completed ground system shall be tested in accordance with §680-3.32B, Ground Test.

Tests

Cabinet Acceptance Test: In addition to the environmental and design approval tests specified in the FHWA Type 170 Traffic Signal Control System Hardware Specification, the following water spray test shall be performed for each type of cabinet:

Spray water from a point directly overhead at an angle of 60° from the vertical axis of the cabinet. Repeat for each of eight equally spaced positions around the cabinet for a period of five minutes in each position. The water shall be sprayed using a domestic type sprinkling nozzle at a rate of not less than 0.98 gallon s per minute per square foot of surface area. The cabinet shall then be inspected for leakage. Evidence of water leakage shall be cause for rejection.

334 D264560

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 17 of 18 08/13/2013

Operational Standalone Test: The operational standalone test for each field cabinet installed shall consist of the following:

• Visual inspection of the cabinet and its contents for workmanship. • Verification of the cabinet grounding in accordance with §680-3.32B, Ground Test. • Measurement of the voltage at the input panel.

Equipment Group Site Verification Tests: Local and remote equipment group site verifications tests shall be performed for each equipment group contained in the cabinet as defined in the special notes.

Documentation

Shop Drawings: Shop drawings and wiring lists showing the proposed layout of each type of cabinet shall be submitted to the Engineer for approval prior to the start of fabrication. Wiring lists for the internal Manufacturer cut sheets for all electrical equipment included in each type of cabinet shall be included in the submission.

As-Built Drawings: Four copies of drawings showing the wiring for each cabinet shall be provided. One copy shall be placed in the clear plastic envelop furnished as part of the cabinet. The other three copies shall be delivered to the Engineer.

Cabinet Configuration List: For each cabinet four copies of a configuration of the equipment reporting to that cabinet shall be provided. The sheet shall also list field settings for the equipment contained in the cabinet. This shall include device addresses, and output voltage settings for power supplies. One of these copies shall be placed in the clear plastic envelop furnished as part of the cabinet. The other three copies shall be delivered to the Engineer.

METHOD OF MEASUREMENT

Field Cabinet - Type B, Field Cabinet - Type BP, Field Cabinet – Type C, Field Cabinet - Type D, Field Cabinet - Type E and Field Cabinet - Type F will be measured for payment as the number of units of specified type furnished, installed and tested in accordance with the contract documents.

BASIS OF PAYMENT

The unit price bid for each Field Cabinet shall include the cost of furnishing all labor, materials, and equipment necessary to complete the work. This cost shall include the termination of all cables entering and leaving the cabinet.

Progress payments for Field Cabinet - Type B, BP, C, and D will be made as follows:

D264560 335

ITEM 680.80326111 - FIELD CABINET - TYPE B ITEM 680.80326211 - FIELD CABINET - TYPE C ITEM 680.80326311 - FIELD CABINET - TYPE D ITEM 680.80326411 - FIELD CABINET - TYPE E ITEM 680.80326511 - FIELD CABINET - TYPE F ITEM 680.80326611 - FIELD CABINET - TYPE BP

Page 18 of 18 08/13/2013

• Sixty percent of the bid price for each item will be paid when it is installed and having passed the Local Site Verification Test for all of the equipment housed in the cabinet.

• Thirty percent of the bid price for each item will be paid when it has passed the Remote Site Verification Tests for all of the equipment housed in the cabinet.

• Ten percent of the bid price will be paid for each item upon System Acceptance.

Progress payments for Field Cabinet - Type E and F will be made as follows:

• Sixty percent of the bid price for each item will be paid when the Remote Site Verification Tests have been completed for all cabinets to which the hub communicates.

• Thirty percent of the bid price will be paid when the Communication Network Performance Verification Test and the CCTV Subsystem Integration Tests have been completed for all equipment connected to the hub.

• Ten percent of the bid price will be paid for each item upon System Acceptance

336 D264560

ITEM 680.82310011 – FURNISH AND INSTALL TRAFFIC SIGNAL POLE TYPE M-

2A (NYC)

Page 1 of 1 05/11/2018

DESCRIPTION:

Under this item the Contractor shall furnish and install traffic signal pole type M-2A at the

locations shown in the Contract drawings and in conformance with New York City Traffic

Standards.

MATERIALS:

The traffic signal pole shall meet the requirements of Section 38 (NYCDOT Specifications for

20’ Traffic Signal Mast Arm Assembly Type M-2-A) of the “City of New York DOT Systems

Engineering Specifications for Furnishing All Labor and Material Necessary and Required for

Removal, Installation, Relocation and Maintenance of Traffic Signals and Intelligent

Transportation Systems, November 2013”.

CONSTRUCTION DETAILS:

The pole shall be fabricated in accordance with the NYC Department of Transportation

Traffic Signal Standard Drawing P-001 and in conformance with the Section 38 of the “City

of New York DOT Systems Engineering Specifications for Furnishing All Labor and Material

Necessary and Required for Removal, Installation, Relocation and Maintenance of Traffic

Signals and Intelligent Transportation Systems, November 2013”.

METHOD OF MEASUREMENT:

The quantity to be paid under this item will be the number of Traffic Signal Poles furnished

and installed in accordance with the plans, specifications and instruction of the Engineer.

BASIS OF PAYMENT:

The unit price bid shall include the cost of labor, cost of furnishing all materials, pertinent

hardware, equipment, materials and wiring harness and attachments necessary to complete the

work except that anchor bolt installation is included in the cost of the foundation.

D264560 337

ITEM 680.83080011 - SHAFT EXTENSION AND STREET LIGHT LUMINAIRE SUPPORT

ARM ON M-2A TYPE TRAFFIC SIGNAL POLE (NYC)

ITEM 680.83080211 - SHAFT EXTENSION AND TWIN STREET LIGHT ARM FOR M-2A

TYPE TRAFFIC SIGNAL POLE (NYC)

Page 1 of 1 05/11/2018

DESCRIPTION:

Under this item, the Contractor shall furnish and install Shaft Extension and Street Light Support

Arm on an M-2A Type Traffic Signal Pole where indicated on the contract documents or as

ordered by the Engineer.

MATERIALS:

The material used in the shaft extension shall match that of the M-2A pole on which it is installed.

Materials shall be as specified in the "City of New York DOT Systems Engineering

Specifications for Furnishing All Labor and Material Necessary and Required for Removal,

Installation, Relocation and Maintenance of Traffic Signals and Intelligent Transportation

Systems, November 2013", Section 38 (NYCDOT Specifications for 20’ Traffic Signal Mast

Arm Pole Assembly Type M-2A) and as indicated on the NYCDOT Traffic Signal Standard

Drawings, December 2013, Drawing No P-003.

CONSTRUCTION DETAILS:

The shaft extension and luminaire support arm shall be fabricated and installed in accordance

with the NYCDOT Traffic Signal Standard Drawings, December 2013, Drawing No P-003.

The exposed surfaces of the shaft extension and luminaire support arm assembly shall be painted

according to Section 657 of the NYSDOT Standard Specifications. All galvanized items shall be

treated as new galvanizing.

METHOD OF MEASUREMENT:

The work will be measured by the actual number of shaft extensions and luminaire support arms

installed as a set in accordance with the contract documents or as directed by the Engineer.

BASIS OF PAYMENT:

The unit price bid for this item shall include the furnishing of all labor, materials, tools,

equipment, hardware and electrical connections, installed in place and performing all tests as

required to the satisfaction of the Engineer. Painting will be paid for under the Painting Newly

Galvanized Surfaces item.

338 D264560

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 1 of 8 USC 03/9/2009

DESCRIPTION This item of work shall consist of the meaningful and effective training of one or more apprentices/trainees leading to their qualification as journeyworkers in trades for the highway construction industry. The statutory authority for training requirements is described in §102-11 Equal Employment Opportunity Requirements. This specification establishes the specific requirements for a Contractor to provide training pursuant to 23 CFR 230.111 as part of Equal Employment Opportunity responsibilities. This specification, with referenced Standard Specifications, constitutes “Training Special Provisions” (TSP) pursuant to 23 CFR 230.111. The TSP supercedes any conflicting portions of Form FHWA 1273 Required Contract Provisions, Federal Aid Construction Contracts found in contract proposals.

MATERIALS None Specified.

CONSTRUCTION DETAILS

GENERAL. The objective of these training requirements is to provide training opportunities to minorities, women and disadvantaged persons for the following reasons:

1. To address the current under-representation of minorities and women in skilled trades, and; 2. To maintain a pool of qualified minorities, women and disadvantaged persons to compete for

those journeyworker positions which are created as others leave the workforce. Disadvantaged means a person who is either a) a member of a family that receives public assistance, or b) a member of a family whose income during the previous six (6) months, on an annualized basis, was such that the family qualified for public assistance, or whose income was at or below either the poverty level or 70% of the lower living standard income (LLSI) level for the person’s county of residence.

The Contractor shall make every effort to recruit and hire minority, women and disadvantaged apprentices/trainees to the extent that such persons are available within a reasonable area of recruitment. Such training commitment is not intended to, and shall not be used to, discriminate against any applicant for training, whether a member of a minority group or not. Apprentices/trainees shall be employed and offered meaningful and effective training opportunities. Meaningful and effective training is defined as occurring when contract work provides a realistic and practical opportunity of reasonable duration for the apprentice/trainee to complete elements of the apprenticeship/OJT program in order to achieve journeyworker status.

TRAINING PROGRAMS. In accordance with §102-10D Training, an apprentice is defined as an individual who is enrolled in an apprenticeship training program that is registered with the NYS Department of Labor, and a trainee is defined as an individual who is enrolled in an On-the-Job Training (OJT) program that is approved by the Federal Highway Administration (FHWA). NYSDOT administers the trainee training programs.

Although the terms apprentices and trainees are generally used interchangeably in this specification, in Regions 1, 2, 3, 4, 5, 8, 10 and 11, the Department will only approve the use of apprentices and apprenticeship training programs, where available, in fulfillment of these requirements. In Regions 6, 7 and 9, the Department will approve the use of either apprenticeship or FHWA approved OJT trainee programs.

Prospective bidders can obtain additional information about apprentice programs from the Director of Apprenticeship Training Programs, NYS Department of Labor, State Office Building Campus, Building 12, Rm 436, Albany, NY 12240 ; (518) 457-6820; fax (518) 457-7154; [email protected].

D264560 339

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 2 of 8 USC 03/9/2009

Approval to use a training program shall be obtained from the Department prior to commencing work involving the trade(s) covered by the program.

APPRENTICES/TRAINEES. Recruitment. The Contractor shall decide who is hired as an apprentice/trainee. Such apprentice/trainee shall be enrolled in a registered apprenticeship or OJT program approved by the Department and satisfy the requirements under Work History.

Prior to engaging in the recruitment of new apprentice/trainees, the Contractor shall employ apprentices/trainees who are partially trained, if available, in order to facilitate completion of their apprenticeship/OJT program. Training and upgrading of minorities and women toward journeyworker status is a primary objective of the TSP requirements.

The Contractor shall make every effort to enroll minority and women apprentice/trainees (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women apprentice/trainees, such as the Department’s OJT supportive services program) to the extent that such persons are available within a reasonable area of recruitment. The Contractor will be responsible for demonstrating the steps that have been taken in pursuance thereof, prior to a determination as to whether the Contractor is in compliance with the TSP requirements.

Work History. The Contractor shall not propose or use any person under this item if such person has successfully completed a training program providing journeyworker status in the same trade or work classification as will be used for training under this contract. The Contractor shall not use or propose a person who has been gainfully employed as a journeyworker in that trade by virtue of informal on-the-job training or otherwise. The Contractor shall ascertain, before training a person and before requesting payment therefore, whether the person qualifies. The Contractor shall include appropriate questions on employee application forms and shall check the personal references of an applicant for a position in order to ensure that the person is qualified for training. The Contractor shall maintain records of these findings and provide them to the Department upon request.

Termination. An apprentice/trainee may be terminated at any time during training for: excessive absenteeism; lack of punctuality; accident-proneness; lack of interest; poor attitude; and continued failure to behave in a business-like manner. However, termination will not occur without: 1. Documented counseling by the Contractor's Trainer about the reason(s) for termination; and 2. Documented efforts by the Contractor's Trainer to resolve the problem; and 3. Documented notification to the Engineer and Regional Compliance Specialist about the problem; and 4. Written notification of intent to terminate to the Engineer and the Regional Compliance Specialist

stating the reason(s) therefore; and 5. An opportunity for Department representatives to discuss the impending termination with the

Contractor in order to ensure compliance with Steps 1 through 4 above. REQUIRED TRAINING EFFORT.

CHART A NUMBER OF APPRENTICE/TRAINEE FTEs REQUIRED

Contract Bid Amount AA Component RGN Component Total (AA + RGN) < $15M 1 1 2

$15M to < $30M 2 2 4 ≥ $30M 3 3 6

340 D264560

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 3 of 8 USC 03/9/2009

Full-Time Equivalents (FTEs). The number of apprentice/trainee full-time equivalents (FTEs) the Contractor is required to train is identified in Chart A. For the purposes of this specification, FTEs are used to designate the desired and expected level of training effort, in terms of full-time workers employed for the duration of the contract. Although the value of one FTE is not fixed, a general estimation of expected effort is approximately 1,000+ hours of work per construction season for upstate Regions and 2,000+ hours of work per construction season for downstate Regions. One FTE could be achieved with one individual working for the contract duration or with multiple individuals working full-time on a daily basis for portions of the contract duration so long as they are collectively employed for the equivalent amount of time as one full-time employee working for the entire duration of the contract. Accordingly, the Contractor may propose a different number of trainees/apprentices and a different duration of their training activities to achieve the required number of FTEs, but the proposal is subject to the approval of the Department. Affirmative Action (AA) Component. The affirmative action (AA) component identifies locations and trades with programmatic under-representation of minorities and/or females as journeyworkers. The Contractor shall provide the appropriate number of apprentices/trainees FTEs to fulfill the affirmative action (AA) requirements of this specification in the specified trade(s) and classification(s) (minority or female). The number of AA apprentice/trainee FTEs required are identified in Chart A and the required trade/classification targets for each NYSDOT Region are identified in Chart B.

CHART B AFFIRMATIVE ACTION TARGETS

TRADE NYSDOT REGION 1 1 2 3 4 5 6 7 8 9 10 11

Laborer (Female) Laborer (Minority)

Equip. Operator (Female) Equip. Operator (Minority)

Iron Worker (Female) Iron Worker (Minority) Carpenter (Female) Carpenter (Minority)

Mason (Female) Mason (Minority) Painter (Female) Painter (Minority)

Electrician (Female) Electrician (Minority)

Race/Gender Neutral (RGN) Component. The Contractor shall also provide the appropriate number of apprentices/trainees FTEs to fulfill the race/gender neutral (RGN) requirements in accordance with Chart A. The RGN component allows the Contractor to hire apprentices without imposed race, gender or specific trade requirements. Training shall be provided to anyone (minorities/non-minorities, males/females, and disadvantaged/non-disadvantaged persons) at the Contractor’s discretion.

D264560 341

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 4 of 8 USC 03/9/2009

Although trades are not designated for the RGN apprentices/trainees, training should be provided in the construction trades rather than in clerical/administrative positions. Training is permissible, by Department authorized exception only, in lower level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. On a voluntary basis, the Contractor has the option to help address areas with programmatic under-representations, by hiring the RGN apprentices/trainees to the designated areas outlined in Chart B – Affirmative Action Targets. Implementation and Distribution. The number of apprentices/trainees FTEs shall be distributed among the trades based upon the AA component requirements, maximum opportunity for work, required journeyworker/apprentice ratios outlined in the prevailing wage rate schedule, distribution of multiple persons among multiple trades, the Contractor’s needs and the availability of apprentices/trainees within a reasonable area of recruitment. When multiple apprentices/trainees are required, effort shall be made to hire apprentices/trainees whom are at a variety of different stages in their training programs (first year, third year, etc.) Where feasible, 25 percent of apprentices/trainees shall be in their first year of apprenticeship or training. The Contractor may allow apprentices/trainees to be trained by a subcontractor. However, the Contractor retains the primary responsibility to meet the TSP requirements and compensation is the same.

Compliance. A Contractor will have fulfilled the primary responsibilities under this Training Special Provision if acceptable training is provided to the number of apprentice/trainee FTEs specified or good faith efforts to attempt to provide the required training is demonstrated consistently throughout the duration of the contract. Training Coordinator. The Contractor shall designate one individual who will function as the training coordinator and act as the contact person for training related concerns. The training coordinator should be someone that has regular dealings and familiarity with the actual training direction and guidance being provided. As conditions and apprentices/trainees may change throughout the duration of the contract, notify the Department if at any point a new training coordinator is designated. TSP PROCESS. Prior to Letting. Bidders are advised that there are a number of procedural steps in the approval of a training (apprenticeship or OJT) program, including preparation of an application, review, and resolution of questions and comments. Approval of a training program is not guaranteed, and may take 30 to 60 days. It is highly recommended to have an approved apprenticeship or OJT trainee program prior to bidding. Within 7 Days After Letting. As a requirement of the contract award process, the apparent low bidder shall submit a TSP Letter to the Department within 7 work days after letting, signed and dated by an authorized company officer. A recommended form, which includes the mailing address, for the TSP Letter is available from the Department’s website at: https://www.nysdot.gov/main/business-center/contractors/construction-division/forms-manuals-computer-applications-general-information/civil-rights The minimum content requirements for the TSP Letter include:

• A statement acknowledging the TSP requirements and a pledge to make every effort to meet them • Recognition of the number of apprentices required under the AA component, under the RGN

component, and the total • Recognition of the Region–specific affirmative action apprentice/trainee targets by trade and

342 D264560

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 5 of 8 USC 03/9/2009

candidate classification (ex., female equipment operators, minority electricians, etc.) • Identification of how the TSP requirements will be met (ex., union-sponsored apprentice

program, contractor-sponsored apprentice program or OJT program) • Status of program/application (if pending, attach a copy of the letter from NYSDOL verifying

receipt of the application, for Department verification and consultation with NYSDOL.) • Contact information: contact person, telephone number, E-mail address and mailing address.

At the Pre-Construction Meeting. The Contractor shall submit a conceptual plan for how they will fulfill the training requirements on the contract. They shall identify anticipated contract work suitable for apprentices/trainees, any timeline/scheduling issues, anticipated sources for apprentices/trainees, steps taken to date to comply with the training requirements, and how they will address the development of a training plan for each apprentice/trainee. Within 90 Days of Award. The Contractor shall submit a formalized training plan for each of the apprentices/trainees. All coordination with the Engineer and the Regional Compliance Specialist (RCS) regarding the training plan should be completed at this point. The training plan may be adjusted throughout the duration of the contract as necessary. Written requests to submit the plan, or portions of the plan, at a specified latter date will be considered depending on the reason for the request. The cost estimate shall be submitted within 90 calendar days of the contract award date regardless of whether or not the training plan is allowed to be submitted at a latter date. The minimum content requirements for the training plan(s) include:

• Name of the apprentice/trainee, trade, starting level (i.e., year of apprenticeship) and which TSP requirement (AA or RGN) the candidate is fulfilling.

• Apprentice/trainee projected start date, projected end date and the reason for ending the training (e.g., training program completed, no remaining training opportunities, contract completion, etc.).

• An outline of the training program requirements the candidate has already completed and the requirements which the candidate still has left to complete. Provide the associated number of hours for each requirement. List classroom and on-site training requirements separately.

• Total number of on-site (non-classroom) hours left to complete the training program. • Projection of the hours and components of the remaining training program requirements which

the candidate will be able to accomplish on the contract. • A cost estimate for compensation which shows how the amount was calculated. • Any known outside factors that might affect the training plan, such as if the apprentice/trainee

will be working on other contracts or there may be time constraints of the apprentice (ex., planned future reassignment, leave to attending school, moving/relocating, etc.).

• Copies of the NYSDOL Form AT 14 (blue book), or acceptable equivalent, for each apprentice shall be made available.

• A copy of NYSDOL form AT 401 – Apprenticeship Agreement/Documentation Form. Monthly Training Progress Report. The Contractor shall submit Form AAP 26 - Monthly Training Progress Report whenever an apprentice/trainee employed pursuant to this item begins work on a contract and monthly thereafter. In addition to each Monthly Training Progress Report, the Contractor shall provide the Engineer a summary of hours required to complete the various work elements of the training program, hours completed this period, and hours completed to date. This summary shall be provided in sufficient detail to allow the Engineer to determine whether the hours in the previous period are qualified hours under this pay item.

D264560 343

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 6 of 8 USC 03/9/2009

Periodic Auditing / End of Service. Periodically copies of the training program and the NYSDOL Form AT 14 (blue book) may be required for auditing purposes and verification of the training. Whenever an apprentice/trainee ceases to be employed on a contract, a copy of their NYSDOL Form AT 14 (blue book) shall be provided. WAIVER REQUEST. A request for a waiver of all or a portion of the TSP requirements may be submitted based on unusual circumstances which make the TSP requirements impractical or unduly burdensome to complete. The TSP requirements may be reduced or completely waived if the Contractor can clearly present a case for the TSP waiver (ex., no reasonable training opportunities will exist, lack of available apprentices/trainees, lack of available work for apprentices/trainees based on apprentice-to-journeyworker ratio restrictions). A TSP waiver request may be submitted at any point in the process after the contract letting date. TSP waiver requests made within 7 work days after contract letting may be submitted in lieu of the TSP Letter. The TSP waiver request should provide a detailed explanation for the request, steps taken to try to comply, and contact person information (name, telephone number, E-mail address). If the TSP waiver request is for elimination of all apprentice/trainee requirements and the TSP waiver is approved, no further TSP submissions are required. If the TSP waiver request is for a reduction or an alteration to the requirements and it is approved the Contractor shall submit a TSP Letter with the authorized revisions within 3 work days of notification of the TSP waiver request being approved. In the event that a TSP waiver request is not approved, the Contractor shall submit a TSP Letter within 3 work days of notification of the TSP waiver request being declined. The pre-award review of the TSP waiver request will focus on the apparent low bidder’s good faith efforts to comply with these requirements, and will not eliminate the detailed review process of the contractor’s workforce planning efforts and TSP compliance efforts after contract award. TSP waivers are not necessarily permanent, particularly if based on available workforce reasons. Throughout the contract duration, the Contractor shall continue to try to meet the original requirements under this pay item. Whenever there are changes in the construction schedule, scope of work, availability of apprentices/trainees, or any other factor that might affect the ability to hire apprentices/trainees to reasonable training opportunities, any TSP waivers shall be reevaluated. The Contractor is required to bring any such factors to the attention of the Department in a timely manner. TRAINING DURATION. Start-Up. An apprentice/trainee shall begin training as soon as feasible in trade related work and remain on the contract as long as training opportunities exist in the trade, until completion of the training program or until completion of the contract. After approval of an apprentice/trainee, the individual shall be employed in the designated trade in accordance with the currently approved Form AAP 35 Workforce Participation Plan to the extent that training opportunities exist in the contract work. At the time an apprentice/trainee reports to the Contractor for training under this item, the Training Coordinator shall notify the Engineer to ensure that appropriate records are kept.

344 D264560

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 7 of 8 USC 03/9/2009

Throughout Contract Duration. The Contractor is expected to provide maximum opportunity to the apprentice/trainee for completion of their apprenticeship/OJT program. The Contractor shall monitor the apprentice/trainee's progress, paying particular attention to completion of work elements within the training program. When a work element of the training program is completed, the Contractor shall rotate the apprentice/trainee to other work processes to the extent that training opportunities exist. Should no such training opportunities exist, the apprentice/trainee may continue to work as long as there is work. However any work not in the training program or beyond the number of hours indicated in the training program for each work element will not qualify for payment under this pay item. This continued work will not make the apprentice/trainee ineligible for continued future training in the trade. Retention. The Contractor is expected to retain, as a journeyworker, an apprentice/trainee that completes their training program and attains journeyworker status prior to contract completion, provided there is contract work remaining. Continued work by a journeyworker will not qualify for payment under this item. Maintaining Compliance with the FTE Requirement. The Contactor is responsible for maintaining compliance with the required number of apprentice/trainee FTEs for the duration of the contract. If the number of employed TSP apprentice/trainee FTEs falls below the required number (e.g., apprentice/trainee attains journeyworker status, leave the contract, etc.) and there are substantial training opportunities remaining, the Contractor is required to make every effort to recruit and hire additional apprentices/trainees. Although, consideration to waive the remaining training requirements will be given when there is limited contract work remaining or when, due to the retention of TSP apprentices/trainees who have reached journeyworker status, available employment opportunities are limited. If at any point during the contract the amount of training being accomplished is significantly below the projected amount stated in the training plan(s), the Contractor is required to adjust their training efforts such that the approved number of hours of training in the training plan(s) is achieved by contract completion. COMPENSATION. This specification provides for partial compensation to the contractor towards the cost of managing and operating the training program(s). Compensation is not intended as reimbursement towards the apprentices’ wages, but rather as general compensation for administrating the training program along with the loss of productivity on the behalf of the journeyworker(s) providing the training, guidance and supervision. A combined negotiated amount for partial compensation of all the TSP apprenticeship/OJT programs will be added to the contract by order-on-contract. During the contract duration, revisions to the training plan(s) can be submitted. If a revised training plan, including the cost estimate, is approved then the previously negotiated amount can be adjusted by order-on-contract. The Contractor shall attach to each Form AAP 26 Monthly Training Progress Report, a monthly summary of hours of qualifying training for each apprentice/trainee that shows the number of hours trained each day of the progress period by training program work element. Only training hours verified and approved of by the Engineer or his designee will be considered as qualifying training. Any hours of work performed which are not in the training program or are beyond the number of hours indicated for each work element in the training program will not qualify for payment under this pay item. Off-site training or training performed at other work sites does not qualify for compensation. Classroom training hours do not qualify for compensation.

D264560 345

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 8 of 8 USC 03/9/2009

The total verified hours of training provided during the month will be used to determine the monthly payment due. Regardless of the amount approved for the pay item, payments will be made only for the number qualifying hours of training accomplished. Payment for training under the affirmative action component of this specification is contingent upon the Contractor fulfilling or demonstrating satisfactory good faith efforts to fulfill the corresponding equal employment opportunity (EEO) goals in accordance with §102-11 Equal Employment Opportunity Requirements. [Example Situation #1 - For contracts with a minority EEO goal and a female EEO goal: If achieve the minority EEO goal but not the female EEO goal, then compensation may still be allowed for a minority TSP AA apprentice/trainee but not for a female TSP AA apprentice/trainee. Example Situation #2 - For contracts with trade specific minority/female EEO goals (i.e., applicable in New York City): If achieve the minority equipment operator EEO goal but not the minority iron worker EEO goal, then compensation may still be allowed for a minority equipment operator TSP AA apprentice/trainee but not for a minority iron worker TSP AA apprentice/trainee.] Any apprentices/trainees hired towards attempting to attain fulfillment of the EEO goals do not qualify for payment under this specification nor are they considered as TSP apprentices/trainees (i.e., still required to hire additional apprentices/trainees under this specification’s requirements). Payment for training under the race/gender neutral component of this specification is contingent upon the Contractor fulfilling or demonstrating satisfactory good faith efforts to fulfill all of the equal employment opportunity (EEO) goals in accordance with §102-11 Equal Employment Opportunity Requirements and fulfilling or demonstrating satisfactory good faith efforts to fulfill the affirmative action component. METHOD OF MEASUREMENT This work will be measured on a Dollars-Cents basis. The amount shown in the proposal is not to be altered in any manner by the bidder. Should the bidder alter the amount shown, the altered figure will be disregarded, and the original price will be used to determine the total amount bid.

BASIS OF PAYMENT Compensation towards the training program for each apprentice/trainee will be made as such:

= (0.35) x (Base Journeyworker Prevailing Wage Rate) x (Hours of Qualifying Training Accomplished)

No adjustments to the base rate shall be allowed, such as for: fringes/supplemental benefits, premium rates (overtime, holiday, etc.), worker’s compensation insurance, FICA, state or federal unemployment insurance, commercial general liability (CGL) insurance, etc. When determining compensation, use the prevailing wage rate that was current at the time the training was provided. Qualified training time will include only verified training properly completed and accounted for, including only those hours the apprentice/trainee is actually receiving on-site training in the work elements included in his/her approved apprenticeship/OJT program. Off-site or related classroom training will not be considered as qualifying training time under this item.

346 D264560

ITEM 695.3311nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - IN STRUCTURE

ITEM 695.3312nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - ON STRUCTURE

ITEM 695.3313nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - OFF STRUCTURE

Page 1 of 6 USC 4/21/2016

DESCRIPTION:

This work shall consist of supporting and maintaining existing utility company conduits and/or

cables in, on, and/or off structure that are affected by the contractors operations. The work, as

shown on the plans, may include conduit replacement.

MATERIALS:

Temporary Structural Supports Section 715-01 - Structural Steel

Miscellaneous Timber and Lumber

Temporary Conduit/Cable Protection Plastic Weatherproofing Material

Plank and Band Rigid Protectors

Plywood Barriers - 3/4" thickness

PVC Split Sleeves

Blanketed Buffering Material

Steel Traffic Plates

Solid and/or Split PVC conduits, sweeps, fittings and pull cords shall conform to utility

company standards.

CONSTRUCTION DETAILS:

The Contractor shall support and maintain existing utility conduits and/or cables as shown in the

contract documents and as directed by the Utility Company Engineer. All utility related work shall be

scheduled and coordinated with the utility company to ensure that delays are kept to a minimum.

Representatives of the utility company will be required to be present on site, during all related work.

The contractor shall notify the utility company at least thirty (30) days prior to the planned utility

work date(s). The utility company shall also be notified at least 72 hours prior to any utility related

work in order provide utility company inspector(s) at the site.

Existing utility cables shall remain in service throughout the contract duration. No temporary service

shutdowns will be allowed.

The exact depth and location of the existing utility conduit/cables are unknown. Prior to excavation

work, the Contractor shall carefully dig test pits (at locations designated by the utility company) to

D264560 347

ITEM 695.3311nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - IN STRUCTURE

ITEM 695.3312nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - ON STRUCTURE

ITEM 695.3313nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - OFF STRUCTURE

Page 2 of 6 USC 4/21/2016

determine the depth(s) and location(s) of utilities within the contract limits. Hand excavation

procedures shall be implemented. In the case of structures, the Contractor shall visually determine

the location(s) of the utilities within the structure.

When temporary shifting is required, the determination shall be made whether the conduit can be

moved intact. If this cannot be accomplished, the conduit shall be split and removed from the cables

using the appropriate hand tools. Once the cables have been exposed, they shall be carefully moved

to their temporary location(s) and adequately supported, protected, and maintained.

Conduit(s) shall be supported by approved methods at spans not exceeding 6 ft. or as directed by the

utility company. No undermining of an encased duct bank will be permitted without approved and

adequate continuous support. If the Utility Company Engineer determines that the methods employed

by the contractor do not adequately provide support and protection, the Contractor shall make

necessary adjustments at no additional cost to the utility company.

During the course of work, the Contractor may remove and dispose of ducts, as directed by the utility

company. All empty ducts that have been removed shall be replaced using materials conforming to

the utility company standards prior to the completion of this work. Replacement ducts shall conform

to the original configuration.

If directed by the utility company, the contractor shall remove all existing creosoted wood and/or

orangeburg conduit(s) from around live utility cables and replace with split sleeve conduits.

Due to the varying conditions that may be encountered, the following three procedures shall be

implemented as necessary:

1. In-Structure Support and Maintenance of Utilities with Removal of Encasement

Once utility locations and depths are determined, the Contractor shall excavate around

the existing conduit by hand (if necessary) to the limits shown on the drawings, and shall

then remove and dispose of the conduit encasement material while taking great care to

avoid damaging the conduits and utility cables within. The depth of the work pits, test

pits, and/or trenches may warrant temporary sheeting. The Contractor shall be

responsible for the design and construction of any temporary sheeting that is required.

Where approved for use, the maximum weight of the chipping hammers used to remove

concrete surrounding or adjacent to conduit shall be 15 lb. Hoe rams or other impact

348 D264560

ITEM 695.3311nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - IN STRUCTURE

ITEM 695.3312nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - ON STRUCTURE

ITEM 695.3313nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - OFF STRUCTURE

Page 3 of 6 USC 4/21/2016

methods will not be permitted. Rubblized concrete shall be removed from the excavation

site. Any fill material within 12 inches above, below, and adjacent to the conduit shall be

removed by hand.

The Contractor is alerted to the possible existence of steel plates, placed as protection

over the existing utility conduits. Should the plates be encountered, they are to be

removed and disposed of under this item.

Once the conduits are exposed, the contractor shall determine a support method, and

notify the utility company to request approval. Only upon utility company approval can

the Contractor proceed with the support method. The utility company may require

temporary conduit/cable protection measures. When support and maintenance is no

longer necessary, conduits shall be backfilled and/or encased with the designated

material.

In special cases where waterproofing is to be applied beneath existing utility conduit

and/or cables, the following shall apply:

Where clearances between the utility and the top of the deck slab may be minimal

( 6" ), all efforts shall be made to apply waterproofing below the existing conduits.

The contractor shall raise and support existing facilities to allow for the

installation of the proposed scuppers and the application of waterproofing.

Raising of the existing utilitiy shall be performed under the supervision of the

Utility Company representative. If this is not possible, then additional

waterproofing shall be applied to totally encapsulate the utility facilities, as

directed by the Utility Company Engineer.

2. On Structure Support and Maintenance of Utilities with Temporary Structural

Support

The method of temporary structural support must be designed and stamped by a

Professional Engineer, licensed in New York State and be approved by the Utility

Company Engineer.

Design calculations shall be submitted with the PE stamped plan(s). The structural steel

supports shall be designed not only for dead load but also for live loads, including but not

D264560 349

ITEM 695.3311nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - IN STRUCTURE

ITEM 695.3312nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - ON STRUCTURE

ITEM 695.3313nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - OFF STRUCTURE

Page 4 of 6 USC 4/21/2016

limited to wind, snow, and ice.

All steel shall conform to the requirements of Section 564 - Structural Steel of the

NYSDOT Standard Specifications.

Temporary wood supports, if used, shall be verified to the utility company that they will

adequately support the anticipated loads. The wood supports shall be free of any visible

surface defects. If the wood supports are to be exposed to the weather for more than two

months, pressure treated wood shall be required.

Any alterations to the existing bridge structure, related to the temporary support system,

shall be approved by the NYSDOT Regional Structures Engineer.

The allowable clear spans for support of the conduits shall be based on the type of the

conduits. This allowable span determination shall be approved by the Utility

Company Engineer. Additional conduit protection (such as banding, encapsulation, etc.)

may be necessary due to the type and age of the ducts and condition of the existing

connections.

When the contractor is ready to begin constructing the temporary support system, the

utility company shall be notified to have an inspector at the site. If any defective

existing conduit is found by the utility company inspector, the defective conduit

sections shall be removed from around the live utility cables and replaced with split

sleeve conduit.

3. Off Structure Support and Maintenance of Utilities

Once utility locations and depths are determined, the contractor shall excavate to within

18" of the duct bank and remove the remainder of the material by hand method(s) only. If

the existing encasement materials and/or steel plates are encountered, they shall be

removed and disposed of under this item. When encasement materials are removed, the

maximum weight of the chipping hammers shall be 15 lb. Hoe rams or other impact

methods will not be permitted. Temporary sheeting may be required by the Contractor

during this work.

Once the conduits are exposed, the contractor shall determine a support method, and

350 D264560

ITEM 695.3311nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - IN STRUCTURE

ITEM 695.3312nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - ON STRUCTURE

ITEM 695.3313nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - OFF STRUCTURE

Page 5 of 6 USC 4/21/2016

notify the utility company to request approval. Only upon utility company approval can

the contractor proceed with the support method. The utility company may require

temporary conduit/cable protection measures. When support and maintenance is no

longer necessary, the conduit(s) shall be backfilled and/or encased with the designated

material.

If any defective existing conduit is found by the utility company inspector, the defective

conduit sections shall be removed from around the live utility cables and replaced with

split sleeve conduit.

At the request of the Contractor, empty existing conduit sections may be cut and removed

if approved by the utility company representative. Prior to backfilling the existing

conduits, any sections that were removed shall be replaced, in their original alignment,

with PVC solid conduit. All replacement PVC conduit shall be reconnected to the

existing conduit ends, using the appropriate adaptors, conforming to the utility company

standards.

Off structure support and maintenance shall not apply where the telephone facilities are

undermined for a distance of less than 36". In these cases, New York State Industrial

Code 753 shall govern.

METHOD OF MEASUREMENT:

The work involved for the In Structure Support and Maintenance or On Structure Support and

Maintenance items will be measured on a lump sum basis.

The work involved for the Off Structure Support and Maintenance will be measured as the

number of meters of conduit and/or cables supported and maintained.

BASIS OF PAYMENT:

The unit price bid shall include the cost of furnishing all labor, materials and equipment

necessary to satisfactorily complete the work including the cost of replacing any materials lost or

damaged by the contractor, but not limited to the cost of removing all existing creosoted wood

and/or orangeburg conduit(s) from around live utility cables and replace with split sleeve

conduits, if directed by the utility company.

D264560 351

ITEM 695.3311nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - IN STRUCTURE

ITEM 695.3312nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - ON STRUCTURE

ITEM 695.3313nn05 - SUPPORT AND MAINTAIN EXISTING UTILITY CONDUITS

AND/OR CABLES - OFF STRUCTURE

Page 6 of 6 USC 4/21/2016

The unit price bid shall also include the cost of digging test pits to determine the depth(s) and

location(s) of utilities and/or visually determining the location(s) of the utility within the

structure.

Note: nn denotes a serialized pay item (for each location).

352 D264560

ITEM 698.93940015 - INCENTIVE PAYMENTS/DISINCENTIVE ASSESSMENTS FOR WORK SUBJECT TO THE SPECIAL NOTE AINCENTIVE/DISINCENTIVE CLAUSE@

M 11/13/94

EI 99-033 Rev 12/20/99

DESCRIPTION. There is no physical work to be accomplished under this item. This item will enable the Department to make incentive payments to (or disincentive assessments against) the Contractor for early substantial completion (or late completion) of work included in the special note titled AIncentive/Disincentive Clause@ based on the time or times specified in that special note. MATERIALS. Not applicable. CONSTRUCTION DETAILS. There are no construction details for this item. METHOD OF MEASUREMENT. The method of measurement will be lump sum. Actual payments-incentive (or deductions-disincentive) made under this item will be as stated below. BASIS OF PAYMENT. The amount set forth in the proposal is a fixed price for all bidders. Any bid, other than the specified amount shown in the itemized proposal, will be adjusted by the Department to the fixed price. The Contractor shall be entitled to payment for this item as follows: To determine the actual lump sum payment-incentive or lump sum deduction-disincentive under this pay item, the number of calendar days actually required to accomplish the work included in the Incentive/Disincentive Clause will be compared to the number of calendar days specified for the same work in that special note. Should the identified work take longer than the number of calendar days specified (as may be adjusted under the contract terms), the number of calendar days in excess thereof will be multiplied by the daily cost, and that product (lump sum) will be disincentive. Should the calendar days required to substantially complete the identified work be fewer than the number specified (as may be adjusted under the contract terms), the difference will be multiplied by the daily cost, and the product (lump sum) will be paid to the contractor as incentive. Incentive payments shall be made for each individual I/D work period upon completion of the work included in the particular I/D period. Disincentive assessments shall be made separately for each I/D work period upon reaching the completion date established for each I/D work period. Deductions-disincentive made under the terms of this item shall be in addition to any deductions made as Liquidated Damages (only applied to non-I/D work) as indicated in the special note entitled "Incentive/Disincentive Clause". Any payments made under this item shall be regarded by the parties to include the cost of all overhead, profit, labor, equipment, supplies, materials, scheduling and management necessary to accomplish the work within the actual number of days taken. The work of the other items in the contract will be measured and paid for separately under their appropriate items of work.

D264560 353

4000 Page 1 of 1 Per DQAB L05/07/09

PREVAILING WAGE RATES NOTE: This form was developed for repetitive use throughout all contract proposals and may identify items not applicable to this specific project.

354 D264560

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 1/19

"General Decision Number: NY20210003 06/04/2021

Superseded General Decision Number: NY20200003

State: New York

Construction Types: Building, Heavy, Highway and Residential

Counties: Bronx, Kings, New York, Queens and Richmond Counties in New York.

BUILDING & RESIDENTIAL CONSTRUCTION PROJECTS (includes single family homes and apartments up to and including 4 stories), HEAVY AND HIGHWAY CONSTRUCTION PROJECTS

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/01/2021 1 03/12/2021 2 04/16/2021 3 05/21/2021 4 06/04/2021

ASBE0012-001 12/30/2019

D264560 355

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 2/19

Rates Fringes

Asbestos Workers/Insulator Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems.....................$ 69.01 34.16 HAZARDOUS MATERIAL HANDLER.......$ 39.00 12.75 ---------------------------------------------------------------- BOIL0005-001 01/01/2017

Rates Fringes

BOILERMAKER......................$ 55.23 33%+24.12+a

FOOTNOTE:

a. PAID HOLIDAYS: New Year's Day, Thanksgiving Day, Memorial Day, Independence Day, Labor Day and Good Friday, Friday after Thanksgiving, Christmas Eve Day and New Year's Eve

---------------------------------------------------------------- BRNY0001-001 07/01/2020

Rates Fringes

BRICKLAYER.......................$ 62.54 29.40 MASON - STONE....................$ 67.88 36.91 ---------------------------------------------------------------- BRNY0001-002 07/01/2020

Rates Fringes

Pointer, cleaner and caulker.....$ 55.97 29.64 ---------------------------------------------------------------- BRNY0004-001 07/01/2019

Rates Fringes

MARBLE MASON.....................$ 59.44 36.88 ---------------------------------------------------------------- BRNY0007-001 01/01/2021

Rates Fringes

TERRAZZO FINISHER................$ 55.21 36.97 TERRAZZO WORKER/SETTER...........$ 57.92 37.78 ---------------------------------------------------------------- BRNY0007-002 12/02/2019

356 D264560

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 3/19

Rates Fringes

TILE FINISHER....................$ 46.20 31.70 ---------------------------------------------------------------- BRNY0020-001 07/01/2019

Rates Fringes

MARBLE FINISHER..................$ 47.41 34.64 ---------------------------------------------------------------- BRNY0024-001 01/01/2018

Rates Fringes

BRICKLAYER MARBLE POLISHERS............$ 40.89 26.69 ---------------------------------------------------------------- BRNY0052-001 12/02/2019

Rates Fringes

Tile Layer.......................$ 59.73 35.37 ---------------------------------------------------------------- CARP0001-003 07/01/2020

Rates Fringes

CARPENTER (HEAVY & HIGHWAY)......$ 55.93 51.79 ---------------------------------------------------------------- CARP0001-009 07/01/2020

Rates Fringes

CARPENTER (BUILDING & RESIDENTIAL) Carpenters..................$ 54.00 46.18 Soft Floor Layers...........$ 54.00 46.18 ---------------------------------------------------------------- CARP0740-001 07/01/2020

Rates Fringes

MILLWRIGHT.......................$ 55.70 53.61 ---------------------------------------------------------------- CARP1556-006 07/01/2020

Rates Fringes

Dock Builder & Piledrivermen.....$ 55.93 51.79 ---------------------------------------------------------------- CARP1556-007 07/01/2020

D264560 357

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 4/19

Rates Fringes

Diver Tender.....................$ 50.34 51.79 Diver............................$ 70.80 51.79 ---------------------------------------------------------------- CARP1556-011 07/01/2020

Rates Fringes

Carpenters: TIMBERMEN...................$ 51.05 51.24 ---------------------------------------------------------------- ELEC0003-001 04/11/2019

Rates Fringes

ELECTRICIAN Electricians................$ 56.00 76.725%+16.25 Jobbing, and maintenance and repair work.............$ 28.50 51.243%+7.50+a

PAID HOLIDAYS:

a. New Years Day, Martin Luther King, Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Election Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day

---------------------------------------------------------------- ELEC1049-001 03/31/2019

QUEENS COUNTY

Rates Fringes

Line Construction (Substation and Switching structures pipe type cable installation and maintenance jobs or projects; Railroad electrical distribution/transmission systems maintenance (when work is not performed by railroad employees) Overhead and Underground transmission/distribution line work. Fiber optic, telephone cable and equipment) Groundman...................$ 34.45 23.06 Heavy Equipment Operator....$ 45.93 28.24 Lineman and Cable Splicer...$ 57.41 29.72

358 D264560

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 5/19

Tree Trimmer................$ 30.09 14.12 ---------------------------------------------------------------- ELEV0001-002 03/17/2018

Rates Fringes

ELEVATOR MECHANIC Elevator Constructor........$ 64.48 36.21+a+b Modernization and Repair....$ 50.49 40.399+a+b

FOOTNOTE:

a. PAID HOLIDAYS: New Year's Day, Good Friday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day.

b. PAID VACATION: An employee who has worked less than 5 years shall recieve vacation pay credit on the basis of 4% of his hourly rate for all hours worked; an employee who has worked 5 to 15 years shall receive vacation pay credit on the basis of 6% of his hourly rate for all hours worked; an employee who has worked 15 or more years shall receive vacation pay credit on the basis of 8% of his hourly rate for all hours worked.

---------------------------------------------------------------- ENGI0014-001 11/01/2020

Rates Fringes

POWER EQUIPMENT OPERATOR (HEAVY & HIGHWAY) GROUP 1....................$ 104.53 29.50 GROUP 2....................$ 86.33 29.50 GROUP 3....................$ 89.09 29.50 GROUP 4....................$ 86.96 29.50 GROUP 5....................$ 85.25 29.50 GROUP 6....................$ 81.88 29.50 GROUP 7....................$ 83.41 29.50 GROUP 8....................$ 81.02 29.50 GROUP 9....................$ 79.32 29.50 GROUP 10....................$ 75.85 29.50 GROUP 11....................$ 70.91 29.50 GROUP 12....................$ 72.47 29.50 GROUP 13....................$ 73.01 29.50 GROUP 14....................$ 55.20 29.50 GROUP 15....................$ 51.35 29.50 POWER EQUIPMENT OPERATOR (PAVEMENT-HEAVY & HIGHWAY) Asphalt Plants..............$ 66.86 29.50 Asphalt roller..............$ 78.95 29.50

D264560 359

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 6/19

Asphalt spreader............$ 81.02 29.50 POWER EQUIPMENT OPERATOR (STEEL ERECTION) Compressors, Welding Machines....................$ 45.34 31.15 Cranes, Hydraulic Cranes, 2 drum derricks, Forklifts, Boom Trucks......$ 76.43 31.15 Three drum derricks.........$ 79.54 31.15 POWER EQUIPMENT OPERATOR (UTILITY) Horizontal Boring Rig.......$ 77.09 29.50 Off shift compressors.......$ 64.15 29.50 Utility Compressors.........$ 51.02 29.50

POWER EQUIPMENT OPERATOR CLASSIFICATIONS

GROUP 1: Tower crane

GROUP 2: Rubber Tire Backhoes over 37,000 lbs, Track Backhoes, power shovel, Hydraulic clam shells, moles and machines of a similar type

GROUP 3: Mine hoists and crane, etc. used as mine hoists

GROUP 4: Gradalls, keystones, cranes (with digging buckets), bridge cranes, trenching machines, vermeer cutter and machines of a similar nature

GROUP 5: Piledrivers, derrick boats, tunnel shovels

GROUP 6: All drills, and machines of a similar nature

GROUP 7: Back filling machines, cranes, mucking machines, dual drum pavers

GROUP 8: Mixers (concrete w/loading attachments), concrete pavers, cableways, land derricks, power house (low pressure units), concrete pumps

GROUP 9: Concrete plants, well drilling machines, stone crushers double drum hoist, power house (other than above)

GROUP 10: Concrete mixers

GROUP 11: Elevators

GROUP 12: Concrete breaking machine, Hoists (single drum), load masters, locomotive and dinkies over 10 tons

GROUP 13: Vibratory console

360 D264560

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 7/19

GROUP 14: Compressors (portable 3 or more in battery), tugger machine (caissons), well point pumps, chum drill

GROUP 15: Boilers, (high pressure, compressors (portable, single, or 2 in battery, not over 100' apart), pumps (river cofferdam and welding machines (except where arc is operated by members of local 15) push button machines, all engines irrespective of power (power pac) used to drive auxilliary equipment, air, hydraulic etc.

PREMIUMS ON CRANES (Crawler or Truck): 100' to 149' boom - add .50 150' to 249' boom - add .75 250' to 349' boom - add 1.00 350' to 450' boom - add 1.50

Premiums for Cranes on Steel Erection: 100' to 149' boom - add 1.75 150' to 249' boom - add 2.00 250' to 349' boom - add 2.25 350' to 450' boom - add 2.75 Tower crane - add 2.00

FOOTNOTE: a. Paid Holidays: New Year's Day; Lincoln's Birthday; Washington's Birthday; Memorial Day; Independence Day; Labor Day; Veterans Day; Columbus Day; Election Day; Thanksgiving Day; and Christmas Day; provided the employee works one day the payroll week in which the holiday occurs.

---------------------------------------------------------------- ENGI0014-002 11/01/2020

Rates Fringes

Power Equipment Operator BUILDING & RESIDENTIAL GROUP 1....................$ 81.39 29.50 GROUP 2....................$ 86.19 29.50 GROUP 3....................$ 75.29 29.50 GROUP 4....................$ 68.45 29.50 GROUP 5....................$ 51.15 29.50

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: Double drum

GROUP 2: Stone derrick, cranes, hydraulic cranes, boom trucks

GROUP 3: 4 pole Hoist, Single Drum Hoists

D264560 361

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 8/19

GROUP 4: Fork lift, house cars, plaster (platform machine), plaster bucket, concrete pump and all other equipment used for hoisting material

GROUP 5: Compressors, welding machines (cutting concrete work), paint spraying, sand blasting, pumps (with the exclusion of concrete pumps), house car (settlement basis only), all engines irrespective of power (power pac) used to drive auxiliary equipment, air, hydraulic, etc., boilers

Premiums for Cranes: 100'-149' boom - add 1.75 150'-249' boom - add 2.00 250'-349' boom - add 2.25 350'-450' boom - add 2.75 Tower cranes add 2.00

FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Lincoln's Birthday, Memorial Day, Independence Day, Labor Day, Veteran's Day, Columbus Day, Election Day, Thanksgiving Day, and Christmas Day, provided the employee works one day in the payroll week in which the holiday occurs

---------------------------------------------------------------- ENGI0015-001 07/01/2019

Rates Fringes

POWER EQUIPMENT OPERATOR HEAVY AND HIGHWAY GROUP 1....................$ 70.71 36.75 GROUP 2....................$ 68.58 36.75 GROUP 3....................$ 65.00 36.75 GROUP 4....................$ 61.42 36.75 GROUP 5....................$ 42.13 36.75

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: Cherrypickers 20 tons and over and loaders (rubber-tired and/or tractor type with a manfufacturer's rated capacity of six cubic yards and over

GROUP 2: Rubber Tire Backhoes up to and including 37,000 lbs, Basin Machines, Groover, Mechanical Sweepers, Bobcat, Boom Truck, Barrier Transport (Barrier Mover) and machines of a similar nature, Boat Captains, Boat Operators, operation of Churn Drills and machines of a similar nature, Stetco Silent Hoist and machines of a similar nature, Vac-alls, Meyers Machines, John Beam and machines of a similar nature, Ross Carriers and Travel Lifts and machines of a similar nature, Bulldozers, Scrapers, and Turn-a Pulls,

362 D264560

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 9/19

Tugger Hoist (used exclusively for handling excavated material), Tractors with attachments, Hyster and Roustabout Cranes, Cherrypickers, Austin Western, Grove and machines of a similar nature, Scoopmobiles, Monorails, Conveyors, Trenchers, Loaders- Rubber-tired and Tractor, Barber Greene, Eimco Loaders and Eimco Backhoes, Mighty Midget and similar breakers and tampers, Curb and Gutter Pavers and Motor Patrol, Motor Graders and all machines of a similar nature, Locomotives ten (10) tons or under, Mini-Max, Break-Tech and machines of a similar nature, Milling Machines, robotic and demolition machines and machines of a similar nature including Bobcat, Pile Rig Rubber-tired Excavator (37,000 lbs. and under), 2 man auger GROUP 3: Minor Equipment such as Tractors, Post Hole Diggers and Drivers, Ditch Witch (Walk Behind), Road Finishing Machines, Rollers (five (5) tons and under), Tugger Hoists, Dual Purpose Trucks, Fork Lifts and Dempsey Dumpsters

GROUP 4: Oilers for the following equipment: (all gasoline, electric, diesel, or air operated) gradalls and concrete pumps or similarly equipment manned by two-men

GROUP 5: Oilers for the following equipment: (all gasoline, electric, diesel, or air operated) shovels, cranes (draglines), backhoes, pavers, trenching machines, gunite machines, compressors (3 or more in battery)

Premiums for Cranes: 100'-149' boom - add 1.75 150'-249' boom - add 2.00 250'-349' boom - add 2.25 350'-450' boom - add 2.75 Tower cranes add 2.00

FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Lincoln's Birthday, Memorial Day, Independence Day, Labor Day, Veteran's Day, Columbus Day, Election Day, Thanksgiving Day, and Christmas Day, provided the employee works one day in the payroll week in which the holiday occurs

---------------------------------------------------------------- ENGI0015-002 07/01/2016

Rates Fringes

POWER EQUIPMENT OPERATOR BUILDING GROUP 1....................$ 65.94 32.95 GROUP 2....................$ 63.98 32.95 GROUP 3....................$ 57.42 32.95

D264560 363

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 10/19

POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Oiler GROUP 2: Oilers on Crawler Cranes, Backhoes, Trenching machines, Gunite machines, Compressors (3 or more in Battery) GROUP 3: Gradalls: Concrete Pumps, Power Houses - All equipment in same is manned by two (2) men only, Driving Truck Cranes FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Lincoln's Birthday, Memorial Day, Independence Day, Labor Day, Veteran's Day, Columbus Day, Election Day, Thanksgiving Day, and Christmas Day, provided the employee works one day in the payroll week in which the holiday occurs

---------------------------------------------------------------- IRON0040-002 07/01/2019

BRONX, NEW YORK, RICHMOND

Rates Fringes

IRONWORKER, STRUCTURAL...........$ 51.45 78.42 ---------------------------------------------------------------- IRON0046-003 07/01/2019

Rates Fringes

IRONWORKER METALLIC LATHERS AND REINFORCING IRONWORKERS.....$ 44.65 46.67 ---------------------------------------------------------------- IRON0197-001 07/01/2019

Rates Fringes

IRONWORKER STONE DERRICKMAN............$ 50.91 54.11 ---------------------------------------------------------------- IRON0361-002 07/01/2019

KINGS, QUEENS

Rates Fringes

Ironworkers: (STRUCTURAL)................$ 51.45 78.42 ---------------------------------------------------------------- IRON0580-001 07/01/2019

Rates Fringes

364 D264560

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 11/19

IRONWORKER, ORNAMENTAL...........$ 45.15 55.62 ---------------------------------------------------------------- LABO0006-001 07/01/2016

Rates Fringes

LABORER (Cement and Concrete Workers).........................$ 42.48 17.35 ---------------------------------------------------------------- LABO0029-001 07/01/2017

Rates Fringes

Laborers: Heavy Blasters (hydraulic trac drill).....................$ 47.15 35.49 Blasters...................$ 46.27 35.49 Hydraulic Trac Drill.......$ 41.29 35.49 Jackhammers, Chippers, Spaders, Concrete Breakers, All Other Pneumatic Tools, Walk Behind Self-Propelled Hydraulic Asphalt and Concrete Breaker...........$ 39.34 35.49 Powder Carriers............$ 35.17 35.49 ---------------------------------------------------------------- LABO0078-001 12/01/2016

Rates Fringes

LABORERS BUILDING CONSTRUCTION ASBESTOS (Removal, Abatement, Encapsulation or Decontamination of asbestos); LEAD; & HAZARDOUS WASTE LABORERS (Hazardous Waste, Hazardous Materials, Biochemical and Mold Remediation, HVAC, Duct Cleaning, Re-spray Fireproofing, etc).........$ 36.00 16.20 ---------------------------------------------------------------- LABO0079-001 07/01/2018

Rates Fringes

LABORER (Building Construction)

D264560 365

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 12/19

Demolition Laborers (Interior) Tier A.....................$ 37.44 23.60 Tier B.....................$ 26.63 17.57 Mason Tender/General Laborer.....................$ 40.65 28.85

CLASSIFICATIONS

TIER A: Responsible for the removal of all interior petitions and structural petitions that can consist of sheet rock, block or masonry. Also, all structural slab openings for ducts, mechanical, shafts, elevators, slab openings and exterior walls where the building is not being completely demolitioned.

TIER B: Responsible for shoveling of debris into containers, pushing containers from the inside to the outside of the building.

---------------------------------------------------------------- LABO0147-001 07/01/2016

Rates Fringes

LABORERS (FREE AIR & TUNNEL).....$ 72.67 47.72

Maintenance Men, Inside Muck Lock Tenders, Pump Men, Electricians, Cement Finishers, Caulkers, Hydraulic Men, Shield Men, Monorail Operators, Motor Men, Conveyor Men, Powder Carriers, Pan Men, Riggers, Chuck Tenders, Track Men Painters, Nippers, Brakemen, Cable Men, Hose Men, Grout Men, Gravel Men, Form Workers, Concrete Workers, Tunnel Laborers, Mole Nipper (one (1) Mole Sipper per Working Shaft per Shift for up to and including Two (2) Moles

---------------------------------------------------------------- LABO0731-001 07/01/2016

Rates Fringes

LABORER Building, Heavy and Residential Construction LABORER: (Asbestos, Lead, Hazardous Waste Removal (including soil)/CEMENT/CONCRETE......$ 41.00 38.53 UTILITY LABORER............$ 40.85 38.53

Paid Holidays: Labor Day and Thanksgiving Day ----------------------------------------------------------------

366 D264560

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 13/19

LABO1010-001 07/01/2019

Rates Fringes

Laborers: HIGHWAY CONSTRUCTION Fence Installer & Repairer.$ 42.98 43.91 FORMSETTERS................$ 46.85 43.91 LABORERS...................$ 42.98 43.91 Landscape Planting & Maintenance................$ 42.98 43.91 Maintenance Safety Surface.$ 42.98 43.91 Slurry/Sealcoater/Play Equipment Installer........$ 42.98 43.91 Small Equipment Operator (Not Operating Engineer)...$ 42.98 43.91 Small Power Tools Operator.$ 42.98 43.91

FOOTNOTES:

a. PAID HOLIDAYS: Memorial Day, Fourth of July, Labor Day, Columbus Day, Election Day and Thanksgiving Day, provided the employee has worked one (1) day in the calendar week in which the said holiday occurs.

---------------------------------------------------------------- LABO1010-002 07/01/2019

Rates Fringes

Laborers-Asphalt Construction: Micro Paver.................$ 47.45 43.91 Raker.......................$ 46.85 43.91 Screedperson................$ 47.45 43.91 Shoveler (Production Paving Only)................$ 42.98 43.91 Small Equipment Operator (Asphalt)...................$ 42.98 43.91 ---------------------------------------------------------------- PAIN0009-001 05/01/2020

Rates Fringes

GLAZIER..........................$ 46.55 44.77 PAINTER Painters, Drywall Finishers, Lead Abatement Worker......................$ 45.70 27.67 Spray, Scaffold and Sandblasting................$ 48.70 27.67 ---------------------------------------------------------------- PAIN0806-001 10/01/2020

D264560 367

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 14/19

Rates Fringes

Painters: Structural Steel and Bridge.$ 51.50 49.63 ---------------------------------------------------------------- PAIN1974-001 09/28/2020

Rates Fringes

Painters: Drywall Tapers/Pointers.....$ 48.47 27.91 ---------------------------------------------------------------- PLAS0262-001 08/01/2019

Rates Fringes

PLASTERER........................$ 45.73 30.37 ---------------------------------------------------------------- PLAS0262-002 08/01/2019

KINGS AND QUEENS COUNTIES

Rates Fringes

PLASTERER........................$ 45.73 30.37 ---------------------------------------------------------------- PLAS0780-001 07/01/2018

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 51.97 33.56 ---------------------------------------------------------------- PLUM0001-001 01/01/2021

Rates Fringes

PLUMBER MECHANICAL EQUIPMENT AND SERVICE Any repair and/or replacement of the present plumbing system that does not change the existing roughing..........$ 45.25 19.06 PLUMBERS:...................$ 70.85 38.35 ---------------------------------------------------------------- PLUM0638-001 07/26/2019

Rates Fringes

PLUMBER

368 D264560

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 15/19

SERVICE FITTERS.............$ 41.75 14.00 SPRINKLER FITTERS, STEAMFITTERS................$ 57.50 50.39

Service Fitter work shall consist of all repair, service and maintenance work on domestic, commercial and industrial refrigeration, air conditioning and air cooling, stoker and oil burner apparatus and heating apparatus etc., including but not exclusively the charging, evacuation, leak testing and assembling for all machines for domestic, commercial and industrial refrigeration, air conditioning and heating apparatus. Also, work shall include adjusting, including capacity adjustments, checking and repairing or replacement of all controls and start up of all machines and repairing all defects that may develop on any system for domestic, commercial and industrial refrigeration and all air conditioning, air cooling, stoker and oil burner apparatus and heating apparatus regardless of size or type.

---------------------------------------------------------------- ROOF0008-003 07/01/2020

Rates Fringes

ROOFER...........................$ 44.25 34.87 ---------------------------------------------------------------- SHEE0028-002 07/31/2014

Rates Fringes

SHEET METAL WORKER BUILDING CONSTRUCTION.......$ 50.91 36.70 RESIDENTIAL CONSTRUCTION....$ 27.22 16.48 ---------------------------------------------------------------- * TEAM0282-001 07/01/2020

Rates Fringes

TRUCK DRIVER Asphalt.....................$ 42.68 46.9025+a Euclids & Turnapulls........$ 45.62 50.5625+a High Rise...................$ 53.79 49.2025+a

FOOTNOTES:

PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Election Day, Veterans' Day (Armistice Day), Thanksgiving Day, Day after Thanksgiving and Christmas Day. Employees working two (2) days in the calendar week in which a holiday falls are to be paid for such holiday, provided that they shape each remaining workday during such calendar week.

D264560 369

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 16/19

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this

370 D264560

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 17/19

classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

----------------------------------------------------------------

D264560 371

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 18/19

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W.

372 D264560

7/1/2021 SAM.gov

https://sam.gov/wage-determination/NY20210003/4 19/19

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION"

D264560 373

STATE PREVAILING WAGE RATES

4025 Page 1 of 1 EB 06-035 L 01/06/11 9/15/11

The New York State Department of Labor (NYSDOL) has issued a project-specific prevailing wage rate schedule for this Contract. The New York State Labor Law requires the Contractor and all subcontractors to ensure that all workers employed in the performance of a public work contract are paid not less than the prevailing wage rate and supplemental (fringe) benefits in the locality where the work is performed. The project-specific prevailing wage rate schedule, together with all updates and amendments, is incorporated by reference in this Contract, and made a part hereof, as though fully set forth herein. The schedule may be accessed by visiting the NYSDOL website, navigating to the appropriate web page for prevailing wages, and entering the Prevailing Rate Case Number (PRC#). The PRC# is found on NYSDOL Form PW-200, the following page in this Contract Proposal. The project-specific prevailing wage rate schedule and all wage rate amendments are annexed electronically through the following link:

www.labor.ny.gov It is the obligation of the Contractor and all subcontractors to obtain all updated prevailing wage rate schedules and to pay all workers in accordance with the periodic wage rate schedule updates issued by the NYSDOL. Any changes or clarifications of labor classifications, and information on the applicability of particular prevailing wage rates, must be obtained from the Office of the Director of the Bureau of Public Work at the New York State Department of Labor.

374 D264560

PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourlysupplements for the project referenced above. A unique Prevailing Wage Case Number(PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2020 through June 2021. All updates, corrections, postedon the 1st business day of each month, and future copies of the annual determination areavailable on the Department's website www.labor.ny.gov. Updated PDF copies of yourschedule can be accessed by entering your assigned PRC# at the proper location on thewebsite. It is the responsibility of the contracting agency or its agent to annex and make part, theattached schedule, to the specifications for this project, when it is advertised for bids and /orto forward said schedules to the successful bidder(s), immediately upon receipt, in order toinsure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public WorkContracts" provided with this schedule, for the specific details relating to otherresponsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail ORfax this form to the office shown at the bottom of this notice, OR fill out the electronicversion via the NYSDOL website.

NOTICE OF COMPLETION / CANCELLATION OF PROJECT

Date Completed: Date Cancelled:

Name & Title of Representative:

Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240

www.labor.ny.gov. PW 200 [email protected]

Andrew M. Cuomo, Governor Roberta Reardon, Commissioner

NYSDOT NEIL SERGOTT, DQAB PS&E UNITNYSDOTPOD 2350 WOLF ROADALBANY NY 12232

Schedule Year 2020 through 2021Date Requested 06/25/2021PRC# 2021006514

Location RichmondProject ID# D264560Project Type Replacement of superstructure deck and approach slab including the reconstruction of ADA ramps. In

addition, superstructure and substructure repairs as well as pavement resurfacing within project

D264560 375

General Provisions of Laws Covering Workers on Article 8 Public Work Contracts Introduction The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed inthe performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in thelocality where the work is performed. Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county,city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire,improvement and other district corporation; a public benefit corporation; and a public authority awarding a public workcontract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing RateSchedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project.This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract tobe awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish thefollowing information to the Bureau: the name and address of the contractor, the date the contract was let and theapproximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of theDepartment's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation ofany public work project. The Department's PW 200 form is provided for that purpose. Both the PW 16 and PW 200 forms are available for completion online. Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any publicwork project shall be permitted to work more than eight hours in any day or more than five days in any week, except incases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply tothe Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particularpublic work project. There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "Requestfor a dispensation to work overtime" form (PW30) and "4 Day / 10 Hour Work Schedule" form (PW 30.1). Wages and Supplements The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public workproject shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work isperformed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, thecontractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original PrevailingRate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work,State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; orelectronically at the NYSDOL website www.labor.ny.gov. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to providecomplete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules toeach subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the originalschedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL websitewww.labor.ny.gov. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect fromJuly 1st through June 30th of the following year. The annual determination is available on the NYSDOL websitewww.labor.ny.gov. Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true underpenalty of perjury. As per Article 6 of the Labor law, contractors and subcontractors are required to establish, maintain,and preserve for not less than six (6) years, contemperaneous, true, and accurate payroll records. At a minimum, payrollsmust show the following information for each person employed on a public work project: Name, Address, Last 4 Digits ofSocial Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s) paid, Supplements paid

376 D264560

or provided, and Daily and weekly number of hours worked in each classification. The filing of payrolls to the Department of Jurisdiction is a condition of payment.Every contractor and subcontractor shallsubmit to the Department of Jurisdiction (Contracting Agency), within thirty (30) days after issuance of its first payroll andevery thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty ofperjury. The Department of Jurisdiction (Contracting Agency) shall collect, review for facial validity, and maintain suchpayrolls. In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll recordssworn to as their validity and accuracy for public work and private work. Payroll records include, but are not limited to timecards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure toprovide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of thecontract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New YorkState and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the projectworksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedulespecified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedulesby a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original scheduleand any subsequently issued schedules, shall provide to such contractor a verified statement attesting that thesubcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages andsupplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a). Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties The wages and supplements contained in the annual determination become effective July 1st whether or not the newdetermination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Anycorrections should be brought to the Department's attention immediately. It is the responsibility of the public workcontractor to use the proper rates. If there is a question on the proper classification to be used, please call the districtoffice located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOLwebsite on the first business day of each month. Contractors are responsible for paying these updated rates as well,retroactive to July 1st. When you review the schedule for a particular occupation, your attention should be directed to the dates above thecolumn of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Departmentposts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by aparticular annual determination. Rates that extend beyond that instant time period are informational ONLY and may beupdated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period. Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay orprovide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages orsupplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficientamount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a finaldetermination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or providethe requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law toso notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract.Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of suchcontract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interestand any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a finaldetermination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding isinstituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of thecourt with respect to the release of the funds so withheld. Summary of Notice Posting Requirements The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public workproject. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverseweather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2)inches.

D264560 377

The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, oneach job site. Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, oremployment training centers, notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the NYS Department of Labor. Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYSCommissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greaterthan the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing RateSchedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outsidethe classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate forthe classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYSDepartment of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency ofoffice registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office ofEmployability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Faxto NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and socialsecurity number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL ApprenticeshipTraining Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provideconclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person isregistered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies ofstate forms is not conclusive proof of the registration of any person as an apprentice. Interest and Penalties In the event that an underpayment of wages and/or supplements is found:

- Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant tosection 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made.

- A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due.

Debarment Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public workcontract or subcontract with any state, municipal corporation or public body for a period of five (5) years when:

- Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successorwithin any consecutive six (6) year period.

- There is any willful determination that involves the falsification of payroll records or the kickback of wages orsupplements.

Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine orimprisonment of up to 15 years, or both. Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, nationalorigin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex ornational origin discriminate against any citizen of the State of New York who is qualified and available to perform the workto which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)).

378 D264560

No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidateany employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220-e(b) ). The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion. There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for eachcalendar day during which such person was discriminated against or intimidated in violation of the provision of the contract (NYS Labor Law, Article 8, Section 220-e(c) ). The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereundermay be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections ofthe contract (NYS Labor Law, Article 8, Section 220-e(d) ). Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places ofemployment, or employment training centers notices furnished by the State Division of Human Rights. Workers' Compensation In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of thecontract for the benefit of such employees as required by the provisions of the New York State Workers' CompensationLaw. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to beingallowed to begin work. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New YorkState. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name thisagency as a certificate holder. If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a companyauthorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of theinformation page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained aworkers' compensation policy for all employees working in New York State. Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite. Unemployment Insurance Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the New York State Department of Labor.

D264560 379

To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND

Budget Policy & Reporting Manual

B-610

Public Work Enforcement Fund

effective date December 7, 2005

1. Purpose and Scope:

This Item describes the Public Work Enforcement Fund (the Fund, PWEF) and itsrelevance to State agencies and public benefit corporations engaged in construction orreconstruction contracts, maintenance and repair, and announces the recently-enactedincrease to the percentage of the dollar value of such contracts that must be deposited intothe Fund. This item also describes the roles of the following entities with respect to theFund:

- New York State Department of Labor (DOL),- The Office of the State of Comptroller (OSC), and- State agencies and public benefit corporations.

2. Background and Statutory References:

DOL uses the Fund to enforce the State's Labor Law as it relates to contracts forconstruction or reconstruction, maintenance and repair, as defined in subdivision two ofSection 220 of the Labor Law. State agencies and public benefit corporations participatingin such contracts are required to make payments to the Fund.

Chapter 511 of the Laws of 1995 (as amended by Chapter 513 of the Laws of 1997,Chapter 655 of the Laws of 1999, Chapter 376 of the Laws of 2003 and Chapter 407 of theLaws of 2005) established the Fund.

3. Procedures and Agency Responsibilities:

The Fund is supported by transfers and deposits based on the value of contracts forconstruction and reconstruction, maintenance and repair, as defined in subdivision two ofSection 220 of the Labor Law, into which all State agencies and public benefit corporationsenter.

Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fundto .10 of one-percent of the total cost of each such contract, to be calculated at the timeagencies or public benefit corporations enter into a new contract or if a contract is amended.The provisions of this bill became effective August 2, 2005.

380 D264560

To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND

OSC will report to DOL on all construction-related ("D") contracts approved during themonth, including contract amendments, and then DOL will bill agencies the appropriateassessment monthly. An agency may then make a determination if any of the billedcontracts are exempt and so note on the bill submitted back to DOL. For any instancewhere an agency is unsure if a contract is or is not exempt, they can call the Bureau ofPublic Work at the number noted below for a determination. Payment by check or journalvoucher is due to DOL within thirty days from the date of the billing. DOL will verify theamounts and forward them to OSC for processing.

For those contracts which are not approved or administered by the Comptroller, monthlyreports and payments for deposit into the Public Work Enforcement Fund must be providedto the Administrative Finance Bureau at the DOL within 30 days of the end of each monthor on a payment schedule mutually agreed upon with DOL.

Reports should contain the following information:

- Name and billing address of State agency or public

benefit corporation;- State agency or public benefit corporation contact and

phone number;- Name and address of contractor receiving the award;- Contract number and effective dates;- Contract amount and PWEF assessment charge (if

contract amount has been amended, reflect increase ordecrease to original contract and the adjustment in thePWEF charge); and

- Brief description of the work to be performed under eachcontract.

Checks and Journal Vouchers, payable to the "New York State Department of Labor"should be sent to:

Department of Labor

Administrative Finance Bureau-PWEF UnitBuilding 12, Room 464

State Office CampusAlbany, NY 12240

Any questions regarding billing should be directed to NYSDOL's Administrative FinanceBureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contractsshould be directed to the Bureau of Public Work at (518) 457-5589.

D264560 381

Introduction to the Prevailing Rate Schedule

Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in theattached Schedule of Prevailing Rates.

Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy andhighway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid orprovided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to beused, please call the district office located nearest the project. District office locations and phone numbers are listed below. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county-by-county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, rowhousing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates foroccupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Pleasecontact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria. Payrolls and Payroll Records Contractors and subcontractors are required to establish, maintain, and preserve for not less that six (6) years, contemporaneous, true, andaccurate payroll records. Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30) days after issuanceof its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty ofperjury.

Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employeeworks on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actuallyperformed.

Overtime At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek isovertime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtimerequirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employeeactually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in theOVERTIME PAY section listings for each classification.

Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision ofsupplements is straight time for all hours worked, some classifications require the payment or provision of supplements, or a portion of thesupplements, to be paid or provided at a premium rate for premium hours worked. Supplements may also be required to be paid or providedon paid holidays, regardless of whether the day is worked. The Overtime Codes and Notes listed on the particular wage classification willindicate these conditions as required.

Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. Theseare the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annualdetermination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing ratesof wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department ofLabor website (www.labor.ny.gov) for current wage rate information.

Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey-workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be inplace on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice isallowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired,and so on. Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions.

Page 18

Prevailing Wage Rates for 07/01/2020 - 06/30/2021 Published by the New York State Department of LaborLast Published on Jun 01 2021 PRC Number 2021006514

382 D264560

Title (Trade) Ratio

Boilermaker (Construction) 1:1,1:4

Boilermaker (Shop) 1:1,1:3

Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4

Carpenter (Residential) 1:1,1:3

Electrical (Outside) Lineman 1:1,1:2

Electrician (Inside) 1:1,1:3

Elevator/Escalator Construction & Modernizer 1:1,1:2

Glazier 1:1,1:3

Insulation & Asbestos Worker 1:1,1:3

Iron Worker 1:1,1:4

Laborer 1:1,1:3

Mason 1:1,1:4

Millwright 1:1,1:4

Op Engineer 1:1,1:5

Painter 1:1,1:3

Plumber & Steamfitter 1:1,1:3

Roofer 1:1,1:2

Sheet Metal Worker 1:1,1:3

Sprinkler Fitter 1:1,1:2

If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU ofPUBLIC WORK District Office or write to:

New York State Department of Labor Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240

District Office Locations: Telephone # FAX #

Bureau of Public Work - Albany 518-457-2744 518-485-0240

Bureau of Public Work - Binghamton 607-721-8005 607-721-8004

Bureau of Public Work - Buffalo 716-847-7159 716-847-7650

Bureau of Public Work - Garden City 516-228-3915 516-794-3518

Bureau of Public Work - Newburgh 845-568-5287 845-568-5332

Bureau of Public Work - New York City 212-932-2419 212-775-3579

Bureau of Public Work - Patchogue 631-687-4882 631-687-4902

Bureau of Public Work - Rochester 585-258-4505 585-258-4708

Bureau of Public Work - Syracuse 315-428-4056 315-428-4671

Bureau of Public Work - Utica 315-793-2314 315-793-2514

Bureau of Public Work - White Plains 914-997-9507 914-997-9523

Bureau of Public Work - Central Office 518-457-5589 518-485-1870

Page 19

Prevailing Wage Rates for 07/01/2020 - 06/30/2021 Published by the New York State Department of LaborLast Published on Jun 01 2021 PRC Number 2021006514

D264560 383