proposal - nysdot - NY.Gov [PDF]

Jun 20, 2016 - within LIRR R-O-W. The LIRR will determine the extent of flag protection necessary for any given operatio

15 downloads 13 Views 4MB Size

Recommend Stories


Proposal pdf
The butterfly counts not months but moments, and has time enough. Rabindranath Tagore

Proposal pdf
In the end only three things matter: how much you loved, how gently you lived, and how gracefully you

Proposal pdf
You can never cross the ocean unless you have the courage to lose sight of the shore. Andrè Gide

Proposal pdf
Goodbyes are only for those who love with their eyes. Because for those who love with heart and soul

Pavement Condition Assessment - nysdot - New York State [PDF]
Mar 16, 2010 - Two separate surveys are used to collect pavement condition data. First, a windshield survey is used to collect the severity and extent of surface cracking and other specific types of distress in the pavement. The windshield survey is

Project Proposal PDF File
Knock, And He'll open the door. Vanish, And He'll make you shine like the sun. Fall, And He'll raise

Daftar Proposal Penelitian 2016002.pdf
I want to sing like the birds sing, not worrying about who hears or what they think. Rumi

Request for Proposal in PDF
Don't fear change. The surprise is the only way to new discoveries. Be playful! Gordana Biernat

View PDF of Full Proposal
Don’t grieve. Anything you lose comes round in another form. Rumi

Concept and proposal (3MB) pdf
Come let us be friends for once. Let us make life easy on us. Let us be loved ones and lovers. The earth

Idea Transcript


US CUSTOMARY UNITS

D263237 F.A. PROJECT

PROPOSAL Proposal Description: Bridge Rehabilitation at 9 Locations in the Towns of Hempstead, North Hempstead & Oyster Bay.

Letting of 9/8/2016 @ 10:30 A.M. Submitted in accordance with the Highway Law and the Standard Specifications officially finalized and adopted on September 1, 2016 as posted on the Department's website.

Book 2 of 2

50 Wolf Road, Albany, NY 12232

D263237 IMPORTANT BIDDER INFORMATION 1. Familiarize Yourself with the Standard Specifications. NYSDOT currently uses the Standard Specifications specified on the front cover of this Project Proposal. The applicable Standard Specifications may be accessed at: https://www.dot.ny.gov/main/business-center/engineering/specifications/busi-e-standards-usc . Be certain you access the correct edition of the Standard Specifications. . 2. Upcoming Projects/ Letting Results/Contract Documents. Advertisements are available at: www.dot.ny.gov/doingbusiness/opportunities/const-highway and Letting Results are at: www.dot.ny.gov/doing-business/opportunities/const-results. Contract documents may be accessed at: www.dot.ny.gov/doing-business/opportunities/const-notices. 3. Procurement Lobbying Law. www.dot.ny.gov/main/business-center/contractors/contractors-repository/lobbylaw.pdf. NYS Finance Law restricts communication with NYSDOT personnel on procurements and contact can only be made with designated persons. Contact with non-designated persons or other involved Agencies will be considered a serious matter and may result in disqualification. Contacts are: Maria Tamarkin, Construction Letting & Award Unit, (518) 457-8403; the Assistant Director/Director, Contract Management Bureau, (518) 457-2124. Project related technical questions or comments must be submitted through the Contract Documents tab of the Department’s website at: www.dot.ny.gov/doingbusiness/opportunities/const-notices. 4. D/M/WBE Goals. www.dot.ny.gov/main/business-center/contractors/construction-division/construction-civilrights/ebo. Projects may have one goal for participation by Disadvantaged Business Enterprises (DBE) when Federally funded, or two separate goals for participation by Minority Business Enterprises (MBEs) and Women’s Business Enterprises (WBE), when Non-Federally funded. If the project has (a) D/M/WBE goal(s), you must document your good faith efforts to obtain D/M/WBE participation. Solicitation of D/M/WBEs must begin prior to the submission of your bid. For projects with goals, the Pre-Award Utilization Package must be submitted to the Office of Construction within 7 calendar days after Letting, in accordance with §102-12 D/M/WBE Utilization, using the current version of NYSDOT approved Civil Rights reporting software. 5. Bonds. Statutes require that a low bidder file both a Performance Bond and a Labor and Material Bond for the full amount of the contract. Arrangements should be made with a Surety prior to submitting a bid. Failure to secure bonding could result in the loss of your bid deposit. See §103-03 Contract Bonds. 6. Bid Security. Every bid must be accompanied by a bid bond, certified check or bank cashier's check payable to the State of New York. Bid Express bids must include an electronic bid bond. Bonds must be on form CONR 391 and in the sum of 25% of the total bid. Checks must be in the amount specified in the proposal. 7. New York State Can Help You Secure Surety Bonding. The NYS Surety Bond Assistance Program (NYSBAP) provides technical and financial assistance to help New York State small business or MWBE contractors secure surety bonding. Contractors may be eligible to receive a guarantee of up to 30% to secure a surety bond line, bid bond or a performance and payment bond on State projects. Training is also available to contractors requiring technical support on how to become bondready. For more information visit esd.ny.gov/BusinessPrograms/BondingAssistance.html or contact Ms. Huey-Min Chuang at Empire State Development at 212-803-3238 or [email protected]. 8. Do Not Alter the Bid Proposal Unless Directed to Do So by Amendment. Unauthorized alterations could lead to your bid being declared informal. See §102-05 Proposal Submission. 9. The Contractor is responsible for ensuring that all Amendments have been incorporated into its bid. Amendments are posted at: www.dot.ny.gov/doing-business/opportunities/const-notices. 10. Bid on All Items and Sign the Bid. If it is your intent to bid "0", use the numeric symbol. Leaving blank spaces can render your bid informal. See §102-05 Proposal Submission. 11. Bids Should Be Submitted through Bid Express or in a Sealed Envelope prominently labeled “BID ENCLOSED”, addressed to NYSDOT, Contract Management Bureau, 50 Wolf Road, First Floor, Suite 1CM, Albany NY 12232 and delivered during normal business hours(Monday through Friday, 7:00 am to 4:00 pm). Clearly identify the Contractor Name, Address, Federal Identification Number, Project Number and Project Description on the envelope. The same Federal Identification number should be used on both the envelope and the Planholders List. Low bidders must have a current NYS Vendor Responsibility Questionnaire For-Profit Construction (CCA-2) on file or submit one within 10 days of receipt of the contract. Questionnaires are available at: www.dot.ny.gov/bids-and-lettings/construction-contractors/general-info. Please call (518) 457-2421 if a reasonable accommodation is needed to participate in the Letting.

00790 L09/01/15

1 of 1 Contracts/Legal 1/21/15

D263237

41

REQUIRED CONTRACT PROVISIONS

D/M/WBE Utilization EEO Goals D/M/WBE Goals Form CONR 9k Electronic Bidding Federal Aid Contract Provisions Percentage Bid Items List of Additional Insured Railroad Insurance New York State Uniform Contracting Questionnaire

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

00800 L05/07/15

Per DQAB Page 1 of 1

42

D263237

GOALS FOR EQUAL EMPLOYMENT OPPORTUNITY (EEO) PARTICIPATION GOALS FOR MINORITY PARTICIPATION COUNTY

%

Albany …..……………..3.2 Allegany……..…………6.3 Broome ……..………….1.1 * Bronx Cattaraugus …..………..6.3 Cayuga ………..……….2.5 Chautauqua …..………..6.3 Chemung ……..………..2.2 Chenango ……..……….1.2 Clinton ……..………….2.6 Columbia …...………….2.6 Cortland ……..………...2.5 Delaware ……..………..1.2 Dutchess ……...………..6.4 Erie ……….…..………..7.7 Essex ………...………...2.6 Franklin ……...………...2.5 Fulton ………...………..2.6 Genesee ……...………...5.9 Greene ………...……….2.6 Hamilton ……..………..2.6

COUNTY

%

Herkimer ………………2.1 Jefferson ……………….2.5 * Kings Lewis …………………..2.5 Livingston ……………..5.3 Madison ……………….3.8 Monroe ………………...5.3 Montgomery …………...3.2 Nassau …………………5.8 * New York Niagara ………………...7.7 Oneida …………………2.1 Onondaga ……………...3.8 Ontario ………………...5.3 Orange ………………..17.0 Orleans ………………...5.3 Oswego ………………..3.8 Otsego …………………1.2 Putnam ……………….22.6 * Queens Rensselaer ……………..3.2

COUNTY

%

* Richmond Rockland ……….…….22.6 St. Lawrence ….……….2.5 Saratoga ……….………3.2 Schenectady ….………..3.2 Schoharie …….………..2.6 Schuyler ……….………1.2 Seneca ……….………...5.9 Steuben …….………….1.2 Suffolk ……….………..5.8 Sullivan ……….……...17.0 Tioga ………….……….1.1 Tompkins ……….……..1.2 Ulster ………………...17.0 Warren ………………...2.6 Washington ……………2.6 Wayne …………………5.3 Westchester …………..22.6 Wyoming …...…………6.3 Yates ……...…………...5.9

* The following goal ranges are applicable to the indicated trades in the Counties of Bronx, Kings, New York, Queens and Richmond. Electricians................................... 9.0 to 10.2 Carpenters .................................. 27.6 to 32.0 Steam fitters ............................... 12.2 to 13.5 Metal lathers............................... 24.6 to 25.6 Painters....................................... 26.0 to 28.6 Operating engineers ................... 25.6 to 26.0 Plumbers .................................... 12.0 to 14.5 Iron workers (structural) ............ 25.9 to 32.0 Elevator constructors ..................... 5.5 to 6.5

Bricklayers..................................13.4 to 15.5 Asbestos workers........................22.8 to 28.0 Roofers ...........................................6.3 to 7.5 Iron workers (ornamental)..........22.4 to 23.0 Cement masons...........................23.0 to 27.0 Glaziers.......................................16.0 to 20.0 Plasterers ....................................15.8 to 18.0 Teamsters....................................22.0 to 22.5 Boilermakers ..............................13.0 to 15.5 All others ....................................16.4 to 17.5

GOAL FOR PARTICIPATION OF WOMEN The last publication of a goal for the participation of women was April 7, 1978 (43 FR 14888, 14900). Pursuant to 41CFR 60-4.6, the 6.9% goal published on that date is hereby made the goal for all contracts and grant agreements, until further notice.

00820 = 2006/2008:Proposal L01/08/09

Page 1 of 1

EI 05-005, Per Construction

D263237

43

GOALS FOR DISADVANTAGED/MINORITY/WOMEN’S BUSINESS ENTERPRISE (D/M/WBE) PARTICIPATION The Department has established the following utilization goal(s) for this contract, expressed as a percentage of the total contract bid amount. For clarification of Disadvantaged Business Enterprise (DBE) Utilization, Minority Business Enterprise (MBE) Utilization or Women's Business Enterprise (WBE) Utilization requirements refer to §102-12 D/M/WBE Utilization of the Standard Specifications. Disadvantaged Business Enterprise (DBE) Utilization Goal

11 % (Federal-Aid Only)

Minority Business Enterprise (MBE) Utilization Goal

% (Non Federal-Aid Only)

Women's Business Enterprise (WBE) Utilization Goal

% (Non Federal-Aid Only)

Directories and/or Information related to the current certification status of Disadvantaged Business Enterprises can be obtained from the NYS Unified Certification Program website at: http://biznet.nysucp.net Direct questions concerning Disadvantaged Business Enterprise Utilization to: NYS Department of Transportation Office of Construction 50 Wolf Road Pod 51 Albany, New York 12232 (518) 457-6472

Direct questions concerning Disadvantaged Business Enterprise Certification to: NYS Department of Transportation Contract Audit Bureau DBE Certification 50 Wolf Road, 6th Floor Avenue F, 1st Street Albany, New York 12232 (518) 457-3180

Directories and/or information related to the current certification status of Minority and Women's Business Enterprises, can be obtained by contacting the: NYS Department of Economic Development Division of Minority and Women's Business Development 633Third Avenue New York, NY 10017 (212) 803-2414 email: [email protected] http://esd.ny.gov/MWBE/directorySearch.html

00821 = 2006/2008:Proposal L01/08/09

Page 1 of 1

EI 05-005, Per Construction 6/18/12 Per Contracts 3/15/13

44

D263237

SUPPLEMENTAL INFORMATION AVAILABLE TO BIDDERS The information checked in the “Digital” column on this form is available at the Contract Documents tab within the Construction Contracting section of the Business Center on the Department’s web site. The information checked in the “Inspection Only” column on this form is available at the Regional Office having jurisdiction for this project, as identified in the advertisement for bids, for inspection and review prior to the letting date. The bidder’s signature on this proposal certifies that they have made themselves aware of the availability of the information indicated below: THERE IS NO SUPPLEMENTAL INFORMATION AVAILABLE FOR THIS CONTRACT: 1

INFORMATION

Digital

Inspection Only

2,4

1.

Greyscale PDF of Sealed Plan Set (for printing)

2.

Unsealed Layered or 3D PDF Files

3. CADD Information a. MicroStation DGN b. InRoads DTM and XML format c. InRoads ALG and XML format 4. Cross Sections in ADOBE PDF format 3

5. Quantity Work-ups 6.

Record Plans

7.

Rock Cores (available for inspection only)

8.

Sign Face Layouts in ADOBE PDF format

9.

Stormwater Pollution Prevention Plan (SWPPP)

10. Subsurface Information a.

Subsurface Exploration Logs

b.

Undisturbed Sample Logs

c.

Laboratory Test Data from Soil Samples

d.

Tabulated Results of Probing

e.

Tabulated Depth to Bedrock

f.

Rock Core Evaluation Logs

g.

Compression Test Data from Rock Samples

h.

Rock Outcrop Maps

i.

Granular Materials Resource Survey Reports

j.

Terrain Reconnaissance Reports

11. Subsurface Information - Other Information a. Subsurface information from outside sources b. Source Information - Granular Material and aggregates c. Special Subsurface Reports 12. Anticipated Construction Schedule 13. Asbestos Information a. Asbestos Blanket Variances b. Asbestos Report 14. Special Reports or Other Information: a. Permits b. Design Approval Document c. Survey Control Report d. Wetland Compensation Report

1

– All digital material is provided in ADOBE (PDF) format, unless noted above. – Required for all projects that have 11”x17” plan sets. See HDM Section 21.3.9.2 3 – Required for all projects. 4 – Greyscale PDF’s of sealed plans must be provided at PS&E submittal. An updated version must be provided whenever the plans are modified or amended. 2

CONR9 (1/19/16)

D263237

45

NYSDOT Electronic Bidding - Trns•port Expedite and Bid Express Expedite allows bidders to receive electronic proposal bid item information from the Department's web site and Bid Express to produce an electronic bid. Bidders need to enter unit prices only in the Schedule of Items. Expedite is provided free of charge, and can be used on almost any Windows-compatible PC. It integrates with many existing electronic bid preparation software packages, and has import/export capability for use with database and spreadsheet programs. Benefits may include: • • • • •

Bid data import takes seconds allowing users of computer systems that collect item data minimal time to construct bid files from "item libraries". Expedite calculates item and overall bid totals on-the-fly, as estimators work through the list, and alerts estimators if an item is accidentally omitted. Electronic files of item bid data will be posted to the NYSDOT website to coincide with advertising and contract document sale dates. Amended item bid data will be posted as soon as it is available. When it is downloaded, recognition of changes are automatic. The Department processes electronic bids much faster then paper bids decreasing the time needed for verification.

Bid Express allows secure, encrypted bid submittal over the internet. It integrates with Expedite and includes electronic bid bond verification. Bid Express is a fee-based service. Benefits may include: • • • • • •

Real-time bid submittal from any location. No concerns about driving bids to Albany or mail services arriving after the deadline. Ability to submit a "safety bid" early while continuing to solicit better quotes from subs and suppliers and to overwrite the safety bid with a new bid right up to the submission deadline. As data accumulates on Bid Express, there is the ability to search and analyze bids on prior contracts for specific work items, by specific competitors, etc. Able to solicit and receive quotes from subcontractors through the Small Business Network on Bid Express. Contractors who use Bid Express do not submit a paper bid.

First time electronic bidders should: • • • •

Allow at least five business days to obtain a digital ID and password for bidding through Bid Express. Follow the procedures in "Expedite Instructions", which are posted at http://www.dot.ny.gov/bids-and-lettings/construction-contractors/electronic-bid-system Enter the Agency as NYSDOT. Use the appropriate Federal-ID and firm name. Federal-ID must be in the format 12-3456789. Joint ventures must create a new digital ID and send an authenticated copy of evidence of the authority of the agent or attorney-in-fact for the joint venturers to act on behalf of all joint venturers to the Contract Management Bureau prior to the Letting.

All electronic bidders should: •

Enter prices for all bid items in the Schedule of Items.

00850 L05/7/09

1 of 2

Per EI09007 3/12/12

46

D263237 NYSDOT Electronic Bidding - Trns•port Expedite and Bid Express • • • • •

Enter days for the B portion(s) of A + B bids on the Proposal Sites folder (if applicable). Enter the required info in the JURAT and Disclosure of Lobbying Activity folders. Complete the Contract Document Bid-Ability Survey (optional). Enter the required info in the Bid Bond folder if submitting bid through Bid Express and click Verify to verify the bid bond. All folders should be green if submitting bid through Bid Express. Submitting a bid through Bid Express with any red folders could lead to your bid being declared informal.

Paper Bid Documents: NYSDOT recommends and encourages contractors to bid electronically with Bid Express because of its many advantages, but contractors are not required to bid electronically. If NYSDOT receives both a Bid Express bid and a paper bid from the same contractor, the Bid Express bid will prevail. Bidders who do not use Bid Express are encouraged to submit an electronic bid file on a disk/CD included with their paper bid. NYSDOT will not accept electronic bids on disk/CD without a paper bid. If there is any discrepancy between an electronic file and the paper bid, the paper bid will prevail. When submitting an electronic bid file with your paper bid, include only one file per bid. The disk/CD must be labeled with the following information: • • • •

Firm name Letting date D number A statement as to whether the paper bid does or does not include any handwritten changes from the electronic bid file. Do not mix partial printouts with differing date-time groups.

Amendments: Contractors are solely responsible for recognizing and responding to changes by amendment. If an amendment involves changes to item bid data, an amended Expedite file will be posted to the Department's website and to Bid Express. This file must be applied to your electronic bid. If there is any discrepancy in the itemized proposals published in paper and electronic formats, in either the contract pay items or quantities, the Department will evaluate the bids based only on that portion that is common to all formats. For example, if an item is missing from any format, the bids will be evaluated excluding that item and if item quantities are different in any format, the bids will be evaluated using the lowest item quantity. Please notify the Department at 888-664-9343 or 518-485-8111 if you find any such discrepancies. However, not all amendments will involve changes to item bid data. For assistance: • Bid Express Help Desk (888) 352-2439 or (352) 381-4888 • NYSDOT Information Technology Division Help Desk (888) 664-9343 or (518) 485-8111 • Third-party Software - Contact the vendor of the software. The Department is neither authorized nor able to assist with any software package. Last Update: February 2, 2012 00850 L05/7/09

2 of 2

Per EI09007 3/12/12

D263237

47

REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS FHWA-1273 -- Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

I. II. III. IV. V.

General Nondiscrimination Nonsegregated Facilities Davis-Bacon and Related Act Provisions Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying

3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA.

ATTACHMENTS

II. NONDISCRIMINATION

A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only)

The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts.

4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors.

I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid designbuild contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.

00860

In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 601.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under

Page 1 of 11

L09/06/12

48

D263237 REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS

this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived.

a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract.

a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration.

b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-thejob training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are

00860

Page 2 of 11

L09/06/12

D263237

49

REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.

c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each.

a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract.

d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion.

b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b):

7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar

00860

a. The requirements of 49 CFR Part 26 and the State '27¶V86'27-approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and nonminority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor

Page 3 of 11

L09/06/12

50

D263237 REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS

will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-ofway of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of /DERUUHJXODWLRQVLQ&)5³&RQWUDFWSURYLVLRQVDQG UHODWHGPDWWHUV´ZLWKPLQRUUHYLVLRQVWRFRQIRUPWRWKHFHWA1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions

00860

of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH±1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b.(1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or

Page 4 of 11

L09/06/12

D263237

51

REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federallyassisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-

00860

Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b.(1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH±347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a ³6WDWHPHQWRI&RPSOLDQFH´VLJQHGE\WKHFRQWUDFWRURU subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

Page 5 of 11

L09/06/12

52

D263237 REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS

(3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH±347 shall satisfy the requirement for submission of the ³6WDWHPHQWRI&RPSOLDQFH´UHTXLUHGE\SDUDJUDSKE  RI this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly

00860

rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

Page 6 of 11

L09/06/12

D263237

53

REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the DavisBacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

00860

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

Page 7 of 11

L09/06/12

54

D263237 REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract.

VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The WHUP³SHUIRUPZRUNZLWKLWVRZQRUJDQL]DWLRQ´UHIHUV to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is

00860

5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. VII. SAFETY: ACCIDENT PREVENTION T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federalaid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project:

18 U.S.C. 1020 reads as follows:

Page 8 of 11

L09/06/12

D263237

55

REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more ± as defined in 2 CFR Parts 180 and 1200.

1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this

00860

covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. ³)LUVW7LHU&RYHUHG 7UDQVDFWLRQV´UHIHUVWRDQ\FRYHUHGWUDQVDFWLRQEHWZHHQD grantee or subgrantee of Federal funds and a participant (such DVWKHSULPHRUJHQHUDOFRQWUDFW ³/RZHU7LHU&RYHUHG 7UDQVDFWLRQV´UHIHUVWRDQ\FRYHUHGWUDQVDFWLRQXQGHUD)LUVW 7LHU&RYHUHG7UDQVDFWLRQ VXFKDVVXEFRQWUDFWV ³)LUVW7LHU 3DUWLFLSDQW´UHIHUVWR the participant who has entered into a covered transaction with a grantee or subgrantee of Federal IXQGV VXFKDVWKHSULPHRUJHQHUDOFRQWUDFWRU ³/RZHU7LHU 3DUWLFLSDQW´UHIHUVDQ\SDUWLFLSDQWZKRKDVHQWHUHGLQWRD covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

Page 9 of 11

L09/06/12

56

D263237 REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS

i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. ***** 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which

00860

this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. ³)LUVW7LHU&RYHUHG7UDQVDFWLRQV´ refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the SULPHRUJHQHUDOFRQWUDFW ³/RZHU7LHU&RYHUHG7UDQVDFWLRQV´ refers to any covered transaction under a First Tier Covered 7UDQVDFWLRQ VXFKDVVXEFRQWUDFWV ³)LUVW7LHU3DUWLFLSDQW´ refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds VXFKDVWKHSULPHRUJHQHUDOFRQWUDFWRU ³/RZHU7LHU 3DUWLFLSDQW´UHIHUVDQ\SDUWLFLSDQWZKRKDVHQWHUHGLQWRD covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the

Page 10 of 11

L09/06/12

D263237

57

REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. ***** Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ***** XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.

00860

Page 11 of 11

L09/06/12

58

D263237

SPECIAL NOTE INSURANCE COVERAGE By virtue of the scope, location, type, and/or estimated value, the following types of insurance, listed in the Standard Specifications §107-06B. do not apply to this project and the Contractor is under no obligation to furnish proof of such insurance.

BUILDERS’ RISKS INSURANCE

Builders’ Risks Insurance is not required for this contract.

§21.9.2.2 10/19/15

D263237

59

List of Additional Insured Parties – Special Note The following is a list of additional parties for whom the Contractor must secure additional insured status under the liability/excess insurance required in Section 107-06 of the Standard Specifications, as applicable to this project.

• New York State/New York State Department of Transportation • Nassau County • Towns and Villages within Nassau County

• Long Island Rail Road • Nassau Inter-County Express (NICE Bus) • Utility Companies in Nassau County Both Privately and Publicly Owned

Coverage must also be provided for any Consultant Inspecting Engineer or Inspector (and their agents) working for or on the project. The above listing supplements Section 107-06 INSURANCE of the Standard Specifications.

60

D263237 SPECIAL NOTE COORDINATION WITH RAILROADS

D263237

PIN 0809.32

For Work requiring Coordination with the Long Island Rail Road (LIRR), an Agency of the Metropolitan Transportation Authority (MTA). The contractor shall note that this project requires close coordination with the railroad. It is anticipated that the railroad will provide their own personnel to perform flagging services while certain construction operations take place adjacent to, over or under the railroad’s tracks, facilities, rights-of-way and property. The flag person must be present, as determined prior to the start of construction, to insure the safe operation of trains, prevent the delay of trains and insure the safety of all property and personnel on the project site. However, the contractor is advised that the railroad may not be able to provide flag persons on a daily basis due to the railroad’s operational necessities. The Contractor shall coordinate and schedule his construction activities with the railroad’s project engineer no later than ten (10) business days prior to the start of the work, in consultation with the Contractor and the State’s Engineer-in-Charge, so that a workable schedule can be formulated and agreed upon. Because of railroad involvement, the Contractor's attention is directed to Section 105-09, WORK AFFECTING RAILROADS, in the current "Standard Specifications, Construction and Material Publication of the New York State Department of Transportation".

D263237

61

SPECIAL NOTES ON RAILROADS PROTECTIVE LIABILITY INSURANCE INCLUDING AMENDED LIMITS D263237 1.

PIN 0809.32

Each policy of railroad protective liability insurance shall be issued with limits of: BODILY INJURY LIABILITY PROPERTY DAMAGE LIABILITY Single limit of $5,000,000 combined Bodily Injury Liability and/or Property Damage Liability for each occurrence with a $10,000,000 Aggregate limit applying separately to each annual period.

2.

Before any work is started on the railroad company's right-of-way, the contractor shall furnish: Owner/Operator: Metropolitan Transportation Authority (MTA) / Long Island Rail Road (LIRR), an MTA Agency Trackage Rights: with a policy of railroad protective liability insurance taken out singularly in the name of the railroad company identified as an owner/operator above in each of the above lines. Said policy(s) shall be subject first to the approval of each named railroad company and the contractor shall also furnish each named railroad company with a copy of the New York State Department of Transportation’s Form C-218, Certificate of Insurance for Construction and Reconstruction of State Highway Projects. This Railroad Protective Liability Insurance Policy issued to the Company shall be in accordance with the U.S. Department of Transportation; Federal Highway Administration, Federal-Aid Policy Guide, 23 CFR Part 646 Subpart A dated December 9, 1991. The Contractor shall procure and maintain at his own expense, and without expense to the State or Railroad, the above captioned Railroad Protective Liability Insurance. The policies shall not be changed or canceled until thirty (30) days written notice has been given to the Commissioner and the above listed Railroad(s). Because of railroad involvement, the Contractor's attention is directed to Section 105-09, WORK AFFECTING RAILROADS, in the current "Standard Specifications, Construction and Material Publication of the New York State Department of Transportation".

62

D263237 SPECIAL NOTE RAILROAD AGREEMENT

D263237

PIN 0809.32

This project requires an agreement between the State of New York and the Long Island Rail Road (LIRR), an Agency of the Metropolitan Transportation Authority (MTA). The agreement for this project has not been approved by the Office of the State Comptroller. We are working with the railroad on approving the agreement format and anticipate having the agreement approved within ninety (90) days of the Letting date. The agreement will provide for the following (as necessary): FLAGGING, ENGINEERING and CONSTRUCTION INSPECTION The Contractor is advised that until the agreement has been approved by the Office of the State Comptroller, the Contractor may not be allowed to enter onto the railroad’s property to perform contract work nor will the railroad provide services occasioned by the Contractor’s operations. Any delays experienced by the Contractor which affect the scheduled completion date of the project and which are attributed to delays beyond the estimated approval date in processing the State’s agreement with the railroad or delays by the railroad in progressing the railroad-related work will be considered before the State assesses engineering charges as specified in Section 10804 of the NYSDOT Standard Specifications. To avoid any delays as a result of the State - Railroad Agreement not being approved by the time the Contractor is ready to commence work the Contractor should schedule the work involving the railroads last to the extent practicable. Because of railroad involvement, the Contractor's attention is directed to Section 105-09, WORK AFFECTING RAILROADS, in the current "Standard Specifications, Construction and Material Publication of the New York State Department of Transportation".

D263237

63

SPECIAL NOTE RAILROAD DATA D263237

PIN 0809.32

I-495 Bridge Repairs; BINs 1049181, 1049182, 1049183 & 1057180; US DOT # 870 029 X See attached RAIL ROAD DATA SHEET, BRANCH: PORT JEFFERSON, d. May 27, 2016 (7 pages). 1.

2.

NAME OF RAILROAD: New York, Susquehanna & Western Railway Corp. a)

owner:

Metropolitan Transportation Authority [MTA]

b)

operator:

Long Island Rail Road Company [LIRR]

TYPE OF TRACK USAGE (i.e.: mainline, branch line, local siding, and industrial) Port Jefferson Branch Commuter and Frieght

3.

LINE NAME / CODE:

Northeastern Division,

4.

MILEPOST NO.:

MP 26.80

5.

NUMBER OF TRACKS:

Two (2)

6.

NUMBER AND FREQUENCY OF TRAINS:

7.

MAXIMUM AUTHORIZED TRAIN SPEED: ___60

Port Jefferson Branch

In excess of 228 trains per day. MPH

Depending on availability, information pertaining to the operations of railroad(s) affected by this project is contained herein. In the event that any or all of this information is not available for inclusion in this proposal, prospective bidders are advised that they may contact the railroad(s) directly, or base their bid on the information provided. THE CONTRACTOR’S ATTENTION IS DIRECTED TO SECTION 105-09: WORK AFFECTING RAILROADS IN THE STANDARD SPECIFICATIONS

10/13

64

D263237 RAIL ROAD DATA SHEET BRANCH: PORT JEFFERSON

PROJECT:

PIN 0809.32; I-495 Bridge Repairs; BINs 1049181, 1049182, 1049183 & 1057180 carrying the Long Island Expressway (LIE) over the Long Island Rail Road Company (LIRR) Port Jefferson Branch, USDOT # 870029X, MP 26.80 Line Segment 65 B268 in Hamlet of Syosset, Town of Oyster Bay, Nassau County, NY

DATE OF PREPARATION: May 27, 2016 1. Name of Railroad a) Owner: Metropolitan Transportation Authority (MTA) b) Operator: Long Island Rail Road (LIRR) c) Trackage Rights: 2. Class of Railroad (i.e. Main Line, Branch Line, Local Siding, Industrial): Port Jefferson Branch Commuter and Freight. 3. Number of Tracks: TWO (2) Electrified: TWO (2) on Port Jefferson Branch. 4. Number of trains per day: In excess of 228 trains per day. In addition there may be other unscheduled equipment moves or freight trains any particular day. 5. Maximum authorized train speed: 60 mph (Note: speed varies on curved tracks)

6. When and under what conditions will the Contractor be allowed to work over the tracks or within the track area? Work, consisting of erection and dismantling of the protective shield or any lifting operations which can potentially penetrate the shield, cause structural damage or foul any of the tracks will not be permitted during train passage. Construction of the shield will generally be permitted between the hours of 10:00pm and 4:00am seven days a week, pending 30 days minimum advance notification and approval. Crane operations and swings cannot be performed over any track in service. Outside of the hours indicated above, work involving crane lifts or any other work, which may potentially penetrate the shield, damage the shield or foul any track, will not be permitted. Demolition and erection work above the shield will generally be permitted between the hours of 10:00am and 3:00pm Monday through Friday, pending advanced notification and approval. Other periods of time and days may possibly be allowed when the details and durations become known and approved by the LIRR.

Project: PIN 0809.32 I-495 Bridge Repairs over LIRR Port Jefferson Branch «MP» 6/1/2016

Page 1 of 7

D263237

65

RAIL ROAD DATA SHEET BRANCH: PORT JEFFERSON The Contractor will be permitted to work over the tracks only after the protective shield is in place. No lifting operation is allowed, even with shield in place, without flag protection. LIRR requires 48 hours (2 business days) advanced notice for flag protection for any work that has the potential to adversely impact the LIRR’s operations, including over or within LIRR R-O-W. The LIRR will determine the extent of flag protection necessary for any given operation. The LIRR requires notice to cancel flag protection be given no later than 1:00pm of the preceding day. All construction activity within the span shall cease when trains or equipment are approaching, until trains or equipment is clear of the shield. Construction activity shall cease at any time if or when directed by LIRR personnel. 7. Will temporary track outages be permitted during construction? If so, under what condition? An outage may be granted for only one track at a time between the hours of 10:00pm and 4:00am, Monday through Sunday pending review and approval of specific request made 12 weeks in advance. Requests for other outage periods may be granted on a “day-byday” basis pending review and approval of the specific outage request scheduled at least one week in advance. An outage as requested cannot be guaranteed. It is expected that only 60% of track outages requested will be granted because of special or scheduled events, operational priorities, emergencies and other project considerations or demands. The LIRR has the authority to rescind an outage at any time without advanced notification to the contractor as deemed necessary to maintain LIRR operations. The contractor must cease and secure his procedures as directed by the LIRR so the safe LIRR operations can resume as soon as possible. 8. Will the company agree to restrict train speeds through the project area during construction? No. 9. a) How many railroad employees will be assigned to work the job site? LIRR will assign an adequate level of manpower to properly and efficiently monitor and accommodate this project, determined by LIRR. The assignment of manpower will not necessarily be limited to the actual work site. Flagging personnel, Third Rail. High Tension, Maintenance of Way and other LIRR personnel may be required to support the contractor’s work at locations remote from the construction site. b) Describe the work that will be performed by railroad forces at job site in conjunction with this project. Project: PIN 0809.32 I-495 Bridge Repairs over LIRR Port Jefferson Branch «MP» 6/1/2016

Page 2 of 7

66

D263237 RAIL ROAD DATA SHEET BRANCH: PORT JEFFERSON

Generally, the LIRR will provide flag crews (Conductors and assistants) and LIRR will provide a Project Engineer full time while the consultant/contractor is on or adjacent to LIRR’s tracks. During other periods of inspection or construction, an adequate level of flag protection, Engineering and other LIRR personnel will be provided to protect LIRR property, personnel and to assure product quality. Other LIRR personnel may be required to review plans, specifications, shop drawings and attend to other matters of project administration. Actual personnel assigned to this project will be based on project demands as determined solely by the LIRR. See the attachment entitled “Transportation Flags” for additional information on flag personnel. c) Will your company’s forces be performing any work at or in the vicinity of the job site in conjunction with any other project during the life of the contract for this project? LIRR forces will be working on numerous and miscellaneous capital improvement, maintenance and DOT projects at various locations during the life of the project. 10. a) Will your company require that a shield be erected over your tracks to protect your property from falling debris during demolition of the existing bridge deck? YES. Calculations, drawings, details and installation procedure of the shield shall be prepared by a licensed Professional Engineer registered in the State of New York, and must be submitted to LIRR for review and acceptance. b) If so, what clearances will you require, and what design live load do you want Specified? MINIMM VERTICAL CLEARANCE: 18’-6” from top of rail to underside of shield. MINIMUM HORIZONTAL CLEARANCE: 8’-6” from centerline of track to face of shield. Under extenuating circumstances, may be reduced to 8’-0” pending review and acceptance by LIRR, and issuance of General Notice. If acceptable, a General Notice will require a minimum of 4 weeks lead time from date of approval for it’s preparation and implementation. DESIGN LOAD: Horizontal shields: 100 psf uniform vertical load throughout PLUS 2000 pound concentrated vertical load applied to produce maximum stresses. For stringer or deck design, the 2000 pound concentrated load may be assumed to act over a maximum area of 2’x2’.

Project: PIN 0809.32 I-495 Bridge Repairs over LIRR Port Jefferson Branch «MP» 6/1/2016

Page 3 of 7

D263237

67

RAIL ROAD DATA SHEET BRANCH: PORT JEFFERSON Vertical shields & barriers: 30 psf uniform horizontal load acting on all vertical surfaces. c) Will your company require that a shield be erected over your tracks to protect your property from falling debris during the Construction phase? YES. The Contractor shall install protective shielding in the work areas as required to protect railroad vehicular and pedestrian traffic from falling debris or other adverse construction impacts. The contractor shall submit details of the proposed protective shielding system to the LIRR for review and approval. 11. Railroad contact person, address and telephone number: Contact Timothy Raichel, P.E. – Managing Engineer- Civil Inspection at (718) 558-3218 for project related information. Contact Melva Villa, MTA Risk & Insurance Management at telephone # (646) 2521425/1430 and fax # (646) 252-1434 regarding insurance requirements. 12. What identifying name and/or numbers would the Railroad require this project be referred to on project correspondence? PIN 0809.32; I-495 Bridge Repairs; BINs 1049181, 1049182, 1049183 & 1057180 carrying the Long Island Expressway (LIE) over the Long Island Rail Road Company (LIRR) Port Jefferson Branch, USDOT # 870029X, MP 26.80 Line Segment 65 B268 in Hamlet of Syosset, Town of Oyster Bay, Nassau County, NY 13. The following requirements shall be provided or incorporated into the contract document. a) All work, Contractors personnel or equipment located on, below, above, or adjacent to LIRR right-of-way is considered to be impacting. b) Submit “Preliminary” schedule of work impacting LIRR 90 days prior to anticipated date of impact. c) Submit “Final” schedule 30 days prior to start of work. d) Submit “Revised” schedules for individual segments of work, as often as required, 21 days prior to start of that element of work. e) Protect existing LIRR facilities including: signal, communications, high tension electric cables and third rail wherever they may be encountered. f) Address all Force Account Agreement / Entry Permit and project estimate related correspondence to: Edward Maines Manager - Engineer Contracts and Agreements The Long Island Rail Road 93-59 183rd Street Project: PIN 0809.32 I-495 Bridge Repairs over LIRR Port Jefferson Branch «MP» 6/1/2016

Page 4 of 7

68

D263237 RAIL ROAD DATA SHEET BRANCH: PORT JEFFERSON Hollis, New York 11423 Mail Code 3146 Phone No.: (718) 558-3536 g) Address all submittals and project related correspondence to: Timothy Raichel, PE. Managing Engineer - Civil Inspection The Long Island Rail Road 93-59 183rd Street Hollis, New York 11423 Mail Code 3143 h) All structural work that has the potential to adversely impact the LIRR’s for review and acceptance by the LIRR. Work of this nature includes but is not limited to the following: protective shields, barriers, crane operations, demolition, erection, pipe jacking, excavation, retaining walls, temporary and support structures. i) All drawings and calculations provided must be stamped and signed by a Professional Engineer (P.E.) licensed in the State of New York. Submittals must be provided at least 30 days in advance of the work to be performed for LIRR review and acceptance. j) Although the LIRR reviews the shop drawings, procedures and calculations submitted, this does not relieve the P.E. and the Consultant/Contractor of their responsibilities for the work performed. k) Provide a separate Engineer’s field office for LIRR personnel, in accordance with New York City Specifications, Item NYC-944 and New York State Specifications, Section 637, type “A”, including private phone and facilities. l) Provide LIRR with as-built drawings of that portion of the project on, over, under and contiguous to LIRR ROW on CD ROM using autocad.dwg format.

14. Rail Road Approval of Bridge Erection and Demolition: Thirty days Prior to any operation requiring the use of cranes, the Contractor shall provide the LIRR with the following information: a) Plans and details showing locations of crane or cranes, operating radii, delivery locations, placement locations and disposal locations. Show all possible obstructions and potential hazards, including, but not limited to overhead wires, aerial structures, curbs, basins, manholes, fences, and other physical features. Show weight of picks, load transferred into soil, soil bearing capacity and mat details. Show hitch and rigging details indicating geometry and capacity of bridles, shackles, equalizers, slings, hitches, lifting inserts, eyes, etc. b) Crane rating charts and analysis showing that for each pick, swing and radii, the crane has a capacity in excess of 150% of actual load. c) Catalog data specific to cranes and rigging used.

Project: PIN 0809.32 I-495 Bridge Repairs over LIRR Port Jefferson Branch «MP» 6/1/2016

Page 5 of 7

D263237

69

RAIL ROAD DATA SHEET BRANCH: PORT JEFFERSON d) Procedures indicating the sequence of operations, including the order of lifts and any repositioning or re-hitching of the crane or cranes or temporary support of any components. e) Calculations substantiating all information shown, must be prepared, signed and stamped by a Professional Engineer, registered in the State of New York. f) Planned time schedule of the various stages of operation and the overall time for the entire lifting procedures. g) Submit documentation, which are required by the municipality in which the work is being performed. If the work is being performed within New York City limits, submit the required Certificate of Approval, Certificate of Operation and Certificate of On-Site Inspection to the LIRR. h) Crane operator shall possess a license in accordance with operation of class of crane as prescribed by governing authority. i) Operations judged by LIRR to be of high-risk can only be performed during days and periods designated by LIRR (i.e. weekends and nights.)

15.GENERAL REQUIREMENTS FOR OUSIDE CONTRACTOR WORKING ON LIRR PROPERTY a) Obtain Entry Permits call LIRR Manager- Engineering Contracts, Agrmts & Materials at 718-558-3536. b) Obtain required Railroad Protective Liability insurance and submit original signed insurance documents to the LIRR, call 646-252-1429. c) All contractor personnel whose duties include working on, within 15 ft. of, or above railroad tracks or operating equipment (i.e. Cranes) on or near railroad tracks shall attend annual Roadway Worker Protection (RWP). Call Training Department at 718-558-3100. d) Two (2) weeks prior to start of construction call Managing Engineer- Civil Inspection at 718-558-3218. 16. LIRR INSURANCE REQUIREMENTS: The attached sheets detail the LIRR’s insurance requirements current as of this date, which are subject to change without notice. These insurance provisions should be incorporated into the project’s contract documents. 17. TRANSPORTATION FLAGS Flag personnel are assigned to a project for the sole purpose of protecting Long Island Rail Road’s customers, property and personnel. These flag personnel are governed by work rules as provided for in their contracts with the LIRR.

Project: PIN 0809.32 I-495 Bridge Repairs over LIRR Port Jefferson Branch «MP» 6/1/2016

Page 6 of 7

70

D263237 RAIL ROAD DATA SHEET BRANCH: PORT JEFFERSON This abstract is not intended to be a detailed explanation of each and every aspect of work rules, but only a brief description of how work rules can be expected to impact this project: a) Eight hours is the minimum flag personnel tour of duty. b) Time in excess of eight hours is considered overtime and is paid at a rate of time and a half. c) Flag personnel are only permitted to work up to 12 hours per tour. Should additional protection be required beyond the initial 12 hours, a replacement will be called out, and also be entitled to a minimum tour of eight hours. d) A 20 to 40 minute meal period, depending on assignment, between the 4th and 6th hour of the shift will be provided. When no meal period is possible, flag personnel are entitle to be paid for this meal period at a rate of time and one half. e) When the availability of regular flag personnel becomes exhausted, personnel on relief days will be utilized at a cost of time and one half. f) Further assistance and specific questions regarding flag protection can be obtained by contacting the LIRR Transportation Department at (631) 893-2799. g) Flagging requests must be placed prior to 1:00pm the previous day, except for Sunday and Monday coverage which must be placed by 1:00pm the previous Friday.

Project: PIN 0809.32 I-495 Bridge Repairs over LIRR Port Jefferson Branch «MP» 6/1/2016

Page 7 of 7

D263237

71

New York State Uniform Contracting Questionnaire (CCA-2) In accordance with §103-01 of the Standard Specifications, the NYS Department of Transportation requires that a review of a firm's responsibility be performed prior to the award of a contract or approval of a subcontract. A New York State Uniform Contracting Questionnaire (CCA-2) is the primary tool used to perform this review. A completed CCA-2 must be on file with NYSDOT to be considered for the award of a contract or for the approval of a subcontract. An approved CCA-2 covers NYSDOT work for 12 months from date of receipt. Any low bidder who does not have a completed CCA-2 on file within ten days of receipt of a contract for execution may be subject to the forfeiture of the amount of the bid deposit pursuant to §103-02 of the Standard Specifications. There are three CCA-2 options available on the NYSDOT website https://www.dot.ny.gov/bidsand-lettings/construction-contractors/general-info: online filing (VendRep), a Rich Text fillable form, and an Adobe Acrobat fillable form. No previous versions of the form will be accepted. If a firm chooses to file online at http://osc.state.ny.us/vendrep/popups/vendor_construction.htm (site of the Office of the New York State Comptroller’s VendRep repository), please note that the online VendRep System is only a repository of information with the Office of the State Comptroller (OSC). Although there is a certification completed in VendRep, it is only an electronic signature. This certification does NOT mean the CCA-2 has been reviewed and approved by any Agency. The firm must notify [email protected] by sending an e-mail stating that the online filing has been completed. This notification will initiate the review process. The firm cannot begin work for NYSDOT until a responsibility determination has been made by the Contract Management Bureau. If choosing one of the other options, a firm must print out and MAIL its original, notarized CCA-2 to NYSDOT’s Contract Management Bureau. Whichever format is used, all Attachments must be completed. A firm may use its own spreadsheets, but must provide all of the information requested. Either of the following may be substituted for an Attachment C: the firm’s corporate balance sheet (including any Accountant’s Notes or Reports referenced), or a copy of the Schedule L filed with its IRS Form 1120. Once all of the completed paperwork has been received, the approval process will begin. All responsibility checks must be completed by NYSDOT before a firm is approved to begin work. Questions regarding the CCA-2 may be directed to the Contract Management Bureau, Vendor Responsibility Unit at (518) 457-1564.

01100 L01/10/13

1 of 1

Per Contracts DQAB 6/5/09 Contracts 9/28/11, 8/30/12

72

D263237

SPECIAL NOTES Location Maps Landscape Development Notes R.O.W. Thruway Canal Funding Asphalt and Fuel Price Adjustments Specialty Items Other Special Notes Other Project Special Notes

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

03400 L09/04/14

Page 1 of 1

Per DQAB

D263237

SPECIAL NOTE TEMPORARY LANE CLOSURE RESTRICTIONS FOR MAJOR HOLIDAYS

73

(2016, 2017, 2018 & 2019) There shall be no temporary lane closures on roadway facilities owned and/or maintained by NYSDOT on the major holidays listed below. Exceptions can only be made under the following conditions:  Emergency work  Work within long-term stationary lane closures  Safety work that does not adversely impact traffic mobility and has been authorized by the Office of Traffic Safety & Mobility Construction activities that will result in temporary lane closures shall be suspended to minimize travel delays associated with road work for major holidays as follows: 2016 Labor Day - Monday, September 5. Thanksgiving Day - Thursday, Nov. 24. Christmas Day - Sunday, December 25. 2017 New Year’s Day - Sunday January 1. Memorial Day - Monday May 29. Independence Day - Tuesday July 4. Labor Day - Monday, September 4. Thanksgiving Day - Thursday, Nov. 23. Christmas Day - Monday, December 25. 2018 New Year’s Day - Monday January 1. Memorial Day - Monday May 28. Independence Day - Wednesday July 4. Labor Day - Monday, September 3. Thanksgiving Day - Thursday, Nov. 22. Christmas Day - Tuesday, December 25. 2019 New Year’s Day - Tuesday January 1. Memorial Day - Monday May 27. ED 15-002 3401h-S16E

Beginning 6:00 AM Friday, September 2 and ending 6:00 AM Tuesday, September 6. Beginning 6:00 AM Wednesday, November 23 and ending 6:00 AM Monday, November 28. Beginning 6:00 AM Friday, December 23 and ending 6:00 AM Monday, December 26. Beginning 6:00 AM Friday, December 30 and ending 6:00 AM Monday, January 2. Beginning 6:00 AM Friday, May 26 and ending 6:00 AM Tuesday, May 30. Beginning 6:00 AM Friday, June 30 and ending 6:00 AM Wednesday, July 5. Beginning 6:00 AM Friday, September 1 and ending 6:00 AM Tuesday, September 5. Beginning 6:00 AM Wednesday, November 22 and ending 6:00 AM Monday, November 27. Beginning 6:00 AM Friday, December 22 and ending 6:00 AM Tuesday, December 26. Beginning 6:00 AM Friday, December 29 and ending 6:00 AM Tuesday, January 2. Beginning 6:00 AM Friday, May 25 and ending 6:00 AM Tuesday, May 29. Beginning 6:00 AM Tuesday, July 3 and ending 6:00 AM Thursday, July 5. Beginning 6:00 AM Friday, August 31 and ending 6:00 AM Tuesday, September 4. Beginning 6:00 AM Wednesday, November 21 and ending 6:00 AM Monday, November 26. Beginning 6:00 AM Friday, December 21 and ending 6:00 AM Wednesday, December 26. Beginning 6:00 AM Friday, December 28 and ending 6:00 AM Wednesday, January 2. Beginning 6:00 AM Friday, May 24 and ending 6:00 AM Tuesday, May 28. Page 1 of 1

L 09/01/16

74

D263237

SPECIAL NOTE Applicable Standard Sheets

The “STANDARD SHEETS (US Customary Units) September 1, 2016 (Amended)” available at – https://www.dot.ny.gov/main/business-center/engineering/specifications/busi-estandards-usc - shall be considered the latest revisions of the standard sheets maintained by the Department for the purposes of this contract.

EB 16-035 3401i-S16E

Page 1 of 1

L 09/01/16

D263237

75

SPECIAL NOTE - Special Specification Pay Item Numbers The contractor’s attention is directed to the special specification pay item formats used in this contract. Special specification pay items may be presented in three different formats: Format 1.

Pay items for a special specification will have five digits to the left of the decimal point and up to six digits to the right of the decimal point. The two left-most digits represent the origin of the specification. Reference Standard Specification §101-02 Specifications.

Format 2.

Pay items for a special specification will have three digits to the left of the decimal point and up to eight digits to the right of the decimal. Spaces may appear in the third to sixth places after the decimal. The 7th and 8th digits to the right of the decimal will represent the origin of the specification.

Format 3.

Pay items for a special specification will have three digits to the left of the decimal point and up to eight digits to the right of the decimal. Dashes may appear in the third to sixth places after the decimal. The 7th and 8th digits to the right of the decimal will represent the origin of the specification.

Where items in this contract appear in multiple formats, the formats shall be equated to each other as illustrated below:

Format 1

Format 2

Format 3

xxxxx.xx xxxxx.xxxx xxxxx.xxxxxx

xxx.xx xx xxx.xxxx xx xxx.xxxxxxxx

xxx.xx----xx xxx.xxxx--xx xxx.xxxxxxxx

03402-Special L01/08/09

Specs

1 of 1

EB04-006

76

D263237 SPECIAL NOTES GREEN CONSTRUCTION REQUIREMENTS ULTRA LOW SULFUR DIESEL FUEL

In order to reduce diesel emissions, the Contractor shall use Ultra Low Sulfur Diesel (ULSD) fuel to operate all diesel engines used to complete the work that will operate for 10 hours or more on the contract site. ULSD fuel requirements shall apply to: •

All diesel engines/equipment.



Stationary and mobile equipment.



Owned, leased and rented equipment.

The hours the piece of equipment is used to complete the work is defined as the actual time the engine is running. The time may be continuous or discontinuous and includes warm-up periods idling, in traffic periods, etc. The term “Contractor” is intended to mean both Prime Contractors and Subcontractors. Materials delivery vehicles not owned by the Contactor/Subcontractor are exempt from this requirement, but should minimize idling time at construction sites when ever possible. The Contractor will be notified when any diesel powered construction equipment is in non-compliance. Noncompliance shall be corrected within a 24-hour period.

03411=Special L09/03/09

Notes

Page 1 of 3

EI 09-009

D263237

77

SPECIAL NOTES GREEN CONSTRUCTION REQUIREMENTS CONTROLLING EXPOSURE TO DIESEL EXHAUST The Contractor shall exercise measures to protect “Sensitive Receptors” from the impacts of diesel exhaust fumes. Sensitive Receptors include, but are not limited to: hospitals, schools, daycare facilities, building fresh air or ventilation intakes, elderly housing or convalescent facilities. The Contractor shall ensure that diesel powered engines are located away from building air conditioners and windows. The goal is to minimize exposure of Sensitive Receptors in close proximity to diesel exhaust, in terms of both concentration and time. In general, close proximity is defined as within 15 meters of a Sensitive Receptor. Mitigation techniques include positioning stationary equipment exhausts greater than 15 meters from Sensitive Receptors, extension of equipment exhausts through the use of flexible tubing; protecting building air intakes; and the use of moving operations. Idling time for diesel powered equipment shall be limited to three consecutive minutes for delivery and dump trucks and all other diesel powered equipment except as follows: •

When a “mobile source” (vehicle) is forced to remain motionless because of traffic conditions or mechanical difficulties over which the operator has no control.



When it is necessary to operate a loading, unloading or processing device.



When the outdoor temperature is less than - 3°C (27°F).



When the “mobile source” is being repaired.

Arrow panels and portable variable message signs shall be solar powered wherever possible or practical. Whenever possible and practicable, the Contractor shall establish staging areas for diesel powered vehicles waiting to load or unload materials at the work site. Such areas shall be located where diesel emissions have the least impact on Sensitive Receptors and the general public.

03411=Special L09/03/09

Notes

Page 2 of 3

EI 09-009

78

D263237 SPECIAL NOTES GREEN CONSTRUCTION REQUIREMENTS DUST CONTROL

The Contractor shall minimize dust from disturbed soil surfaces or other materials that can cause off-site damage, health hazards and traffic safety problems. Dusty conditions resulting from the Contractor's operations shall be corrected at no additional cost to the State. Buffer areas of vegetation should be left where practical. Water quality shall be considered when selecting materials for dust control. An approved dust palliative may be used in conformance with applicable conditions placed on its use. A list of acceptable dust palliatives is available at: www.nysdot.gov/divisions/engineering/technical-services/geotechnical-engineering-bureau/dust-palliatives . For areas not subject to traffic, products and materials may be applied or placed on soil surfaces to prevent airborne migration of soil particles, including: •

Vegetative Cover –provides the most practical method of dust control.



Mulch (including rolled erosion control products) –provides a fast, effective method of dust control.



Spray Adhesives –Generally composed of polymers in a liquid or solid form mixed with water to form an emulsion that is sprayed on the soil surface. The mixing ratios and application rates will be in accordance with the manufacturer’s recommendations for the specific soils on the site. Adhesives shall not be applied to wet soils or if there is a probability of precipitation within 48 hours.

For areas subject to traffic (traveling public or construction traffic) products and materials may be applied or placed on soil surfaces to prevent airborne migration of soil particles, including: •

Water Sprinkling – The site may be sprayed with water until the surface is wet. This is especially effective on haul roads and access routes.



Polymer Additives –Polymers shall be mixed with water and applied to the driving surface using mixing ratios and application rates in accordance with the manufacturer’s recommendations. No application of the polymer will be made if there is a probability of precipitation within 48 hours of its proposed use. Any polymers must be used in accordance with the NYSDEC issued “Conditions for Use” and “Application Instructions.” This information can be obtained from the NYSDEC website.



Barriers – Woven geotextiles or stone can be placed on the driving surface to effectively reduce dust throw and particle migration on haul roads.



Windbreak – A silt fence or similar barrier can control air currents at horizontal intervals equal to ten times the barrier height. Preserve existing vegetation that acts as a wind barrier as much as practical.



Wheel Washing – Mechanical or manual wet-method cleaning of on-road construction vehicle tires prior to leaving site.

03411=Special L09/03/09

Notes

Page 3 of 3

EI 09-009

D263237

79

SPECIAL NOTE Diesel Emission Reduction Act (DERA) Regulatory Compliance All Department Contractors and Subcontractors are made aware that Environmental Conservation Law (ECL) 19-0323 and New York State Department of Environmental Conservation (NYSDEC) regulation 6 NYCRR Part 248 Use of Ultra Low Sulfur Diesel (ULSD) Fuel and Best Available Retrofit Technology (BART) for Heavy Duty Vehicles requires 100% compliance beginning in 2010 for regulated heavy duty diesel vehicles working on all State awarded contracts. DERA is a requirement of ECL, not a contractual requirement of NYSDOT. NYSDEC is responsible for regulatory enforcement. NYSDOT is responsible for annual Regulatory Entity reporting. All Department Contractors and Subcontractors shall make determinations of regulatory applicability for vehicles in inventory used on active Department contracts beginning January 1st of every year. These determinations shall be based on the definition of Heavy Duty Vehicle (HDV) including on and off road diesel vehicles having gross vehicle weights in excess of 8,500 pounds, excluding vehicles that are exempt as defined in 6 NYCRR 248-1.1(b)(14). Contractors and Subcontractors shall also quantify ULSD fuel used by regulated vehicles beginning with active contract work January 1st of every year. An electronic copy of 6NYCRR Part 248 can be accessed at www.dec.ny.gov/regulations/56222.html. Electronic copies of the Regulated Entity Vehicle Inventory Form and the Regulated Entity and Contractors Annual Report Form can be accessed under Part 248 Use of Ultra Low Sulfur Diesel Fuel and Best Available Retrofit Technology for Heavy Duty Vehicles at the following link: www.dec.ny.gov/chemical/4754.html. DERA annual reporting by Department Contractors and Subcontractors shall be submitted to NYSDOT by April 1st of every year (all 2010 information to NYSDOT by April 1, 2011, all 2011 information to NYSDOT by April 1, 2012, etc.). Beginning in 2011the following numbered 2010 information shall be submitted: 1. 2. 3.

Contact information including firm name, contact person, phone number and e-mail Annual total quantity of ULSD fuel used by covered vehicles on NYSDOT contracts Annual fleet information for covered vehicles on NYSDOT contracts as provided in the following table:

-Number of on-road HDVs as defined in 248-1.1(b)(14) of 6NYCRR Part 248 -Number of off-road HDVs as defined in 248-1.1(b)(14) of 6NYCRR Part 248 -Number of bi-fuel HDVs as defined in 248-1.1(b)(3) of NYCRR Part 248 -Number of inventoried HDVs retired from your fleet prior to end of reporting year and not replaced -Number of Alternative-fuel vehicles as defined in 248-1.1(b)(2) of NYCRR Part 248 -Number of HDVs that have been repowered/replaced with 2007 USEPA Diesel certified engines -Number of HDVs that have been retrofitted with a USEPA or CARB approved device prior to 2/12/07 -Total number of regulated vehicles subject to BART requirements -Total number of regulated vehicles with a BART device -Number of NYSDEC approved waiver HDVs -Total number of compliant vehicles

-Percentage of fleet meeting BART requirements as per 248-3.1(e) of 6NYCRR Part 248 Electronic mail submissions to [email protected].

03412=Special L09/02/10

Note

Page 1 of 1

EI10-007

80

D263237 SPECIAL NOTE OPTIONAL USE OF WARM MIX ASPHALT (WMA) TECHNOLOGIES

The contractor has the option of using an Approved WMA Technology in the production of all 402, Hot Mix Asphalt (HMA) items, except SUPERPAVE HMA with Ice Retardant items, Waterproofing Bridge Deck HMA items, and Paver-Placed Surface Treatment items, at no additional cost to the State. If the contractor chooses to use a WMA technology, the provisions of §401 and §402 shall apply including the following: Use an approved technology appearing on the Approved List for Technologies for Warm Mix Asphalt. Design a mixture using a WMA Technology in accordance with MM 5.16, Superpave Hot Mix Asphalt Mixture Design and Mixture Verification Procedure. At a minimum, a one point verification of the mixture’s volumetric properties is acceptable for the following situations: • When the WMA mix design is based on an existing Production Status HMA mix design. • When the WMA mix design is based on, and utilizes a different WMA technology than, an existing Production Status WMA mix design. Comply with the latest manufacturer’s “Production, Testing, and Compaction Details” from the Approved List for incorporating the WMA technology. Test specimens may be made from plant produced or laboratory prepared WMA. Test specimens must be made from plant produced WMA if adding the WMA technology in the lab does not simulate the production process. The Regional Materials Engineer (RME) may require a State representative be present during the fabrication and testing. Submit the WMA design to the RME for review and verification at least 14 calendar days before production, including: • Name of WMA technology and the target dosage rate. • If using an additive other than water, o Submit a MSDS for the additive. o Submit either enough of the additive for the laboratory mix design verification, or the additive pre-blended in the PG Binder at the correct dosage. If the additive is not preblended into the PG Binder, include directions for properly incorporating the additive into the laboratory made mixture. • Prior to the submission of any mix design, contact the RME to determine if there is an increased concern regarding the mixture’s moisture susceptibility based on the WMA technology and/or the type of aggregate being used, or the performance of similar mixes. The RME may require AASHTO T 283 moisture susceptibility test results, meeting a minimum Tensile Strength Ration (TSR) of 80%, as part of the mix design submission. Submit Production Quality Control Plan revisions incorporating the WMA technology if not previously submitted. For 80 Series Compaction Method, complete all breakdown roller passes before the mat temperature falls below 230° F, unless approved by the Director, Materials Bureau. When the asphalt mixture is being placed over a Sheet-Applied Waterproofing Membrane, maintain a minimum delivery temperature in accordance with the Material Detail Sheets prepared by the membrane manufacturer. 03430=2008:401,402 L09/06/12

Page 1 of 1

EI12008

D263237

81

HMA WITH CRUSHED GLASS SCOPE. This specification covers the requirements for the addition of crushed glass to hot mix asphalt mixtures. The provisions of Section 402 - Hot Mix Asphalt (HMA) Pavements applies except that the Contractor has the option of blending of the crushed glass in the following mixes: 37.5 HMA Base Course 25.0 HMA Binder Course 19.0 HMA Binder Course Truing and Leveling Course If Contractor chooses the crushed glass option, the following modifications to the Standard Specifications shall apply: MATERIAL REQUIREMENTS Crushed glass shall be subject to the approval of the Regional Materials Engineer prior to its use. The crushed glass shall contain no more than 1% (by weight) contaminants and shall meet the following gradation: Sieve Size

Percent Passing

3/8 inch

100

1/4 inch

90-100

No. 30

0-20

Note: The gradation requirements may be modified upon approval by the Regional Materials Engineer. Crushed glass may be included in the mixture up to 5%, maximum, of the total aggregate weight. The crushed glass, aggregate, and Performance-Graded Binder (PGB) shall meet the requirements specified in the Standard Specification §401-2.01 Hot Mix Asphalt Designs and §401-2.04 Performance-Graded Binder. CONSTRUCTION DETAILS The crushed glass shall be proportioned from a separate feed bin approved by the Regional Materials Engineer. In addition, all requirements pertaining to aggregate shall apply to crushed glass including the equipment requirements for automatic proportioning and recording as stipulated for aggregate in §401-3.08. METHOD OF MEASUREMENT. The provisions of §401-4 and §402-4, Method of Measurement, shall apply. BASIS OF PAYMENT. The provisions of §402-5, Basis of Payment, shall apply.

03440=402 L07/11/02

L07/11/02, L09/06/07, L09/01/15

Page 1 of 1

82

D263237

USE OF RECLAIMED ASPHALT SHINGLES (RAS) IN THE PRODUCTION OF ASPHALT MIXTURES DESCRIPTION. The provisions below cover the use of Reclaimed Asphalt Shingles (RAS) in the production of asphalt mixtures. Sections 401 and 402 of the NYS Standard Specifications apply except as modified herein. MATERIAL REQUIREMENTS The Contractor has the option of using the following: • •

Manufactured Waste (MW) RAS may be used in shim, base, binder, and top courses (excluding 6.3 HMA Top Course, Waterproofing Bridge Deck Overlay, and Ice Retardant mixtures). Post Consumer Waste (PCW) RAS and may be used in shim, base and binder courses.

The RAS must be stockpiled at the plant facility and shall be subject to the approval of the Regional Materials Engineer (RME) prior to its use. RAS shall meet the following requirements: • • • •

Shall be from a source that has obtained a beneficial use determination (BUD) from the NYS Department of Environmental Conservation (DEC) as specified in 6 NYCRR 3601.15. Shall be certified to be asbestos free. Shall be completely free of nails. In addition, it shall contain no more than 1% by weight of other deleterious materials such as glass, wood, plastic, etc. Shall meet the following gradation: Sieve Size ¼ inch (6.3 mm) #4 (4.75 mm) #8 (2.36 mm) #16 (1.18 mm) #30 (0.600 mm) #50 (0.300 mm) #100 (0.150 mm) #200 (0.075 mm)

Percent Passing Min. Max. 100 90 100 75 90 50 70 30 55 15 40 5 25 15

The maximum RAS allowed in the mixture is 2% by weight of the total mixture. A Control Plan for using shingles in HMA shall be developed and submitted to the Regional Materials Engineer detailing the control and testing of the stockpiles. RAS shall be uniformly blended with RAP to reduce clumping and must be stockpiled separate from other stockpiles. Other methods of reducing RAS clumping can be utilized with the approval of the RME. Rejuvenator. A rejuvenator shall be added to PCW RAS using a pugmill or similar equipment to pre-blend and stockpile the rejuvenated PCW RAS. Alternatively, a spray system may be used 03445 =401,402 L09/01/15

Page 1 of 2

D263237

83

USE OF RECLAIMED ASPHALT SHINGLES (RAS) IN THE PRODUCTION OF ASPHALT MIXTURES to spray the rejuvenator onto the PCW RAS prior to its introduction into the plant mixer. The rejuvenator shall meet the requirements of ASTM D 4552, Standard Practice for Classifying Hot-Mix Recycling Agents. Other liquid products or methods which facilitate softening of the PCW RAS binder may be used with the approval of the Regional Materials Engineer. The application rate shall be as recommended by the rejuvenator supplier. Mixture Design. Prior to production of the HMA, the mixture design shall be developed to meet all the requirements in the latest Materials Method (MM) 5.16, Hot Mix Asphalt (HMA) Mixture Design and Mixture Verification Procedures, available on the Department’s website. The mixture design shall also meet the performance test criteria listed in the table below. The testing must be performed by an AASHTO Materials Reference Laboratory (AMRL) approved laboratory that has the capability of performing these tests. When RAS is used in conjunction with RAP, the total percentage of reclaimed material shall not exceed the maximum of 20% for Top Course and Binder Course, and 30% for Base Course currently allowed under the specifications during the production of HMA. Mixture Performance Test Requirements Tests Dynamic Modulus, AASHTO TP 79 Flow Number, AASHTO TP 79 Flexural Beam Fatigue, AASHTO T 321, 750µ-Strains Overlay Tester, TxDOT TEX-248F

Specification Criteria Report 200, min. 10,000 cycles, min. 300 cycles, min.

Reclaimed PG Binder Ratio: The ratio of reclaimed PG binder from the RAP and RAS to the total PG binder content shall not exceed 0.2. CONSTRUCTION DETAILS The provisions of Section 401 and Section 402 apply except that the RAP/RAS stockpile shall be tested at a frequency of at least once per day of production to determine the asphalt content and the gradation of the combined reclaimed material.

03445 =401,402 L09/01/15

Page 2 of 2

84

D263237 BRIDGE (BIN) PLATE

One Bridge Identification Number (BIN) plate will be required for each bridge in this contract. For each bridge there may, or may not, be an existing BIN plate. Therefore, one of the following conditions will exist with regard to BIN plates for any particular structure: Condition No. 1. A BIN plate is attached to the structure but the nature of the work to be done does not require its removal. Condition No. 2. A BIN plate is attached to the structure and the nature of the work to be done requires its removal. Condition No. 3. A BIN plate is attached to the structure and is defaced, or otherwise damaged or incorrect. Condition No. 4. A BIN plate is not attached to the structure. Under Condition No. 1. the Contractor's sole obligation shall be to protect the plate from damage during the course of the work. Under Condition No. 2. the Contractor shall be required to remove and store the BIN plate until such time as the BIN plate may be reinstalled without danger of damage. This requirement shall also apply if the BIN plate is being transferred from an existing abandoned bridge to a new in-service bridge. The Contractor shall furnish all necessary expansion anchors. Under Condition No. 3. the Contractor shall be required to furnish and install a new BIN plate, and remove the damaged BIN plate. The Contractor shall furnish the panel with reflective background, numerals and expansion anchors. IF the BIN number cannot be deciphered the Engineer will supply the number. Under Condition No. 4. the Contractor shall be required to furnish and install a BIN plate on the completed structure. The Engineer will supply the Bridge Identification Number. The Contractor shall furnish the panel with reflective background, numerals and expansion anchors. Regardless of which condition governs the BIN plate installation, should damage occur to the BIN plate and the Engineer determines it cannot be repaired, the Contractor shall furnish a new plate consisting of the panel with reflective background, numerals, and expansion anchors at no expense to the State. If the Engineer determines the BIN plate may be repaired, repair shall be done at no expense to the State. This requirement applies to all four conditions. The material requirements for the three parts of the BIN plate are: Panel with reflective background. The aluminum panel and reflective background shall conform to the material and fabrication requirements of Material Specification 730-01, Aluminum Sign Panels. The 03450 L 10-19-95

Page 1 of 2

08-23-95, 06-12-07 01-28-10, 09-01-15

D263237

85

BRIDGE (BIN) PLATE background material shall be green reflective sheeting conforming to Materials Specification 730-05.01 (Class A Sheeting). The size of the panels shall be 1/8 inch thick by 3 inch by 12 inch. The panels shall have two 5/16 inch drilled or punched holes for mounting, located 1/2 inch from the ends of the panel and 1 1/2 inch from the top or bottom of the panel. The reflective sheeting used to form the background shall be a minimum of 3 inches wide by 10 inches long, or may be a full 12 inches long. Numbers. The numbers shall be reflective sheeting conforming to Materials Specification 730-05.01 (Class A Sheeting), except that the adhesive shall be pressure-sensitive such that the numbers can be applied to the background in the field. The numbers shall be 2 inches high and silver-white in color conforming to FHWA series C dimensions. Prior to placing the cutout numbers on the panel, the reflective background shall be clean and free of dirt and oil which may adversely affect proper adhesion. The numbers shall be placed on the reflective background, perpendicular to the longitudinal axis of the panel, and vertically centered. The reflective background and numbers shall be coated and/or edge sealed in accordance with the recommendations of the sheeting manufacturer. Expansion Anchors. 1/4 inch diameter by 1 1/2 inch long stainless steel nail drive expansion anchors meeting GSA Specification A-A-1922 shall be used to attach the BIN plates to concrete and masonry surfaces. The BIN plates shall be attached to the beginning abutment of the bridge using expansions anchors. The plate shall be placed high on the abutment, near the fascia of the bridge. The cost of this work shall be included in the various items of the contract.

03450 L 10-19-95

Page 2 of 2

08-23-95, 06-12-07 01-28-10, 09-01-15

86

D263237

US CUSTOMARY FUEL PRICE ADJUSTMENT

FUEL PRICE ADJUSTMENT1 CONVERSION FACTORS MATERIAL DESCRIPTION Unclassified Excavation

ITEM NUMBER2

CONVERSION FACTOR 0.35 gal/yd3 3

203.02

Embankment

0.10 gal/yd

Fill

0.45 gal/yd3

203.05, 203.06, 203.07, 203.08xx, 203.20, 203.21, 203.25

Controlled Low Strength Material

1.00 gal/yd3

204.01, 204.02, 204.03, 204.04

Trench/Culvert/Structure Excavation Bituminous Stabilized Course Sub-base Course

203.03, 620.xx

0.50 gal/yd

3

206.01, 206.0201

1.40 gal/yd

3

302.01, 307.01

1.00 gal/yd

3

304 Items

Hot Mix Asphalt

2.50 gal/ton

402 Items3, 405.01, 608.0201023, 619.06014, 624.02xxxx3,4, 633.143,4, 633.153,4, 633.163,4

Milling

0.10 gal/yd2

490 Items

Portland Cement Concrete Pavement

1.00 gal/yd3

502 Items3, 503.1010, 503.1011, 503.1012

Fill Type Retaining Walls

0.45 gal/yd3

554.30xx5, 554.315, 554.4x5

Footing Concrete & Concrete for Structures - All classes

1.00 gal/yd3

555 Items, 582.05

Approach Slabs

0.33 gal/yd2

557.2001, 557.2002, 557.2003, 557.2009, 557.22

Structural Slabs with bottom formwork

0.25 gal/yd2

557.01xx, 557.07, 557.30

Structural Slabs - no bottom formwork

0.15 gal/yd2

557.05xx, 557.09

Class D Concrete

0.05 gal/yd2

557.13, 584 Items

Concrete Barrier, Type A

0.16 gal/ft

606.3001, 606.3021, 606.3031

Concrete Barrier, Type B

0.19 gal/ft

569.01, 606.3002, 606.3022, 606.3032

Concrete Barrier, Type C

0.22 gal/ft

606.3003, 606.3023, 606.3033

Concrete Barrier, Half Section

0.11 gal/ft

569.02, 606.3004, 606.3024, 606.3034

Concrete Median Barrier, Single Slope

0.23 gal/ft

569.05, 606.3041, 606.3043, 606.3044

Concrete Median Barrier Wide, Single Slope

0.28 gal/ft

606.3051, 606.3053, 606.3054

EB 15-010 03520E

Page 1 of 2

L 09/01/2015

D263237

87

US CUSTOMARY FUEL PRICE ADJUSTMENT

FUEL PRICE ADJUSTMENT1 CONVERSION FACTORS MATERIAL DESCRIPTION Concrete Barrier Half Single Slope

0.17 gal/ft

Vertical Faced Concrete Parapet

0.10 gal/ft

Gravel, Stone, Slag Concrete Sidewalks and Driveways Topsoil

ITEM NUMBER2

CONVERSION FACTOR

569.04, 606.3061, 606.3063, 606.3064 569.03

1.00 gal/yd

3

411.01, 411.02, 411.03, 623.1x

1.00 gal/yd

3

608.01xx

0.45 gal/yd

3

610.10, 610.11xx, 610.14xx

Notes: 1. In accordance with Standard Specification §698-3.02, the index value for the fuel price adjustment is the posted price for the month of bid letting. 2. Item Number - This is the contract pay item number under which these materials are most frequently paid. Unless indicated otherwise, materials similar to those indicated under the column entitled “Material Description” are also eligible for adjustment using the factor listed for a similar material with the same pay units regardless of the actual contract pay item number. 3. Quality Adjustment Items (402/502/608/624) are not eligible for fuel price adjustment. 4. Fuel Price Adjustment Conversion Factor based on units of TONS of asphalt placed, not the pay units of this item. 5. Fuel Price Adjustment Conversion Factor based on units of CY of backfill paid under this item, not the pay units of this item.

EB 15-010 03520E

Page 2 of 2

L 09/01/2015

88

D263237

US CUSTOMARY ASPHALT PRICE ADJUSTMENT

ASPHALT PRICE ADJUSTMENT1 CONVERSION FACTORS MATERIAL DESCRIPTION

ITEM NUMBER2

CONVERSION FACTOR

Bituminous Stabilized Course

0.065 t PGB/yd3

302.01

Asphalt Treated Permeable Base, Type 1

0.030 t PGB/t

402.010902

Asphalt Treated Permeable Base, Type 2

0.035 t PGB/t

402.011902

Shim Course

0.0825 t PGB/t

402.058902

6.3 SUPERPAVE HMA

0.067 t PGB/t

402.068xxxx8 RR

9.5 SUPERPAVE HMA

0.062 t PGB/t

402.09xxxx

12.5 SUPERPAVE HMA

0.055 t PGB/t

402.12xxxx

19 SUPERPAVE HMA

0.049 t PGB/t

402.19xxxx

25 SUPERPAVE HMA

0.045 t PGB/t

402.25xxxx

37.5 SUPERPAVE HMA Paved Placed Surface Treatment, Types A, B, and C

0.040 t PGB/t

402.37xxxx

0.064 t PGB/t

415.01xxyy03

Micro-Surfacing, Quick-Set Slurry

0.078 t PGB/t

Straight Tack Coat

0.0026 t PGB/gal

Asphaltic Sealants (ASTM 6690)

0.0027 t PGB/gal

Chip Seal

0.0027 t PGB/gal

410.102102 RR, 410.103102 RR, 410.104102 RR, 410.202302 RR, 410.203302 RR 407.0103 402.75xx RR, 402.76xx RR, 402.76020018 410.0105006, 410.07

Asphalt Emulsion for Cold Recycling

0.0027 t PGB/gal

416.02xx

Fog Seal and Dilute Tack Coat

0.0016 t PGB/gal

407.0102, 416.04, 410.0106006

PG Binder for Cold Recycling

0.0043 t PGB/gal

416.03

Asphaltic Sealant – Clean & Seal

0.225 t PGB/LNMI

402.76030008, 412.76030001

Asphaltic Sealant – Treating Cracks

0.240 t PGB/LNMI

412.76040001

Asphaltic Sealant – Rout & Seal Repair of HMA Pavement, Temporary Asphalt True and Leveling, Asphalt Sidewalks, Driveways, Bike Paths, Gutters

0.270 t PGB/LNMI

402.76010008

See Note 4

633.14, 633.15, 633.16, 619.06xx

See Note 5

402.017902, 402.01890xxx, 608.020102, 624.02xx

EB 15-010 03530E

Page 1 of 2

L 09/01/2015 Rev. 9/17/15

D263237

US CUSTOMARY ASPHALT PRICE ADJUSTMENT

89

ASPHALT PRICE ADJUSTMENT1 CONVERSION FACTORS Notes: 1. In accordance with Standard Specification §698-3.01, the index value for the asphalt price adjustment is the average posted price of Performance Graded Binder (PGB) for the month of bid letting. 2. Item Number - This is the contract pay item number under which these materials are most frequently paid. Unless indicated otherwise, materials similar to those indicated under the column entitled “Material Description” are also eligible for adjustment using the factor listed for a similar material with the same pay units regardless of the actual contract pay item number. 3. Quality Adjustment Items (402/608/624) are not eligible for asphalt price adjustment. 4. Asphalt Price Adjustment Conversion Factor based on units of TONS of asphalt placed, not the pay units of this item. The conversion factor for HMA Pavement Repair and Temporary Asphalt will be based on the actual asphalt mixture used. 5. The conversion factor for Truing and Leveling, Driveways, and other items that allow asphalt mix options, will be based on the actual mixtures used. 6. A two digit suffix (RR) at the end of a contract pay item indicates a special specification. 7. The conversion factors for HMA mixed with slag shall be increased by 25%. 8. t = tons

EB 15-010 03530E

Page 2 of 2

L 09/01/2015 Rev. 9/17/15

90

D263237 PIN 0809.32 SPECIAL NOTE

COORDINATION WITH THE UTILITY SCHEDULE The State Contractor shall coordinate his schedule of operations with the various involved utility owners and shall verify contract document utility information. Utility adjustments and relocations for Bridge Location #1, Nassau Road over the Southern State Parkway, which will be performed by either the State Contractor or by the utility company, as noted in the contract plans. Utility adjustments and relocations for Bridge Location 1 are shown on the "Proposed Plans & Sections”, which comprise the "ST1" contract drawings (See Utility Coordination Plan Dwg ST1-21) and are further described below. It should be noted that utility facility adjustments and/or relocations are not anticipated at Bridge Locations #2 thru #9: LIE (I-495) & SOBE (NY135) Bridges. However, the Contractor is alerted to the fact that there is an existing 8” PE Gas Main located on the eastside Woodbury Road, under the Location #8 LIE Bridge. The Contractor shall verify the location of this gas main, which could impact the selection of jacking methods for the bridge bearing replacement. There are also overhead electric lines which go over the LIE / Woodbury Road Bridge. If the Department determines that utility facility work is necessary at these locations, than the provisions of Section 102-03 Cooperation between Contractors (Other Contracts, Coordination and Access) shall apply. Any such adjustments and/or relocations will be performed by the Utility Owners and/or the state contractor upon direction by the State Engineer-In-Charge. Suitable time frames for these additions shall be coordinated between the State, the Contractor, and the affected Utility. Location #

BIN #’s

Bridge Location / Description

1 2 3 4

1059540 & 1520260 1048999 1049179 1057110 & 1050480 1057180, 1049181, 1049182 & 1049183 1049219 1037959 1049229 1049279

Nassau Road over SSP (Concrete Arch) LIE over Lakeville Road (Rigid Frame / Box Beam) LIE over WB NSP Ramp (Steel Stringer) EB LIE Ramp over Marginal Road (Steel Stringer) and over NSP (Rigid Frame)

5 6 7 8 9

LIE Mainline & Service Roads over LIRR (Steel Stringer) LIE over Gateway Drive (Rigid Frame / Box Beam) SOBE / NY135 over LIE (Rigid Frame) LIE over Woodbury Road (Steel Stringer) LIE over Washington Avenue (Rigid Frame)

The State Contractor shall become familiar with all provisions of Section 107-07, “Protection of Underground Facilities” of the Standard Specifications. The State Contractor shall use the necessary precautions to prevent damage to pipes, conduits, and other underground facilities. All costs associated with verification of the location of underground facilities pursuant to 16 NYCRR 753 Protection of Underground Facilities, as amended, shall be included in the prices bid for the respective contract items involved. The State Contractor’s attention is directed to Section 107-05 J, “Electrical Safety”, of the Standard Specifications with regard to construction operations that could cause employees or the vehicles or equipment they are operating to come into contact with (“direct contact”) or enter into dangerous proximity to (“indirect contact”) energized electrical systems. Electrical systems shall be assumed to be energized high voltage until verified otherwise by the Utility. The State Contractor shall identify and reference all potential electrical hazards and document such actions to the Engineer as part of the Project Safety and Health Plan. All affected utilities shall note that any PIN 0809.32 proposed work within the various location sites must be completed by the State Contractor within sixteen (16) months of NYSDOT’s issuance of the “Notice to Proceed”. This (16) month time-frame includes any utility work required at Location #1 Nassau Road over Southern State Parkway Bridge in Hempstead, as described below in this special note. This utility work will be performed by the respective utility companies.

1 of 4

D263237

91

All utility company forces and/or their subcontractors shall conduct their operations to ensure the safety and convenience of travelers and abutting property owners as well as the safety of all workers on the contract. Travelers include, but may not be limited to motorists, motorcyclists, bicyclists, and pedestrians. All utility company forces and/or their subcontractors shall maintain public access to intersecting roads, business establishments, adjacent property, bus stops and transportation facilities for vehicles, pedestrians, and bicyclists. Additionally, while performing their work, all utility company forces and/or their subcontractors shall provide and maintain accommodations for safe pedestrian passage on at least one side of the roadway at all times, unless other temporary pedestrian accommodations are approved by the Engineer.

Utility Poles and Overhead Utility Facilities: LIPA, Cablevision, Lightower, INFORM & Lighting

Nassau Road / SSP The Contractor’s attention is directed to the Nassau Road Bridge Location 1, where there are two LIPA utility poles which are in direct conflict with the proposed parapet reconstruction and guiderail installation. These poles (88.5-50-P & 90-40-P) carry overhead electric and communication lines which are directly above the proposed parapet work area on the west side of the bridge. The overhead facilities include LIPA high voltage lines, primary electrical distribution lines and secondary power lines, and the pole locations are shown on the Utility Coordination Plan (Dwg ST1-21). The utility pole relocations will be by LIPA Forces and are anticipated to take approximately 3 to 4 weeks. Overhead pole line facility relocations will require coordination between the Contractor and all of the companies attached to the poles. This includes: LIPA, Cablevision, Lightower and INFORM Fiber. LIPA will set the new poles and transfer the primary electrical distribution lines and secondary power lines to them. LIPA will then notify the next third party company that they may relocate / transfer their lines to the new poles. Each third party company must notify LIPA when they are completed, to ensure the next third party company may begin their relocation. LIPA will require 1 week to remove the old poles; after all of the third party transfers are completed. Cablevision and Lightower plus the NYS INFORM Maintenance Contractor will be responsible for transferring their facilities onto the new poles (This could be completed in 2 to 3 weeks – 1 week for each third party company + INFORM). LIE / Woodbury Road The contractor’s attention is alerted to the fact that LIPA is currently in the process of removing a temporary placement of a neutral cable along the pedestals of the end abutment. The contractor may not have access to this location to begin repair work till July, 2017, at which time LIPA work is anticipated to be corrected.

Overhead Electrical Facilities The State Contractor must maintain a minimum 15’ vertical clearance from all high voltage lines and a minimum 10’ clearance from all secondary power lines (or the current OSHA and National Electric Codes). The State Contractor shall perform all contract work in a skillful manner with due regard to the safety and health of the employees and of the public. The State Contractor shall become familiar with all overhead electrical facilities within the project limits, in addition to all overhead utilities. The State Contractor shall notify LIPA a minimum of seventy-two (72) hours in advance of any proposed work in which construction equipment (cranes, excavators, etc.) will be operating within the distances discussed above to LIPA overhead facilities. This notice is to allow LIPA adequate time to plan to have representatives present during construction. LIPA will determine if there is a need to temporarily de-energize or furnish insulating components for their existing primary and secondary overhead facilities.

National Grid (Natural Gas Distribution Facilities) There is an existing 4” PE gas main which lies within the excavation limits and is in direct conflict with

2 of 4

92

D263237

the proposed parapet reconstruction. National Grid is responsible for relocating the 4” gas main from the west sidewalk to the east sidewalk as shown on the Utility Coordination Plan (Dwg ST1-21) and is expected to take 4 weeks. The Contractor shall stage the east side of the bridge first to accommodate the proposed National Grid gas main. The Contractor shall take extreme caution during his sidewalk excavation operation and make every effort to avoid, maintain, support and protect these gas mains. Prior to excavating within six (6) feet of any gas main within the project limits, the State Contractor shall notify National Grid seventy-two (72) hours in advance, so that National Grid can arrange to have representatives present during the operation.

Underground Verizon Facilities At Nassau Road the proposed bridge parapet reconstruction work will be in close proximity to existing underground Verizon telephone facilities. There are 10 existing telephone ducts beneath the sidewalk , located ± 6’ off of the west curb line of the bridge (ie: seven transite ducts and three creosoted wood conduits). The State’s Contractor is directed to the proximity of these telephone ducts with the proposed parapet, curb and sidewalk reconstruction on the west side of the bridge. The Contractor shall make every effort to avoid, maintain, support and protect these underground conduits, which are in close proximity with structural reinforcing bars that will be drilled and grouted into the bridge deck. These locations are shown on the “Proposed Plans & Sections” and on the Utility Coordination Plan (Dwg ST1-21).

Nassau County Department of Public Works (NCDPW) The Contractor’s attention is directed to the existing NCDPW traffic signal interconnect steel conduit beneath the west sidewalk of Nassau Road over Southern State Parkway (Location 1). No direct conflict exists however; this conduit lies within the excavation limits of the proposed parapet and sidewalk reconstruction, on the west side of the bridge (ie: On-top of the existing telephone ducts). The Contractor shall make every effort to avoid, maintain and protect these underground traffic signal interconnect conduit and adjacent pull boxes on either side of the bridge. However, there is a Nassau County DPW Traffic Signal Terminal Cabinet located at the southeast wingwall which lies within the excavation limits and is in direct conflict with the proposed parapet reconstruction and guiderail installation. The Contractor is responsible for the relocation of this cabinet and associated tie-in work.

General The above time periods do not apply to any corrective work to repair damage done by the State Contractor to existing utility facilities. Those repairs may require time beyond those mentioned above. Also, all time periods are exclusive of frost periods and may be further extended if other natural deterrents occur that the Engineer judges to justify such extension. In addition to the above listed utility relocations, others may become necessary during the construction phase as a result of more precise location data or other changes that might develop. These relocations are to be performed by the utility companies coordinating with the State Contractor. These additions are not subject to the above mentioned time frames and the actual time frame is to be determined by the Engineer considering the utility companies’ scheduling. All known existing public and private utility lines within or adjacent to the site of the work are shown in their approximate locations on the contract plans. The State Contractor is cautioned that these locations are not guaranteed, nor is there a guarantee that all such lines in existence have been shown on the plans. The State Contractor is referred to the provisions of the General Specifications that govern his

3 of 4

D263237

93

responsibility for the protection and support of all utilities facilities encountered during his work. The State Contractor shall conduct his operations as to prevent damage to such facilities. He shall make such explorations as may be necessary to determine the dimensions and locations of lines that may be subject to damage. Notification to the various owners of facilities shall be given in accordance with New York State Industrial Code 753. The State Contractor shall make good any damage to those utilities caused by his operations. If the nature of the damage is such as to endanger the satisfactory operations of the utilities and the necessary repairs are not immediately made by the State Contractor, the work may be done by the respective owning companies and the cost thereof charged against the State Contractor. Prior to the commencement of construction, the State Contractor shall meet with all the known public and private utility companies occupying the work site. The State Contractor shall, at this meeting, inform the utility companies of his schedule of operations and so coordinate his work with these companies. In order for the utility companies to properly confirm to a conflict exist between the proposed work and the existing utility, the State Contractor shall provide a markout of the proposed drainage improvements. The State Contractor shall coordinate this markout so that it is available to the utility companies in a timely manner. The State Contractor will be responsible to maintain this markout once it has been made. The cost of this markout by the State Contractor shall be included in the price bid for Item 625.01, Survey Operations.

4 of 4

94

D263237 FOR SUPERPAVE HOT MIX ASPHALT COURSES SPECIAL NOTE ATTENTION FOR ALL SUPERPAVE HOT MIX ASPHALT ITEMS REQUIRING 50, 60 OR 70 SERIES COMPACTION TEST: The Contractor should be aware that this is a performance-related specification in which the Contractor is responsible for compacting the pavement within a specified density range. The Contractor must be prepared to select, operate, and control the paving and compaction equipment, to monitor the results, and to make necessary adjustments (without direction from the Engineer) to achieve the specified density results. Written instructions for determining pavement density and core locations are available from the Regional Materials Engineer or the Director, Materials Bureau.

D263237

95

SPECIAL NOTE PG BINDER AND MIX DESIGN LEVEL Requirements of this note apply to all Section 402 and Section 404 Asphalt (HMA and WMA) items in this contract, excluding Item 402.90710208, where a more stringent asphalt binder requirement is specified. PG BINDER Use a PG 64H-22 (High) meeting the requirements of AASHTO M 332, Standard Specification for Performance Graded Asphalt Binder using Multiple Stress Creep Recovery (MSCR), for the production of hot mix asphalt mixtures for this project. Terminal Blend Crumb Rubber modifier may be used for this PG binder. When terminal blend CRM PG binder is used, the following shall apply: • Crumb rubber particles shall be finer than #30 sieve size. • The CRM PG binder shall be storage-stable and homogeneous. • The Dynamic Shear Rheometer (DSR) shall be set at 2-mm gap. • The CRM PG binder shall be 99% free of particles retained on the 600 µm sieve as tested in accordance with Section 5.4 of M 332. Use of poly-phosphoric acid (PPA) to modify the PG binder properties is prohibited for mixtures containing limestone, limestone as an aggregate blend component, limestone as a constituent in crushed gravel aggregate, or recycled asphalt pavement (RAP) that includes any limestone. This prohibition also applies to the use of PPA as a crosslinking agent for polymer modification. MIX DESIGN The mixture designs must be developed in accordance with the criteria specified in the HMA items that are appropriate for an Estimated Traffic Level of 55 when tested at 76°C. PG binder must be modified with Styrene-Butadiene (SB), Styrene-Butadiene-Styrene (SBS), Styrene-Butadiene-Rubber (SBR), or Terminal Blend Crumb Rubber Modified asphalt formulations.

Page 1 of 6

07/02/2015

130

D263237

ITEM 402.90710208 ITEM 402.90720208 ITEM 402.90730208

F1 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION F2 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION F3 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION

The PG binder must be storage-stable and homogeneous. When Terminal Blend Crumb Rubber Modified (CRM) binder is used, the initial crumb rubber particles used for modifying the binder must be finer than #50 sieve and the particles retained in 250-micron sieve shall be no more than 3% by weight of PG binder. The minimum PG binder content shall be 7.25% by weight of the total mixture. Alternatively, Contractor may use a concentrated Thermoplastic Polymeric asphalt modifier, which is added as a dry ingredient during the hot mix asphalt production process. The manufacturer of the Thermoplastic Polymeric asphalt modifier shall provide certification and Data Sheet indicating the MSCR grade of the PG binder combined with the Thermoplastic Polymeric asphalt modifier. When this process is selected, use PG 64S-22 or higher regardless of the project location. The minimum virgin PG Binder content for this process shall be 5% and the minimum Thermoplastic Polymeric modifier shall be 2.25%, both by weight of the total mixture. In addition, the PG Binder must meet the following requirements: Upstate. The use of polyphosphoric acid (PPA) to modify PG binder properties is prohibited. This prohibition also applies to the use of PPA as a cross-linking agent for polymer modification. “Upstate” is defined as all other counties not listed in “Downstate”. Downstate. The use of PPA modified PG binder is prohibited for mixtures containing limestone, limestone as an aggregate blend component, or limestone as a constituent in crushed gravel aggregate. This prohibition also applies to the use of PPA as a cross-linking agent for polymer modification. “Downstate” is defined as the counties of Orange, Rockland, Putnam, Westchester, Nassau, Suffolk, and the City of New York. 4. Mixture Design. Formulate and submit a WBDO mixture design to the Regional Materials Engineer (RME) at least 3 weeks prior to construction of this mixture. The design must satisfy the design criteria outlined in Table 2, WBDO Mixture Design Criteria, and this specification. Placement of this mixture will not begin until the design has been reviewed and accepted by the RME. Submit a one quart sample of the PG binder used for the design and the certified test results from the PG binder supplier with the final mixture design for verification. Placement of this mixture will not begin until the design has been reviewed and accepted by the RME.

Page 2 of 6

07/02/2015

D263237 ITEM 402.90710208

131

F1 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION F2 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION F3 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION

ITEM 402.90720208 ITEM 402.90730208

Table 2 – WBDO Mixture Design Criteria Design Criteria

Specification

% Air Voids at Ndesign, maximum

1.5 ± 0.5

% Voids in the Mineral Aggregate, minimum

15.5

1

Number of Gyrations @ Ndesign

50

2

Permeability, ft/day, maximum

2.83 × 10 - 4

3

Flexural Beam Fatigue, minimum cycles

4

Rut Test, maximum, mm

250,000 3

1. Aggregate Consensus Properties must meet the requirements based on project ESAL level as outlined in Materials Method 5.16. The project ESAL level will be specified in the contract documents. 2. Permeability, ASTM D5084, using samples with 4.0% ± 1.0% Air Voids. 3. Flexural Beam Fatigue, AASHTO T321 at 750 microstrains, 10 Hz, average of two samples with 4.0% ± 1.0% air voids. 4. Asphalt Pavement Analyzer (APA), T 340, @ 147°F (64°C).

5. Edge and Joint Sealing. Use one of the following joint adhesives in Table 3, Joint Adhesive, for all edge and joint sealing requirements. Table 3 – Joint Adhesive Product Name XJB eXtruded Joint Bond Crafco Joint Adhesive Deery Joint Adhesive

Supplier Asphalt Materials, Inc 5400 W. 86th Street Indianapolis, IN Crafco, Inc. 420 N. Roosevelt Ave. Chandler, AZ

When the Thermoplastic Polymeric asphalt modifier is utilized in the WBDO, a special sealant may be required as recommended by the manufacturer of this modifier. Other edge and joint sealers may be used upon approval by the Director, Materials Bureau. 6. Tack Coat. Use Straight Tack Materials Item 702-3002 or 702-4002 in accordance with Section 407 of the Standard Specifications. A neat PG 64S-22 binder may be substituted in lieu of Straight Tack. When the Thermoplastic Polymeric asphalt modifier is utilized in the production of WBDO, use a tack coat recommended by the manufacturer of the modifier.

Page 3 of 6

07/02/2015

132

D263237

ITEM 402.90710208 ITEM 402.90720208 ITEM 402.90730208

F1 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION F2 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION F3 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION

CONSTRUCTION DETAILS: The provisions of §401-3 and §402-3, Construction Details, shall apply except as modified below: 1. Weather and Seasonal Limitations. The pavement surface temperature shall be a minimum of 50 F and rising at the time of WBDO placement. The placement of this mixture must be completed during the period of May 1 and September 30 for “Upstate” and April 15 and October 31 for “Downstate” projects. Warranty provision does not apply to this item. 2. Quality Control. Quality Control (QC) sampling and testing will be performed on any portion of the lot as determined by the Regional Materials Engineer (RME). The sampling point(s) will be determined by the RME. Exclusion of the first and last 150-ton portion of the lot from testing shall not apply. A Quality Control Technician (QCT) shall be present during all production regardless of the lot size. 3. Production Temperature. Produce the mixture within the limits recommended by the PG Binder supplier. When Thermoplastic Polymeric asphalt modifier is utilized, the production limits will be as recommended by the modifier supplier. 4. Conditioning of Bridge Deck Surface. Prior to placement of WBDO, clean the surface thoroughly in accordance with Section 633. The deck must be free of any dust prior to tack coat application. When a PCC bridge deck requires repairs, they must be performed in a timely manner such that the patches are dry (no more than 3% moisture content) prior to overlay. 5. Application of Joint Adhesive Sealant. Apply sealant before and after the placement of the WBDO as follows: a. Prior to Overlay. Apply a 1/8-inch thick, uniform coating of the sealant to all vertical faces of the bridge deck that will be in contact with the WBDO such as curbs, parapet walls, headers, drains, scuppers, and joints in order to reduce moisture infiltration around the WBDO and joints. In addition, apply a 1/8 thick sealant, 4 to 6 inches wide on the horizontal surface of the deck adjacent to the vertical faces before the WBDO Placement. When practical, apply the sealant the day before or as early as possible on the day of paving to maximize drying time. b. Joints. When placement of WBDO is performed in stages, apply sealant to the vertical faces of all longitudinal and transverse joints prior to placement of the adjacent lane. Apply sealant only when the vertical face of the joint has cooled below 150F. c. After the Overlay. Once the overlay is placed and compacted, apply a 1/8 thick, uniform coating of sealant to seal the joint between the overlay and all the vertical faces along the perimeter of the bridge deck and other surfaces mentioned above. The width of the sealer at these joints shall be at least 2 inches vertical and 2 inches horizontal. In addition, apply joint sealer to every longitudinal and transverse joint with a maximum of 2-inch wide band. When the Thermoplastic Polymeric asphalt modifier is utilized in the WBDO, a special sealant may be required. In that case, apply the sealant as mentioned above and in accordance with the guidelines recommended by the supplier of the Thermoplastic Polymeric asphalt modifier.

Page 4 of 6

07/02/2015

D263237 ITEM 402.90710208 ITEM 402.90720208 ITEM 402.90730208

133

F1 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION F2 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION F3 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION

6. Application of Tack Coat. Once the bridge deck is thoroughly cleaned, apply Straight Tack with a spreader at a uniform rate of 0.1 to 0.15 gal/sq yd. When liquid asphalt is used, apply at 0.06 to 0.09 gal/sq yd. When applying tack coat on a milled surface, use the upper limit of the application rate. Allow the tack coat to cure until it is dry to touch. When practical, apply the tack coat the day before or as early as possible on the day of paving to maximize drying time. The surface coverage must be at least 95%. 7. Delivery and Compaction Temperature. Deliver the mixture to the project site at a temperature not to exceed 325°F unless recommended by the PG binder supplier. When Thermoplastic Polymeric asphalt modifier is utilized, deliver the mixture within the temperatures recommended by the supplier. Complete the breakdown and intermediate compaction before the mixture temperature falls below 250°F. 8. Rollers. Use of pneumatic rubber-tired rollers will not be allowed. All rollers shall be doubledrum steel rollers operated in static mode. When Thermoplastic Polymeric asphalt modifier is utilized, follow the supplier’s recommendation on the number of rollers and their setup. When rollers require more frequent filling, provide an additional roller to replace the roller being filled with water. Also provide a small roller or vibratory plate tamper to compact smaller areas such as headers, scuppers, expansion joints, etc. that cannot accommodate a full-size roller. 9. Compaction. The provisions of §402-3.07C “70 Series Compaction Method” shall apply except as modified below: a. Project Target Density (PTD). Prior to paving operations, the Regional Materials Engineer (RME) will calculate and submit the PTD to the Engineer. The PTD will be calculated by taking 96% of the Mixtures Maximum Theoretical Density (MMTD) from the mix design and applying a known correction factor for the density gauge(s) to be used on the project. If a correction factor is not available, assume a correction factor of zero. Only the density gauge(s) correlated for this project will be allowed to be used during routine paving operations. If another density gauge is anticipated to be used, a new PTD must be established by the RME. Once the production begins, the RME will verify the PTD by using the MMTD of the HMA being produced. b. Density Gauge Testing Frequency. The density gauge will be required to take density readings at the longitudinal intervals outlined in Table 4, Density Gauge Testing Frequency. None of the areas, including transverse or longitudinal joints are excluded from density testing. The transverse location shall be staggered in such that the subsequent location shall be every 2 feet across the mat from the previous location beginning at a joint. None of the areas, including transverse or longitudinal joints are excluded from density testing. Table 4 - Density Gauge Testing Frequency Lane Feet of Paving, L Frequency of Readings L ≤ 100 every 15 ft 100 < L ≤ 1500 every 50 ft

Page 5 of 6

07/02/2015

134

D263237

ITEM 402.90710208 ITEM 402.90720208 ITEM 402.90730208

F1 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION F2 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION F3 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OVERLAY, 70 SERIES COMPACTION

c. Density Requirements. The pavement and all the joints shall be compacted sufficiently to achieve the Project Target Density (PTD) at each test location as determined by the density gauge. If the density at two consecutive test locations is below the PTD, stop routine paving. RME will verify the PTD as described earlier by using the produced mixture’s maximum theoretical density. Routine paving shall only resume when either a PTD has been verified, in that case increase compaction effort, or use the new established PTD. 10. Opening to Traffic. Open lanes to traffic only when the WBDO pavement temperature is 140F or below. The Engineer may allow traffic a minimum of one hour after compaction is completed to improve traffic flow. METHOD OF MEASUREMENT: The provisions of §401-4 and §402-4, Method of Measurement, shall apply except the following: “The plant production Quality Adjustment Factors do not apply.” BASIS OF PAYMENT: The provisions of §402-5, Basis of Payment, shall apply except the following: “The unit bid price will also include all material and labor costs associated with the placement of WBDO and joint adhesive. Cleaning of the surface and the application of the tack coat shall be paid under separate items.” Payment will be made under: Item No.

Item

Pay Unit

402.90710208

F1 Waterproofing Bridge Deck Hot Mix Asphalt (HMA) Overlay, 70 Series Compaction F2 Waterproofing Bridge Deck Hot Mix Asphalt (HMA) Overlay, 70 Series Compaction F3 Waterproofing Bridge Deck Hot Mix Asphalt (HMA) Overlay, 70 Series Compaction

Ton

402.90720208 402.90730208

Page 6 of 6

Ton Ton

07/02/2015

D263237

135

ITEM 412.10010010- CLEANING AND REPAIRING CRACKS IN ASPHALT PAVEMENT USING HOT APPLIED AGGREGATE REINFORCED MASTIC MATERIAL DESCRIPTION The intent of this item is to clean and repair cracks in bituminous concrete pavement that have deteriorated beyond the typical scope for countersinking, cleaning, and overband sealing of cracks (cracks > 1½ inch) using an approved aggregate reinforced, hot applied mastic material. The Engineer shall mark all such cracks to be cleaned and repaired. MATERIALS Mastic Material. Hot-applied, prepackaged, single component, pourable, aggregate reinforced, polymer modified asphalt mastic. Packaged in the manufacturer's original sealed container legibly marked with the following information: • • • • •

Manufacturer’s name. Trade name of repair mastic. Manufacturer’s batch or lot number. Minimum application temperature. Maximum (or Safe) heating temperature.

Provide the Engineer with MSDS sheets and manufacturer's instructions for heating and application of the material, at least 7 days prior to commencing work. Use an approved mastic material or approved equal as determined by the Director Materials Bureau: Approved Products

Crafco Mastic One

Deery Level and Go Repair Mastic

Suppliers

Location

Crafco, Inc.

Allentown, PA Chandler (Phoenix), AZ Cheyenne, WY Halls, TN Northumberland, PA Youngstown, OH

Crafco, Inc.

Allentown, PA Chandler (Phoenix), AZ Cheyenne, WY Halls, TN Northumberland, PA Youngstown, OH

Other products must be submitted to the Materials Bureau for evaluation.

Page 1 of 3

11/16/2015

136

D263237

ITEM 412.10010010- CLEANING AND REPAIRING CRACKS IN ASPHALT PAVEMENT USING HOT APPLIED AGGREGATE REINFORCED MASTIC MATERIAL CONSTRUCTION DETAILS Technical Assistance. If requested by the Engineer, provide a manufacturer’s representative to supply on-site technical assistance at the beginning of the work until the Engineer determines the assistance is no longer required. General. Furnish all equipment necessary for cleaning and repair of pavement cracks and deteriorated areas. Use equipment meeting the description and/or performance requirements described herein and approved by the Engineer. Fill in cracks and/or joints which are a minimum of 1.50 inches to maximum 6.0 inches in width and not more than 2.50 inches in depth. Only apply material to clean, dry surfaces. Prepare cracks and other repair areas for sealing on the same day that they are to be sealed. Cleaning. Clean the repair areas in accordance with the manufacturer’s instructions and this specification. Use a high pressure air lance or hot air lance to thoroughly clean and dry repair areas of dust, dirt, foreign material, sand and any other extraneous materials immediately prior to sealing. Do not burn, scorch or ignite the adjoining pavement when using a hot air lance. Install suitable traps or devices on the compressed air equipment to prevent moisture and oil from contaminating the repair surfaces. Maintain these devices and see that they are functioning properly. Protect the public from potentially objectionable and/or hazardous airborne debris. Crack Preparation. The Engineer will mark the cracks to be repaired. All cracks or areas to be patched will receive a final cleaning by hot compressed air from the hot air lance. Material Melting. Use a melter recommended by the material manufacturer and meeting the requirements of this specification. Melter Requirements:  Double boiler filled with a heat-transfer medium between the inner and outer shells. Do not use direct fire heating.  Capable of maintaining the application temperature.  Equipped with positive temperature controls, and with mechanical horizontal agitation.  Equipped with separate thermometers to indicate the temperature of the heat transfer medium and the mastic material in the hopper. Check the discharge temperature of the mastic with a non-contact infrared thermometer. Discharge the material at a temperature between the manufacturer's recommended pouring and safe heating temperatures indicated on the material packaging.

Page 2 of 3

11/16/2015

D263237

137

ITEM 412.10010010- CLEANING AND REPAIRING CRACKS IN ASPHALT PAVEMENT USING HOT APPLIED AGGREGATE REINFORCED MASTIC MATERIAL Material Application. Repairs are to be done when ambient air and pavement temperature is at or above 40F and pavement is clean and dry. Preheat repair area so a slight bleeding of the asphalt occurs. Take caution to prevent overheating and/or oxidizing the asphalt brought to the surface. Install material within 10 minutes of warming the repair area. Handle, mix, heat, place, and finish the material in accordance with the manufacturer’s instructions and this specification. Apply material in an overband beyond the edges of the deteriorated area, to structurally sound pavement, no more than 2.0 – 3.0 inches on all sides, . Apply material so that the finished installation is smooth, level and as flush to the pavement surface as possible. Final Surface Treatment. For locations where surface friction is a concern and where directed by the Engineer, broadcast a fine, dry aggregate as recommended by the manufacturer, over the repair area immediately after installation. Do not broadcast surface aggregate over areas where pavement markings will be applied later. A low pressure, light spray of water may be used to accelerate cooling of the material. Do not allow traffic on the repaired areas until the material has cooled, to prevent tracking. Before opening to traffic, sweep away or collect any excess fine aggregate off the pavement, if any was applied. Remove and dispose of material applied in excess of the specified thickness over the pavement surface or any material that has not bonded around the repair. At repair areas, permanent pavement markings, if required, shall be applied a minimum of one week after the repair operation. METHOD OF MEASUREMENT This work will be measured as the number of square yard of repair material actually placed. BASIS OF PAYMENT The unit price bid shall include all materials, labor, and equipment necessary to satisfactorily complete the work as specified.

Page 3 of 3

11/16/2015

138

D263237

ITEM 490.17010002 - PRODUCTION COLD MICRO MILLING

DESCRIPTION This work shall consist of the production cold milling, shaping and removal of portions of existing Hot Mix Asphalt (HMA) pavement surfaces and subsequent cleaning as indicated in the contract documents and as directed by the Engineer. MATERIALS Provisions of §490-2, Materials, shall apply except as modified below: Equipment. Provide a machine with a micro milling drum capable of removing a 12-foot travel lane and cleaning up both edge seams in a single pass using either an up-cut or a down-cut method. The milling drum must have at least 3 wraps of teeth. The spacing between each tooth must not exceed 1/4 inch. Other tooth spacing configurations for micro milling drum may be allowed by the Director, Materials Bureau, if it has previously been demonstrated to meet the surface texture requirements. Submit a copy of manufacturer’s specifications a minimum of 2 working days prior to the construction of a test section indicating the drum is designated as a micro-milling drum meeting the requirements of this specification. The maximum forward speed of the machine is 30 feet per minute. Any proposal to advance faster than this speed shall be discussed with the Engineer and proven on the test strip. CONSTRUCTION DETAILS Provisions of §490-3, Construction Details, apply except as modified below: Test Section: Prior to routine micro-milling, select a test area of at least 500 feet on the pavement to be milled, not to exceed 1500 feet. Micro mill the test area using the equipment settings as mentioned above. The Engineer will select 5 locations along the test section for texture measurement using the test method NY 490-01, Texture Measurement for Micro Milled Surface. Perform the test to determine the texture of the milled surface using the test method. If texture value at any location falls below 5.0, reduce the forward speed of the machine and test the surface texture as stated above until the texture value is achieved. The Engineer will evaluate texture measurements, consistency of profile, and cross slope of this test section. Routine micro milling will not be allowed until acceptable results are obtained. Routine Micro-milling Operation: Once the equipment is acceptable for micro milling, do not modify the settings such as forward speed, drum revolutions, etc, from those used under test section that provided texture value of at least 5.0. Perform texture measurement on the milled surface for each pass every 500 feet. The first transverse offset will be 3 feet from the right edge of milling. Further transverse offsets will be 3 feet greater than the previous offset. At no time shall the transverse offset be closer than 3 feet to the left edge of milling. When the transverse offsets have reached the limits of the milling width, repeat the process. The Engineer will witness the texture measurement at least 5 times a day. If the results fall below 5.0 for two consecutive locations, the operation shall cease and modify the process. When micro milling the shoulder, texture measurement is not required as long as the PAGE 1 OF 2

Apr 2016

D263237

139

ITEM 490.17010002 - PRODUCTION COLD MICRO MILLING

same equipment and settings are used as the mainline. If another machine is used, then perform texture measurement on the shoulder to meet the texture value of at least 5.0. The Engineer will perform at least one texture measurement per lane mile on the mainline to verify the texture value of at least 5.0 is being met. If the texture value is not met, the Engineer will take additional tests to determine the limits of repair section. Re-mill these areas to meet the surface texture value of at least a 5.0. At the end of the contract, submit all the mainline and shoulder test results generated under this specification to the Engineer in electronic format using Excel spreadsheet. Ensure the entire milled surface is free from waves or irregularities that do not vary by more than 1/4 inch using a 10-foot straight edge. There can be occasional exceptions where the bottom of a wheel path may not be textured and other low point defects in order to maintain acceptable profile. Any non-mainline areas (shoulders, ramps, gore areas, turnouts, etc.) may require equipment utilizing a milling head less than 12 feet in width. The equipment used to do this work will be capable of providing a textured surface similar to the mainline milled surface and to the same tolerances as the mainline micro milling machine. A test section is not required for these areas. METHOD OF MEASUREMENT Provisions of §490-4, Method of Measurement apply. BASIS OF PAYMENT Provisions of §490-5, Basis of Payment apply. Payment will be made under: Item No 490.17010002

Description Production Cold Micro Milling

PAGE 2 OF 2

Pay Unit Square Yard

Apr 2016

140

D263237

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

EI 03-012

Page 1 of 1

L 09/11/03

D263237

ITEM 502.70100218 - RESEALING TRANSVERSE JOINTS IN PORTLAND CEMENT CONCRETE PAVEMENT, 60 FEET PAVEMENT SLABS - SILICONE SEALANT ITEM 502.70200218 - RESEALING TRANSVERSE JOINTS IN PORTLAND CEMENT CONCRETE PAVEMENT, 20 FEET PAVEMENT SLABS - SILICONE SEALANT

141

DESCRIPTION This work shall consist of cleaning and sealing transverse joints in existing portland cement concrete pavement. Joints not having adequate reservoir width or depth shall be sawed to suitable dimensions in accordance with this specification. MATERIALS Silicone Joint Sealant: The sealant shall be a one part, low modulus silicone formulation that has dynamic movement capability of ±50% of the joint width. Primer shall be used in conjunction with the silicone sealant if required by the manufacturer. Each container shall be legibly marked with the following information: Manufacturer's Name Trade Name of the Sealant Manufacturer's lot or batch number Backer Rod Material: Backer rod material shall be closed cell polyethylene foam rod. Backer rod diameter shall be a minimum of 25% larger than the joint width, it shall: support the sealant at its proper depth, prevent the sealant from leaking around and underneath it, and allow the sealant to deform freely when the joint expands and contracts. BASIS OF ACCEPTANCE Silicone joint sealants shall be accepted on the basis of the brand name labeled on the container and appearing on the current Approved List titled "Silicone Joint Sealants." The Department reserves the right to conduct supplementary sampling and testing. CONSTRUCTION DETAILS General: The Contractor shall seal transverse pavement joints in accordance with the requirements of this specification. Minimum required reservoir and sealant dimensions are contained in Table I. Transverse joints that measure less than the minimum widths or have inadequate reservoir depths shall be sawed to a suitable width and depth. All pavement repairs including the cleaning and sealing of cracks which border pavement joints must be completed prior to the joint sealing operation. Seasonal and Temperature Limitations: Joint sealant shall not be placed when pavement or ambient temperatures fall below 40ºF or when the pavement is wet. Initial Joint Preparation and Cleaning: Existing joint sealing material, asphalt, incompressibles and any other material present in the joint reservoir or adhering to the joint wall shall be removed by plow, saw, wire brush, high pressure air or other suitable tools approved by the Engineer to the bottom of the existing joint reservoir. The material and debris removed from the joint shall be removed from the pavement to prevent re-contamination of the joint. Removal of liquid joint sealant from the joint may require running a saw along each joint face to adequately remove all existing joint sealer. 1 of 3

10/2/96 M

142

D263237

ITEM 502.70100218 - RESEALING TRANSVERSE JOINTS IN PORTLAND CEMENT CONCRETE PAVEMENT, 60 FEET PAVEMENT SLABS - SILICONE SEALANT ITEM 502.70200218 - RESEALING TRANSVERSE JOINTS IN PORTLAND CEMENT CONCRETE PAVEMENT, 20 FEET PAVEMENT SLABS - SILICONE SEALANT Removal of existing joint sealers shall be scheduled so that no joints are open more than 10 days prior to sealing. After September 30, the Engineer may at his discretion further limit the amount of existing sealer to be removed to avoid open joints through the winter. The Contractor shall be responsible for protecting traffic and property from hazard or damage during all joint cleaning operations. Materials and methods used for this purpose will be subject to the approval of the Engineer. Sawing of Joints: Any transverse joint that does not exhibit adequate depth or width as shown on Table I shall be sawed to suitable dimensions in order that proper sealant dimension, sealant recess, and backer rod placement can be achieved. If the joint is faulted the Contractor shall determine joint reservoir depth and width by taking measurements from the top edge of the dropped slab. The sawing shall produce vertical and parallel joint faces. The existing joint dimensions, amount of slab faulting, amount of pavement grinding and time of year joints are sealed, will determine the amount of joint sawing required. Immediately after sawing the joint, the resulting slurry shall be completely removed from the joint and the immediate area by flushing with a jet of water under pressure and by the use of other tools as necessary. Final Joint Preparation and Cleaning: Immediately prior to the placement of the backer rod and sealant, both joint faces shall be thoroughly cleaned to the bottom of the new joint reservoir, by sandblasting. The operator of the sandblaster shall tip the nozzle of the equipment so that the blast material is directed against one wall at a time. The joint walls shall be thoroughly clean and indicate a uniform minor abrasion of the wall surface. All joints are to be sandblasted. The joints shall then be blown with a compressed air stream of sufficient power to remove any remaining blast sand, dirt and loose material. Suitable traps or devices shall be installed on the air equipment to prevent moisture and oil from contaminating the joint surfaces. Any joints not sealed the same day shall be recleaned and resandblasted prior to sealing. Sealing: The proper diameter and type of backer rod shall be installed in a manner that will produce the sealant dimensions specified. The joints shall be thoroughly dry and clean at the time of sealing. Primer, if required by the manufacturer of the material, shall be applied to the joint faces in a thin film by brush or spray equipment. The primer shall completely wet the surfaces to be sealed and shall dry tack free prior to installation of the backer rod. Sealant shall be pumped directly from plastic pails or drums by compressed air powered extrusion pumps designed for moisture curing silicone sealants. Teflon seals and packing and teflon lined hoses are recommended to prevent moisture permeation. Sealant application nozzles should be designed so that sealant is applied within the confines of the joint slot. The sealant shall be applied so that it is below the surface of the slab and completely fills the width of the joint. Immediately after the sealant is applied, it shall be tooled to form a concave surface, provide firm contact with the joint faces and to form the required recess below the slab surface. Traffic may be allowed over the sealed areas as soon as the Engineer determines that the sealant has cured sufficiently to prevent tracking. If rocking or vertical deflection due to vertical loads is expected the sealant shall be allowed to cure for 2 hours or more, as ordered by the Engineer.

2 of 3

10/2/96 M

D263237

ITEM 502.70100218 - RESEALING TRANSVERSE JOINTS IN PORTLAND CEMENT CONCRETE PAVEMENT, 60 FEET PAVEMENT SLABS - SILICONE SEALANT ITEM 502.70200218 - RESEALING TRANSVERSE JOINTS IN PORTLAND CEMENT CONCRETE PAVEMENT, 20 FEET PAVEMENT SLABS - SILICONE SEALANT

143

Sealant that becomes damaged, is not properly bonded to the concrete, or that is installed improperly shall be repaired. Damaged or deficient areas shall have the sealant removed, the surfaces properly cleaned, and new sealant installed to the satisfaction of the Engineer at the Contractor's expense. METHOD OF MEASUREMENT This work shall be measured by the number of linear feet of joints sealed. BASIS OF PAYMENT The unit price bid per linear foot shall include the cost of furnishing all labor, equipment, and materials necessary to complete the work as specified or as directed by the Engineer. TABLE I JOINT AND SEALANT DIMENSIONS Joint Width W (inch) 3/8* 1/2 5/8** 3/4 7/8 1 1+

(Minimum) d (inch) a (inch) 1 1/8 1/4-3/8 1 1/4 1/4-3/8 1 3/8 1/4-3/8 1 5/8 3/8-1/2 1 7/8 3/8-1/2 2 3/8-1/2 2+ 1/2-5/8 * Minimum width for 20 foot slabs ** Minimum width for 60 foot slabs

b (inch) 1/4-3/8 1/4-3/8 1/4-3/8 1/4-3/8 3/8-1/2 3/8-1/2 3/8-1/2

3 of 3

10/2/96 M

144

D263237

ITEM 520.09000010 - SAW CUTTING ASPHALT CONCRETE DESCRIPTION. This work shall consist of saw cutting existing asphalt concrete pavement or sidewalk at the locations indicated on the plans or where directed by the Engineer. MATERIALS. All equipment proposed for this work shall be approved by the Engineer prior to actual use. CONSTRUCTION DETAILS. Saw cutting shall be along a neat line as indicated on the plans or where directed by the Engineer. Saw cuts shall be made to the depth(s) indicated on the plans. Any damage to material not indicated for removal, caused by the Contractor’s operations shall be repaired by the Contractor. All repair shall be done in a manner satisfactory to the Engineer. METHOD OF MEASUREMENT. This work will be measured by the number of linear feet of saw cutting done. No allowances will be made for saw cuts of different depths. No saw cutting will be measured for payment under this item which the Contractor may choose to do for his own convenience. BASIS OF PAYMENT. The unit price bid per linear foot of saw cutting shall include the cost of all labor, materials, and equipment necessary to complete the work. Any repairs made necessary by the Contractor’s operations shall be done to the satisfaction of the Engineer at no additional cost to the State.

08/15/08E

8/81 2/1/96 M

D263237

145

ITEM 555.01940007 STAINING CONCRETE SURFACES DESCRIPTION: This work shall consist of furnishing and applying concrete penetrating stain of the color specified on the plans and at the locations shown on the plans or as directed by the Engineer. MATERIALS: Concrete Penetrating Stain The concrete penetrating stain shall be a single component, waterbased, thermoplastic acrylic emulsion which carries its color and water repellent protection into the concrete. All concrete stain shall be of the same batch and lot and shall be delivered to the application site in original sealed containers clearly labeled with the manufacturer’s name, brand name, type of material, batch and lot numbers and color. The stain color shall comply with the notes indicated on the plans or as directed by the Engineer. The concrete penetrating stain shall comply with New York State Laws regulating the use of volatile organic compounds and solvents. CONSTRUCTION DETAILS: Staining Concrete Surfaces to receive the concrete penetrating stain shall be fully cured, clean, dry and free from dust, curing agents, oil, grease, efflorescence and any other contaminants that could prevent proper adhesion, if necessary the surfaces to be stained shall be pressure washed until all surface contamination has been completely removed. In addition, glazed or glossy surfaces must be chemically or mechanically abraded to remove gloss to allow adhesion. Prior to any staining operations, the contractor shall be required to complete a test staining program for color acceptance and surface area coverage. The test panel will be constructed at a location on site as approved by the Engineer. The finished color of the penetrating stain treated areas shall be as indicated on the plans or as directed by the Engineer. The Contractor shall apply the stain according to the manufacturer’s recommendations. The stain test sample must be submitted to and approved by the Engineer prior to ordering the complete stain batch. When approved, the sample areas shall serve as a standard of acceptance for all further work.

Page 1 of 2

December 6, 2011

146

D263237

ITEM 555.01940007 STAINING CONCRETE SURFACES Accompanying the sample shall be the manufacturer’s literature which shall include materials specifications, physical properties, including ASTM test methods utilized, manufacturer’s recommended application rates for the various surface textures and porosity, current application instructions, and Material Safety Data Sheets. The Contractor must comply with all safety instructions during all applications. Prior to use, the stain shall be thoroughly mixed using the appropriate mechanical means and shall be mixed during application operations as required to maintain uniformity. At the time of stain application, both the concrete and air temperatures must be between 8 degrees C and 32 degrees C and the concrete shall be completely dry. Stain shall not be applied unless weather conditions will permit complete drying of material prior to rain, fog, dew or temperatures beyond the prescribed limits. Areas not to receive stain shall be masked. The concrete penetrating stain shall be applied by a combination of hand wiping, spraying, sponging, brush painting, ragging or other methods approved by the Engineer, with as many layers and patterns necessary to achieve believable coloration within stones and natural random variation from stone to stone. METHOD OF MEASUREMENT: Staining Concrete Surfaces will be measured by the total number of square feet of projected plane area of concrete surfaces stained. BASIS OF PAYMENT: The unit price bid for Staining Concrete Surfaces shall include the cost of all labor, materials and equipment necessary to perform the work. No additional payment will be made for the required samples.

Page 2 of 2

December 6, 2011

D263237

147

ITEM 555.72950010 - ARCHITECTURAL TREATMENT VERTICAL STAINED CONCRETE SURFACES DESCRIPTION This work shall consist of architecturally treating and staining the vertical surfaces of integrally colored concrete retaining walls, structures, pilasters, piers or other similar vertical surfaces with designated patterns and textures. All work shall be in accordance with these specifications and in reasonably close conformity to the lines, grades, patterns and textures shown on the plans. MATERIALS Form Liner and Rustication Strips. Commercially produced Form Liner and Rustication Strip shall meet the requirements of Section 555-3. The form liners and Rustication Strips shall: 1. Produce the patterns, textures and joints indicated on the plans. 2. Be composed of a material(s) that will not bond to concrete. 3. Be attachable to standard plywood, steel, or concrete forms, such that no distortions, or stray markings occur within the concrete surfaces. 4. Be fabricated with care so that all strips are equal in cross-section so that the ends of the strips can be matched during installation. Concrete. Concrete shall meet the requirements of Section 501 and 555 of the Standard Specifications except for the following. The class of concrete will be as specified elsewhere in the Contract Documents. Color Admixture. All concrete which is visible above the finished grade shall be integrally colored using pigment admixture, Federal color as noted on drawings and as approved by the Regional Landscape Architect. The color admixture for integrally colored concrete shall be certified by the manufacturer as meeting the requirements of ASTM 979, Standard Specifications for Pigments for Integrally Colored Concrete and be packaged such that one dose is the proper dosage for one cubic meter of concrete. Releasing Agents. If the form liner manufacturer requires the use of an agent to facilitate the release of the form liner panel from the concrete, or when its use is specified on the plans, such agent shall appear on the Departments Approved List – Form Coatings for Structural Concrete, be non-staining and evenly spread over the entire liner surface. Formwork shall also be treated as needed. Concrete Penetrating Stain. To unify minor variations in color, a concrete penetrating stain shall be applied in the field on all surfaces of the integrally colored concrete. The color of the concrete penetrating stain shall match the integrally colored concrete. The penetrating stain shall be a single component water-based thermoplastic acrylic emulsion which carries its color and water repellent protection into the concrete. The stain shall be delivered in original, sealed plastic pails clearly labeled with the manufacturer’s name and batch number of the material. The penetrating stain shall conform to the following performance requirements: PHYSICAL PROPERTIES CONDITION Dry-through time

RESULTS 25 minutes maximum

Page 1 of 4

08/19/08E

TEST METHOD ASTM D 1640

07/29/04

148

D263237

ITEM 555.72950010 - ARCHITECTURAL TREATMENT VERTICAL STAINED CONCRETE SURFACES Dry-to-recoat time

1 hour maximum

ASTM D 1640

Oil, Wax & Silicone Content

None

Adhesion to Concrete (Average of 5 Tests)

200 lb/sq.in

ASTM D 4541Elcometer Test

Weather-Q-Meter Tests (500 Hours)

No Visible Degradation

ASTM G 23-Atlas Carbon Arc

Solids by Weight

57% ± 2%

Viscosity

70-75 KU

ASTM D 562

The unpigmented, clear, non-volatile portion of the stain shall match the infrared spectrograph on file at the central laboratory. The penetrating concrete stain shall comply with New York State Laws regulating the use of volatile organic compounds and solvents. Caulking Compounds. When a caulking compound is required to seal any necessary concrete joints in the surface, such caulking compounds shall be color matched to the adjacent concrete and meet the material requirements of U.S. Federal Specification TT-S-00227E (COM-NBS) as a multi component, Class A, Type II sealant with ASTM C 920, Standard Specification for Elastomeric Joint Sealants as a Type M, Grade NS, Class 25 joint sealant for uses NT, A, M, and O. SUBMITTALS The Contractor shall submit the following for approval: 1. A separate 3ft x 3ft x 4 inch thick completely finished sample of integrally colored, stained concrete with form liner/rustication joint treatment shall be cast on-site using the methods, materials and finishes stated in this specification and on the plans for the approval of the Engineer and the Regional Landscape Architect. When approved, this sample shall be used as the standard for all Architecturally Treated Stained Concrete work on the project. 2. Form Liner and Rustication Strip samples with manufacturer’s specifications shall be submitted to the Regional Landscape Architect for approval. 3. Shop drawings of layouts for vertical stained concrete surfaces on retaining walls, abutment walls, parapets, piers and pier caps, including all dimensions and radii. CONSTRUCTION DETAILS All provisions of Section 555-3 shall apply with the following modifications: To integrally color the concrete, use a color admixture dosage rate recommended by the manufacturer to achieve the Federal color as noted on drawings. This rate is to remain constant for all batches of concrete produced. Introduce color admixtures into the mixer drum in a manner recommended by the manufacturer. The quantity of concrete being delivered shall be no less than one-third the capacity of the mixer drum. Batch the concrete in full cubic meter increments. Once a portion of the batch has been placed, no additional mixing water shall be added to the remaining batch.

Page 2 of 4

08/19/08E

07/29/04

D263237

149

ITEM 555.72950010 - ARCHITECTURAL TREATMENT VERTICAL STAINED CONCRETE SURFACES Special care shall be taken after installation to ensure that all form liner surfaces are thoroughly clean of all stray material of any nature. No concrete shall be placed prior to the Engineer’s inspection and approval of form liner surfaces. Approximately 5/64 in of the form liner panel shall overlap on either side of the formwork panel so that when the formwork sections are forced together, the form liners compress at the edges to form a tight joint. Joints between panels shall be sealed, taped or fused to form a watertight seam, according to the manufacturer’s instructions. Unless specified on the plans, texturing is not required on surfaces which will be below finished grade. Plastic snap tie cones are to be of the non-leaking type. Metal form ties are not to be placed closer than 1.5 inch to the interior surface. Construction joints shall extend to the full depth of the concrete at the locations shown on the plans. When construction joints are needed but are not shown on the plans, the Contractor and the Engineer shall agree on the proper locations of such joints so as not to detract from the appearance of the imprinted pattern and to minimize the possibilities of cracking. Unless otherwise directed by the Engineer, all horizontal and vertical construction joints and contraction joints shall be rusticated with the use of chamfer strips of the size indicated on the plans installed on the formwork. The rustication strips shall be carefully installed true to line and grade. The rustication strips shall be so installed as to leave a neat regular groove in the concrete at all construction joints, along the vertical and horizontal showing edges of contraction joints and at all exposed corners and edges of the concrete. When used to form the showing edge of construction joints or at the top edges of pours, the concrete shall be placed even with the top of the strip to provide a formed groove with the same dimensions as that of the strip. To avoid inclusion of dust and debris beneath chamfer strips located at construction joints, the strips at the bottom of the form shall not be positioned until the joint surface has been washed or blown clean of all debris and accepted by the Engineer. After formwork removal the Engineer will inspect architecturally patterned concrete surfaces. All such surfaces which do not exhibit the required architectural pattern shall be repaired in a manner satisfactory to the Engineer at no cost to the State. The repair shall match the concrete surface. Concrete repair material, if used, shall meet the requirements of Subsection 701-04, Concrete Repair Material of the Standard Specifications. Under Subsection 555-3.08, clear (fugitive dye) membrane curing compound shall not be used. Surfaces to receive the penetrating stain shall be structurally sound, fully cured, clean, dry and free from dust, curing agents, oil, grease, efflorescence and any other contaminants that could prevent proper adhesion. After the concrete has cured 28 days, power wash at a minimum of 2,900 lb/sq inch the surface of the area to receive stain. Sandblasting will not be permitted. Prior to use, the stain shall be thoroughly mixed using the appropriate mechanical means and shall be remixed during spraying operations as required to maintain uniformity. Penetrating stain shall be applied in strict accordance with the manufacturer’s written instructions and precautions. At the time of stain application, both the concrete and air temperatures must be between 45E F and 90E F. Stain shall not be applied unless weather conditions will permit complete drying of material prior to rain, fog, dew or temperatures beyond the prescribed limits. Page 3 of 4

08/19/08E

07/29/04

150

D263237

ITEM 555.72950010 - ARCHITECTURAL TREATMENT VERTICAL STAINED CONCRETE SURFACES

The penetrating concrete stain shall be spray applied using conventional or airless spray. The stain shall be applied in two thin coats providing a uniform appearance. The first coat must be applied to become tack free before the second coat is applied. The final coat shall be consistent with the quality and appearance of the approved sample area. The rate of applications shall be in accordance with the manufacturer’s recommendations. Area of coverage may vary depending on absorption rates of the various surface materials and textures. Stain may be brushed or roller applied only at locations where overspray would affect adjacent materials and where not practical for spray application. Adequate protection shall be provided to protect adjacent persons, vehicles and property from overspray during staining operations. Prior to any staining operations, the Contractor shall be required to complete a test staining program for color acceptance and surface area coverage. This work shall be performed on a portion of the erected structure, location of which to be determined by the Engineer. The Contractor shall apply stain to one complete section of the structure, which, when approved, shall serve as a standard of acceptance for all further work. The completed stain surfaces shall be consistent with the quality and appearance of the approved sample area. If unevenness in color, lines or the work termination, etc. exist, the Engineer may have all such surfaces resprayed at the Contractor’s’s expense. Respraying, if required, shall be carried to a natural break-off point. METHOD OF MEASUREMENT Architectural Treatment Vertical Stained Concrete Surfaces will be measured by the number of square feet of concrete treated to the satisfaction of the Engineer. The quantity will be as computed from payment lines shown on the plans or as established by the Engineer in writing. Measurement will be taken as the vertical plane projection of the treated location. No measurement will be taken of actual concrete surfaces. BASIS OF PAYMENT The unit price bid per square foot shall include the cost of the form liners, rustication strips, color admixture, concrete penetrating stain, releasing agent, caulking compound, concrete repair material and all other materials, equipment and labor necessary to complete the work as specified, as well as the cost associated with all submittals and samples required. Structural concrete will be paid for separately.

Page 4 of 4

08/19/08E

07/29/04

D263237

151

ITEM 555.80010001 - CRACK SEALING BY EPOXY INJECTION (PREVENTION) ITEM 555.80020001 - CRACK REPAIR BY EPOXY INJECTION (RESTORATION) DESCRIPTION: Install injection ports, seal the crack opening, inject the crack with epoxy (full depth for restoration work, or as deep as conditions allow for prevention work), and restore the sealed surface to a flush condition in areas visible to the public. Perform the work at locations indicated on the contract plans or where directed by the Engineer. PREVENTION - use in contaminated, cracked concrete areas to prevent movement and protect reinforcing. RESTORATION - use in uncontaminated cracked concrete areas to restore structural integrity. Take verification cores for payment. Have an experienced epoxy manufacturer representative present until the work is acceptable to the Engineer. MATERIAL REQUIREMENTS: 1. Crack Sealant - epoxy paste that completely cures in 4 hours or less and retains the injected epoxy. Any other type of crack sealant is subject to a project demonstration and approval by the Engineer. 2. Low Viscosity Injection Epoxy - Manufacturer certified to meet ASTM C881, Type I or IV, Grade 1, Class B or C (as temperature conditions require.) 3. Vertical & Overhead Patching Material (Approved List) - (for ITEM 555.80020001) §701-08 INJECTION EQUIPMENT: Use equipment in good working order, as approved by the Engineer, with the following features: • • • • • • • •

Separate feed lines to the mixing chamber Automatic mixing and metering pump Ability to thoroughly mix the epoxy components in the mixing chamber Operator control of the epoxy flow from the mixing chamber Clean, legible, accurate pressure gauges easily viewable by the operator Ability to provide an uninterrupted pressure head to continually force epoxy into the cracks Injection pressure from 0 to at least 200 PSI Capable of metering each epoxy component to within 3.0% of the epoxy manufacturer's mix ratio

Un-reacted epoxy components may be stored overnight in separate reservoirs and feed lines. Before starting the work, demonstrate to the Engineer the ability of the equipment to meter and mix epoxy components to the required mix ratio. Ratio accuracy may be determined by simultaneously metering each component into separate, clean, accurately graduated, volumetric containers, or another procedure approved by the Engineer. Also, activate the automatic mixing and metering pump, mix a small amount of injection epoxy, and waste it into a disposable container. The Engineer will observe this trial operation and be satisfied the equipment is working properly, and the epoxy is mixed with no streaks.

CONSTRUCTION DETAILS: 1 of 4

December 3, 1999

152

D263237

ITEM 555.80010001 - CRACK SEALING BY EPOXY INJECTION (PREVENTION) ITEM 555.80020001 - CRACK REPAIR BY EPOXY INJECTION (RESTORATION) 1. Crack and Surface Preparation. Remove all debris or contaminants accessible within the cracks by using hand tools, water blasting or oil-free high pressure air blasting, vacuuming, or other methods suitable to the Engineer. Epoxy resin will not penetrate: compacted, water or oil soaked debris. Allow free moisture within the crack to be absorbed before injecting epoxy. Remove all materials, including moisture, from the surface adjacent to the crack which might interfere with bonding of the crack sealant. 2. Injection Port Installation. Attach injection ports to the prepared surface by placing them onto (surface adapters) or into the cracks (socket ports) and affixing with crack sealant. Larger cracks may be ported by inserting an anchored tube into the crack. Use positive connection port designs to connect injection equipment to the ports. Other injection port designs and attachment methods, where worker fatigue would not be a problem, require approval by the Engineer. Use the following general guidelines for spacing injection ports when cracks are uniform in width through the structure. For cracks that get tighter with depth, double this spacing. Intermediate ports may be placed for observation. To permit maximum flow into the void, position ports on the wider crack sections and at intersections, rather than at an exact spacing. If these guidelines cannot be followed, use port locations approved by the Engineer. Port spacing may be modified by the Engineer as experience is gained, or when cores are taken to determine penetration. FOR CRACKS COMPLETELY THROUGH A MEMBER A. Cracks accessible from one side - space the ports not less than the thickness of the member. B. Cracks accessible from both sides - space the ports not less than twice the thickness of the member and stagger them relative to the ports on the opposite side. Make the stagger between ports (on opposite sides of the member) at least the thickness of the member. Place the endmost ports at the ends of the crack so as to insure complete filling of the crack. FOR MULTIPLE CRACKS ALL OVER A MEMBER. Space the ports as far apart as practical, but not less than 8” from one another. An 8” spacing presumes a 4” penetration in each direction, if the adjacent ports are not plugged when epoxy reaches them. For fine cracks that taper to an end, place the endmost ports about 4” from the end. 3. Crack Seal. After port installation, seal the crack opening with crack sealant, being careful not to plug the injection ports. Allow the crack sealant to cure completely before injecting epoxy. Apply crack sealant only when surface and ambient temperatures are above 50º F.

2 of 4

December 3, 1999

D263237

153

ITEM 555.80010001 - CRACK SEALING BY EPOXY INJECTION (PREVENTION) ITEM 555.80020001 - CRACK REPAIR BY EPOXY INJECTION (RESTORATION) 4. Port Flushing. Prior to any epoxy injection, flush critical ports with oil-free compressed air to verify that air exits from all the installed ports, dry the cracks, and check for leaks. 5.

Epoxy Injection. Perform epoxy injection only when the surface and ambient temperatures are above 45º F and are not expected to fall below 45º F during the next 24 hours. UNIFORM WIDTH CRACKS - start toward the middle of a horizontal crack and work outward, or the lowest point of a sloping or vertical crack and work upward. VARIABLE WIDTH CRACKS - start at the widest points of all types of cracks and work outward. Secure the feed line to the first port. Initiate and continue flow until epoxy exits from the adjacent port. (Plug observation ports and continue through the same port to achieve maximum penetration.) Temporarily stop the injection process, remove the feed line, and seal the port. Attach the feed line to the adjacent port and repeat this procedure along the crack until the last port is sealed. Generally, use higher pressures when injecting narrow deep cracks, medium to low for wider cracks, and lowest pressures when injecting a delaminated area or an area susceptible to lifting. Low pressure applied for a longer duration is often more effective than high pressure applied for a shorter duration. Replenish the epoxy supply in the mixing equipment before it is exhausted. Thoroughly stir each epoxy component both before and after adding it to its respective component in the mixing equipment. Exercise care to assure a continuous injection operation. Allow the epoxy to fully cure prior to performing subsequent work in the repaired area. In the event of leakage from a crack, stop the injection process until the leak is sealed. When any work stoppage exceeds 15 minutes, clean the mixing chamber and flush the line that carries mixed epoxy. Flush with a suitable solvent, followed by air.

6. For ITEM 555.80020001 CRACK REPAIR BY EPOXY INJECTION (RESTORATION), take cores ranging in diameter from 1 to 4”, as approved by the Engineer, to verify full penetration by epoxy and its cure. Take a representative core from each structural element, or one from every 100 feet of crack repaired, whichever is greater, at locations approved by the Engineer. The Engineer will retain the cores and determine if they are acceptable for payment. Patch the holes with Vertical & Overhead Patching Material. More than one core may be necessary to obtain an acceptable sample from cracks that diverge below the surface. (To avoid cutting reinforcing, the core drill may be angled to intercept a crack behind the reinforcing.) 7. Clean Up. In all areas visible to the public, as determined by the Engineer, remove spillage, the ports and crack sealant until flush with the adjacent surface. Remove stains and repair any damage to the satisfaction of the Engineer at no additional cost.

3 of 4

December 3, 1999

154

D263237

ITEM 555.80010001 - CRACK SEALING BY EPOXY INJECTION (PREVENTION) ITEM 555.80020001 - CRACK REPAIR BY EPOXY INJECTION (RESTORATION) METHOD OF MEASUREMENT: The Engineer will measure the work as the number of linear feet of crack sealed or repaired, as specified. BASIS OF PAYMENT: Include the cost of all labor, materials, and equipment necessary to complete the work in the unit price bid per linear foot. For ITEM 555.80020001 CRACK REPAIR BY EPOXY INJECTION (RESTORATION), also include the cost of coring and repairing the core holes. For ITEM 555.80010001 CRACK SEALING BY EPOXY INJECTION (PREVENTION), the Engineer will authorize payment after the measured length of crack has been sealed and the surface cleaned. For ITEM 555.80020001 CRACK REPAIR BY EPOXY INJECTION (RESTORATION), the Engineer will authorize payment after the measured length of crack has been repaired as verified by cores, the core holes patched and the surface cleaned.

4 of 4

December 3, 1999

D263237

155

ITEM 557.2101XX09 – INTERNAL CURING HIGH PERFORMANCE CONCRETE WITH CORROSION INHIBITOR - TYPE XX FRICTION DESCRIPTION This specification covers internal curing high performance concrete with corrosion inhibitor, including batching, transportation, casting and curing. MATERIALS Internal Curing High Performance Concrete Manufacture HP concrete according to §501, and the following modifications: 1. The slump range is 4-7 inches. High Range Water-Reducing Admixtures (§711-08, ASTM Type F), are permitted. 2. The maximum w/c ratio is reduced to 0.35. 3. Substitute lightweight fine aggregate, meeting the requirements of AASHTO M 195, for 30% (by volume) of standard fine aggregate. 4. Construct lightweight fine aggregate stockpile(s) at the production facility so as to maintain uniform moisture throughout the pile. Using a sprinkler system approved by the Materials Engineer. continuously and uniformly sprinkle the stockpile(s) with water for a minimum of 48 hours, or until the “Absorbed Moisture content” of the aggregate in the stockpile is at least 15% by weight (as determined by Test Method NY 703-19E). If a steady rain of comparable intensity occurs, turn off the sprinkler system at the direction of the Materials Engineer, until the rain ceases. At the end of the wetting period, or after the rain ceases, allow stockpiles to drain for 12 to 15 hours immediately prior to use, unless otherwise directed by the Materials Engineer. 5. The moisture content of the lightweight fine aggregate must be determined immediately prior to batching, using Materials Procedure 703-19E. If the supplied mix design is based on “oven dry” weight of lightweight fine aggregate, a corresponding adjusted weight must be supplied to account for the actual absorbed moisture content, so that the mix design entered in to the automated batching system is based on SSD weight. After the adjusted mix design is entered into batching system, additional adjustments must be made to the fine aggregate and water quantities to account for the “surface” moisture of the fine aggregates. 6. Use Calcium Nitrate Based Corrosion Inhibitor (CNBCI) in the mix at a rate of 5.4 gallons per cubic yard. Account for the water contained within the CNBCI when determining the amount of water used in the mix. The Materials Engineer, or his representative, will approve the batch weights prior to use. Use these values to manufacture all high performance concrete with corrosion inhibitor for this project, and periodically correct the batch weights to account for changes in the fine aggregate fineness modulus and aggregate moisture contents. High Weight Methyl Methacrylate The high molecular weight methacrylate (HMWM) resin shall be low viscosity and non-fuming. Acceptance is based on the manufacturer certifying that it conforms to the following, and the contractor forwarding the certification to the DCES:

Page 1 of 3

Rev. March, 2015

156

D263237

ITEM 557.2101XX09 – INTERNAL CURING HIGH PERFORMANCE CONCRETE WITH CORROSION INHIBITOR - TYPE XX FRICTION Viscosity Density Flash Point Vapor Pressure TG (DSC) Gel Time Percent Solids Bond Strength

Less than 25 cps when measured according to ASTM D2849 Greater than 8.4 lb/gal. @ 77º F. Greater than 200º F. Less than 1.0 mm Hg @ 77º F. (ASTM D 323) Greater than 136º F (ASTM D3418) Greater than 40 minutes for a 100 gram mass Greater than 90 % by weight Greater than 1522.3 psi (ASTM C882)

Sand for coating HMWM shall be commercial quality dry blast sand. 95% of the sand shall pass the #8 sieve, and 95% shall be retained on the #30 sieve. The container shall include the following information: The name of the manufacturer, the brand name of the product, the date of manufacture. Water shall meet the requirements of §712-01. Curing Compound shall meet the requirements of §711-05. CONSTRUCTION DETAILS Form Work, Batching and Curing The design and fabrication of forms shall follow approved installation drawings and shall be constructed from plywood or approved equal. The forms shall be removable and shall not absorb water. Add the following to §557-3.01, Concrete Manufacturing and Transporting: The lightweight fine aggregate, at the time of batching must be at least 15% absorbed moisture content . Batch the lightweight fine aggregate first, then routinely batch the fine aggregate, coarse aggregate, admixtures, cement, pozzolan, Microsilica, and remaining mixing water and mix completely. Place the concrete when the ambient temperature is at least 60 F and no more than 85 F. Curing shall be as per §502-3.11. Quality Control The contractor shall take four sets of compressive strength test samples for each day of placement. Each set consists of 2 cylinders 6 inches X 12 inches. All sets shall be cured in an environment similar to the material they represent. The contractor’s concrete cylinder curing procedure shall be included on the installation drawings. Cylinders shall be provided to the Engineer at least 12 hours prior to the proposed testing. The following tests shall be performed: Compressive strengths shall be according to ASTM C 39. The timing of the testing shall be as needed to open to traffic and as ordered by the Engineer, except that one set shall be tested at 28 days. The cylinders will be broken by the Department.

Page 2 of 3

Rev. March, 2015

D263237

157

ITEM 557.2101XX09 – INTERNAL CURING HIGH PERFORMANCE CONCRETE WITH CORROSION INHIBITOR - TYPE XX FRICTION Application of HMWM Abrasive blast clean the area to be treated, removing all contaminants from the surface. Clean adjacent surfaces of the area to be treated using compressed air which is free of oil and moisture. Do not apply HMWM if rain is expected within 12 hours of completion. Apply HMWM to clean, dry surfaces when the surface temperature is at least 50º F, and if near 50º F, rising. The HMWM shall be mixed and applied according to the manufacturer’s instructions and no more than 5 gallons at a time. Apply the HMWM as shown in the plans and to all cracks as directed by the Engineer. When the HMWM surface will be used as a driving surface, sand must be applied to provide friction. After the HMWM has been applied, at least 20 minutes shall elapse before applying the sand. The sand shall be broadcast at a rate of approximately two pounds per square yard, completely covering the HMWM. Opening to traffic The HMWM must be tack-free before construction traffic is permitted to resume. The concrete must have a minimum compressive strength of 3000 psi, unless a different strength is shown in the Plans. If the concrete does not achieve the proper strength, contact the Deputy Chief Engineer of Structures. METHOD OF MEASUREMENT Measurement will be by volume of concrete placed in cubic feet. The volume of in-place concrete shall be calculated to the nearest cubic foot. BASIS OF PAYMENT Payment at the contract price for the above item shall be full compensation for all labor, equipment, and material to do the work. XX = Friction Type 01 - Type 1 Friction 02 - Type 2 Friction 03 - Type 3 Friction 09 - Type 9 Friction

Page 3 of 3

Rev. March, 2015

158

D263237

ITEM 557.2500NN16 - CRACK SEALING USING HIGH MOLECULAR WEIGHT METHACRYLATE – LINEAR CRACKS DESCRIPTION This work shall consist of furnishing and installing Crack Sealing Using High Molecular Weight Methacrylate in accordance with the contract documents and as directed by the Engineer. MATERIALS The high molecular weight methacrylate (HMWM) resin shall be low viscosity and non-fuming. Acceptance is based on the manufacturer certifying that it conforms to the following, and the contractor forwarding the certification to the DCES: Viscosity Density Flash Point Vapor Pressure TG (DSC) Gel Time Percent Solids Bond Strength

Less than 25 cps when measured according to ASTM D2849 Greater than 8.4 lb/gal. @ 77º F. Greater than 200º F. Less than 1.0 mm Hg @ 77º F. (ASTM D 323) Greater than 136º F (ASTM D3418) Greater than 40 minutes for 3.5 ounces Greater than 90 % by weight Greater than 1522.3 psi (ASTM C882)

Sand The sand shall be commercial quality dry blast sand. 95% of the sand shall pass the #8 sieve, and 95% shall be retained on the #30 sieve. The container shall include the following information: The name of the manufacturer, the brand name of the product, the date of manufacture. CONSTRUCTION DETAILS Abrasive blast clean the area to be treated, removing all contaminants from the surface. Clean all surfaces and cracks using compressed air which is free of oil and moisture. Do not apply sealers if rain is expected within 12 hours of completion. Apply sealers to clean, dry surfaces when the surface temperature is at least 50º F, and if near 50º F, rising. The sealer shall be mixed and applied according to the manufacturer’s instructions and no more than 5 gallons at a time. Pour sealer into the cracks. After the resin has been applied, at least 20 minutes shall elapse before applying the sand. The sand shall be broadcast at a rate of approximately two pounds per square yard, completely covering the sealer. The sealer must be tack-free before traffic is permitted to resume. METHOD OF MEASUREMENT This work will be measured as the number of feet of Crack Sealing Using High Molecular Weight Methacrylate 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.

Page 1 of 1

7/13/2006 USC 9/05/2012

D263237

159

ITEM 559.90010011 - ANTI-GRAFFITI PROTECTION COATING

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) 7345880. 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.

1 of 1

01/99

160

D263237

ITEM 560.10030011 - SEAL BRICKWORK CRACKS UP TO 1/2 inch WIDE DESCRIPTION: The work shall consist of supplying grout materials furnishing all labor, and all other materials and equipment necessary to perform crack repairs, at locations indicated on the drawings and where directed by the Engineer. MATERIALS: Portland cement, Type 2 '701-01 (except that the maximum permissible alkali content shall be 0.60 percent) Hydrated lime shall meet the requirements of ASTM C 207, Type SA. Grout Sand

'703-04

Water used for mixing and curing mortar

'712-01

Admixtures

'711-08

CONSTRUCTION DETAILS: The Contractor shall design grout mixtures consisting of portland cement, lime, sand, water and admixtures, with a minimal water content, that will flow throughout the crack. Cementitious material shall be proportioned 1 part portland cement to 2 parts lime for all grout mixes unless otherwise approved by the Engineer. Sand shall be omitted for grout mixtures intended to be placed into cracks less than 1/5 inch wide. The Contractor shall perform mix trials to select suitable grout proportions for the various applications. Where grout injection ports are to be used, the Contractor shall demonstrate that the grout to be used flows satisfactorily through an installed injection port. Grout prepared for placement into cracks between 1/8 inch and 1/2 inch wide shall be mixed using a mechanical mortar mixer, a drill powered paddle mixer, or other methods approved by the Engineer. Grout prepared for placement into cracks less than 1/8 inch wide, shall be mixed using a high-speed drill (approx. 3000 rpm) equipped with a Jiffler type mixing paddle, and the minimum mixing time shall be five minutes. Measured dry ingredients shall be added to the predetermined volume of water when mixing. Grout shall be placed immediately after mixing. Grout that is not placed within 30 minutes of initial mixing shall be discarded.

Page 1 of 2

12/05/02 USC 3/15/11

D263237

161

ITEM 560.10030011 - SEAL BRICKWORK CRACKS UP TO 1/2 inch WIDE All containers and equipment used for mixing grout shall be clean and rust-free. METHOD OF MEASUREMENT: This work will be measured as the number of feet of cracks sealed. BASIS OF PAYMENT: The unit price bid per linear foot shall include the cost of furnishing materials, labor and equipment necessary to complete the work. No payment will be made for labor and materials needed to correct any damage caused by the Contractor=s operations.

Page 2 of 2

12/05/02 USC 3/15/11

162

D263237

ITEM 560.10040010 - REMOVAL OF STONE MASONRY

DESCRIPTION. The work shall consist of : 1. The removal and disposal of stone masonry. 2. The removal and storage of stone masonry. 3. The removal, match marking, and storage of stone masonry. The exact nature of the work will be one, or a combination of, the foregoing operations as noted on the Contract Plans. All work will be done at the locations indicated on the Contract Plans, or where ordered by the Engineer. MATERIALS. Equipment proposed for this work shall be approved by the Engineer prior to actual use. CONSTRUCTION DETAILS. All removal work shall be done in a manner satisfactory to the Engineer. Removal work will be limited to the limits indicated on the plans, or established in writing, by the Engineer. If the removed stone masonry is to be disposed of, it shall become the property of the Contractor upon removal. Stone masonry shall be disposed of in a manner, and at a site, acceptable to the Engineer. If the stone masonry is to be removed, and stored, or removed, matchmarked and stored, the Engineer will designate the place of storage. The manner of storage shall be acceptable to the Engineer. Matchmarkings shall be made with a weather resistant marker. Markings shall be placed such that they will not be visible when the masonry is reinstalled. Damage to material not designated to be removed, caused by the Contractor=s operations, shall be repaired by the Contractor in a manner satisfactory to the Engineer. Stone masonry to be stored, which is damaged by the Contractor=s operations, shall be repaired or replaced by the Contractor to the satisfaction of the Engineer. METHOD OF MEASUREMENT: The quantity to be measured for payment will be the sum of the actual number of square feet of stone masonry removed and disposed of; removed and stored; and removed, match marked and stored. The measurement shall include the joints within the stone masonry.

1 of 2 7/81 2/1/96 M Revised 12/23/99 USC 3/21/11

D263237

163

ITEM 560.10040010 - REMOVAL OF STONE MASONRY

The measurement will be taken before the stone masonry is removed. The Contractor shall not remove any stone masonry until the measurement is completed and the Engineer authorizes the removal of the stone. Except for coping stone removal, measurement will be taken on the plane of all the exposed surfaces of the stone masonry to be removed. In the case of coping stone removal, measurement will be taken as the horizontal projection of the exposed surface of the coping stone. Stone masonry indicated on the plans as not exposed to view will be considered as exposed for measurement purposes. BASIS OF PAYMENT: The unit price bid per square foot shall include the cost of all labor, materials and equipment necessary to complete the work, including the providing of a disposal site and transportation to the site. No payment will be made for repair work to material not designated for removal, damaged from the Contractor=s operations. No payment will be made for repairing or replacing stone masonry to be stored which is damaged by the Contractor=s operations.

2 of 2 7/81 2/1/96 M Revised 12/23/99 USC 3/21/11

164

D263237

ITEM 560.13030010 - INSTALL STORED STONE MASONRY DESCRIPTION. The work shall consist of installing stored stone masonry at the locations indicated on the Contract Plans, or where ordered by the Engineer. The stored material may, or may not, be match-marked. Unused stored material shall, upon written release of the Engineer, become the property of the Contractor. It shall be disposed of. MATERIALS. All stone masonry is existing material. Mortar shall conform to the requirements of Subsection 560-2.06. The masonry cement used in the mortar shall be nonstaining to limestone as specified as ASTM C91. Anchor slots shall be 1/16 inch thick steel, galvanized in accordance with Subsection 719-01, Type IV. Anchors shall be stainless steel conforming to the requirements of ASTM A167, Type 301, 302, or 304. Dowels shall be stainless steel conforming to the requirements of ASTM A276, Type 302 or 304, annealed. CONSTRUCTION DETAILS: Stone masonry shall be installed in accordance with the requirements of the following table, and the attendant modifications: INSTALLATION

REQUIREMENT

Dimension Stone Masonry Stone Masonry Rubble Stone Masonry Rubble Stone Masonry (Laid Dry) Stone Coping

560-3.01; 560-3.02 560-3.01; 560-3.02; 560-3.04 560-3.01; 560-3.05 560-3.01; 560-3.05; 560-3.06 560-3.01; 560-3.02

Shop drawings and sample walls are not required. The following operations shall be performed prior to the installation of all stone which requires these operations to be performed: 1. Drilling holes into stone and concrete. 2. Removal of existing mortar. 3. Cutting as necessary to obtain a proper fit. 1 of 2

9/04/08E 11/81 6/20/95 M

D263237

165

ITEM 560.13030010 - INSTALL STORED STONE MASONRY Anchors and dowels shall be installed as shown on the Contract Plans. All damage to stone, or to other material, caused by the Contractor’s operations, shall be repaired in a manner satisfactory to the Engineer, at no cost to the State. All unused stone shall be disposed of in a manner, and at a site, acceptable to the Engineer. METHOD OF MEASUREMENT: The work will be measured as the number of square feet of stored stone masonry installed (including joints). Except for coping stone installation, measurement will be taken as the vertical projection of the exposed surface of installed stone masonry. In the case of coping stone installation, measurement will be taken as the horizontal projection of the exposed surface of the coping stone. Stone masonry indicated on the plans as not exposed to view will be considered as exposed for measurement purposes. BASIS OF PAYMENT: The unit price bid per square foot shall include the cost of all labor, materials and equipment necessary to complete the work, including the drilling of holes into stone masonry and concrete, furnishing and installing anchors and dowels, the providing of a disposal site for unused stone, and transportation to and from the disposal site. No payment will be made for repair work to stone or other material damaged due to the Contractor’s operations.

2 of 2

9/04/08E 11/81 6/20/95 M

166

D263237

ITEM 560.18000008 - REMOVE AND REPLACE CAULK IN MASONRY EXPANSION JOINTS DESCRIPTION: Remove caulk and replace with new caulk in masonry expansion joints at locations indicated on the plans or where directed by the Engineer. MATERIALS: Caulking Compound for Structures Premolded Resilient Joint Filler

705-06 705-07

CONSTRUCTION DETAILS: Caulk Removal: Remove caulk to a depth of 1 inch, or more if directed by the Engineer, by methods which do not damage masonry edges or adjacent mortar joints. Clean old caulk and dirt from the masonry. Use vacuum or oil free compressed air to clean joints of all loose dirt or particles prior to placement of new caulk. New Caulk: Place additional premolded resilient joint filler in the joint if required by the Engineer. Use caulk that color matches the mortar joints between masonry units, as approved by the Engineer. Caulk when the ambient temperature is 40EF or above, and when the masonry is frost-free and surface dry. Place caulk at a 1 inch minimum thickness (depth), or more if directed by the Engineer. Clean all masonry faces smeared with caulk to the satisfaction of the Engineer. METHOD OF MEASUREMENT: This work will be measured as the number of feet of joints caulked. The measurement will be taken along the centerline of caulked joints. BASIS OF PAYMENT: Include the cost of furnishing all labor, materials, and equipment necessary to complete the work in the unit price bid.

1 of 1

1/97 Rev. 10/17/00

D263237

167

ITEM 560.80800011 - REHABILITATE BRICK FACING 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. 2. 3. 4. 5.

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. With a medicine dropper, rapidly place 20 drops of water inside the circle. Note the time required for the water to be absorbed. If the time exceeds 12 minutes from the first drop of water, no wetting is needed. 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

1 of 2

USC 1/13/11

168

D263237

ITEM 560.80800011 - REHABILITATE BRICK FACING 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.

2 of 2

USC 1/13/11

D263237

169

ITEM 560.97000001 - STONE COPING

DESCRIPTION: Furnish and place stone coping on walls at locations indicated on the plans, or where directed by the Engineer. MATERIAL REQUIREMENTS: Stone Coping - durable, smooth cut exposed surfaces. Type will be as indicated in the contract documents. Submit samples to the Engineer for color approval. Bar Reinforcement, Grade 400 (Dowels) Preformed Closed Cell Foam Material, Type II Joint Filler Caulking Compound for Structures

§709-01 §705-08 §705-06

Dowels - galvanized in accordance with §719-01, Type I. Expansion joint sealant (caulk) - match the color of the mortar, as approved by the Engineer. Masonry Type S Mortar Ingredients Portland Cement, Type II Masonry Mortar Mortar Sand Concrete Sand Water

§701-01 §705-21 §703-03 §703-07 §712-01

Make a Type S Mortar (with Type S or N Masonry Cement) by loose volume parts as follows: Portland or Masonry Cement Sand Blended Cement 0 1 (Type S) 2¼ to 3 1 2 (Type N) 6¾ to 9 After adding all ingredients (including water) to a mechanical mixer, mix for 3 to 5 minutes to entrain air and produce a workable and uniform consistency. Discard all unused mortar 2½ hours after mixing. Mortars that have stiffened due to evaporation may be re-tempered up to 2½ hours after mixing by adding water to restore a workable consistency. The mortar will be accepted by inspection, subject to the approval of the Engineer. CONSTRUCTION DETAILS: Drill the dowel anchor holes in the wall and the coping stone to the size, depth and location indicated on the plans, or as directed by the Engineer. Use oil free air or water during drilling.

Page 1 of 2 Rev. July 2011

170

D263237

ITEM 560.97000001 - STONE COPING Brush a neat cement paste on the bottom of each coping stone just prior to setting it in mortar, being careful not to cover overhanging areas. Anchor the dowels in place by filling the anchor holes with masonry mortar during coping stone installation. Set the coping stone on a full mortar bed in a manner to form a full end joint in one operation. Tamp the stone down to line and grade of the wall. Tool all joints flat and flush with the surface of the coping stone to form a dense, hard, smooth finish. Align expansion joints in the coping with expansion joints in the wall to form a continuous vertical joint. Install the stone coping only when the ambient and all stone temperatures are 40o F or more. If these temperatures are expected to be less than 40o 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 90E , spread the mortar bed less than 5 feet ahead, and set the stone within 1 minute. Protect the completed masonry from drying and keep damp for a period of at least 3 days in hot dry weather when ordered by the Engineer. METHOD OF MEASUREMENT: The Engineer will measure the work as the number of square feet of stone coping, including mortar and expansion joints. The square measurement will be the length by the width shown on the plans. BASIS OF PAYMENT: Include the cost of all labor, materials and equipment necessary to complete the work in the unit price bid.

Page 2 of 2 Rev. July 2011

D263237

ITEM 565.46000009 - RESETTING OF EXISTING BEARINGS

171

DESCRIPTION This work shall consist of the resetting of existing bearings where indicated on the contract documents. It may be necessary to remove the entire bearing from its present position in order to perform the resetting operation. The term “resetting” shall be interpreted to include such removal where required. MATERIALS The materials shall conform to all details and requirements as shown on the plans. All galvanizing of the anchor bolts, nuts and washers shall conform with Material Specification Section 719-01, Type II. CONSTRUCTION DETAILS All the requirements of Section 565-3 Construction Details, shall apply. METHOD OF MEASUREMENT This work will be measured as the number of bearings reset. BASIS OF PAYMENT The unit price bid per bearing reset shall include the cost of furnishing all labor, materials and equipment necessary to complete the work.

Page 1 of 1

10/30/2009

172

D263237

ITEM 567.94000018 ASPHALTIC PLUG JOINTS FOR BRIDGES

DESCRIPTION Furnish and install Asphaltic Plug Joints for Bridges (APJ) into prepared joint recesses in accordance with the contract documents. MATERIALS Use an asphaltic plug bridge joint system appearing on the Department’s Approved List of Materials and Equipment. All Materials shall meet the requirements of section 705-18 of the Standard Specifications. The joint system will be comprised of the following components: a mixture of thermoplastic polymeric- modified asphalt, select aggregates, steel plate, locating pins (optional) and a backer rod. The joint systems shall be capable of providing up to ±1 inch of movement while maintaining a continuous load bearing surface. The aggregate will be double-washed, dried, and delivered to site in pre-weighed, labeled packages.  The aggregates type and size will be identified in the Materials Details of the manufacturer. The backer rod, used to control the depth of the binder material in the expansion gap shall be a closed cell foam expansion joint filler, compatible with the polymer modified bituminous binder and the elevated application temperature of the binder. The size of the backer rod shall be in accordance with the manufacturer’s recommendation for the existing expansion gap width and the anticipated expansion and contraction at each joint. The bridging plates shall be composed of A36/A36M mild steel and will have the following minimum dimensions: 3 feet long in the direction of the joint, 8 inches in width, and ¼ inch thick. When locating pins are required by the Materials Details, the bridging plate shall have pre-drilled holes at 12 inches on center. A NYSDOT approved sealing material shall be used for sealing the expansion gap at curbs, parapets, and sidewalks. CONSTRUCTION PROCEDURES Install the asphaltic plug bridge joint system in accordance with the approved Materials Details for that system. The joint opening will be prepared for the installation of the asphaltic plug bridge joint system to the satisfaction of the Engineer. All surfaces to come in contact with the joint system shall be abrasive blast cleaned. Arrange for the asphaltic plug bridge joint system manufacturer to have a competent technical representative at the job site during all phases of preparation and installation of the system. The representative shall advise both the Engineer and the Contractor regarding proper installation procedures of their system. The representative may be released at the EIC’s discretion after the initial installation. This system should not be installed if the ambient temperature is expected to be below 40° F at any time during the installation. All receiving surfaces must be completely dry, air blasted and free from any foreign objects prior to any material application. The expansion gap at curbs, parapets, and sidewalks shall be sealed where shown on the plans. After the joint system has been installed and exposed to normal daily vehicular traffic for a minimum of five (5) days, a Watertight Integrity Test as per 567.3.01H of the Standard Specifications shall be performed. Repairs made to the joint system for the successful completion of the Watertight Integrity Test shall be done at no cost to the State.

Page 1 of 2

USC

3/23/11

D263237

173

ITEM 567.94000018 ASPHALTIC PLUG JOINTS FOR BRIDGES

Repairs to the joint recess necessitated by the Contractor’s operation shall be completed at no additional cost to the State. Repairs to the joint recess necessitated by deterioration of the concrete not attributable to the Contractor’s operation will be eligible for payment. Note: Maximum joint width is 24 inches, concrete repairs needed to meet the opening size with other materials may warrant additional payment. The manufacturer’s representative shall provide written certification to the Engineer that the asphaltic plug bridge joint system was installed in accordance with the manufacturer’s requirements. For situations outside the system limits, contact the Materials Bureau for approval.

METHOD OF MEASUREMENT Measurement for payment purposes shall be taken as the number of cubic feet of sealed joint system measured horizontally and vertically along the centerline of the completed joint system between the outer limits indicated on the Contract documents. BASIS OF PAYMENT The unit price bid per 0.1 cubic foot shall include all labor, materials, and equipment necessary to complete the work. This includes any required overlay, sidewalk and curbs work removal

Page 2 of 2

USC

3/23/11

174

D263237

ITEM 584.14000016 - RAPID HARDENING CONCRETE FOR BRIDGE AND APPROACH SLAB REPAIRS DESCRIPTION. This work shall consist of excavating loose and deteriorated concrete, exposing and cleaning reinforcing bars, cleaning and preparing the cavity, furnishing and placing the concrete repair material and reopening the surface to traffic one hour after placement of repair material. The contractor shall have the option of using one of the types of repair material listed below. MATERIALS. The materials used shall meet the requirements of the following subsections: Coarse Aggregate (703-0204 Crushed Slag shall not be used) Rapid Hardening Concrete Repair Material - Normal Weather Rapid Hardening Polymer Concrete Water

703-02 701-09 721-20 712-01

The aggregate shall be sized as follows, based upon the depth of repair material placement: Depth of Placement

Gradation

Up to 4 inches 4 inches or greater

Type CA1 Table 501-2 Type CA2 Table 501-2

The following aggregate extension rates by weight of the dry component of the patching material shall be used:

PATCH MATERIAL

AGGREGATE

701-09

60-65% Type CA1 or CA2

721-20

75-80% Type CA1

The quantity of water (if required) added shall be no greater than that required by the patching material manufacturer's instructions. The moisture content of the aggregate shall be determined by the Contractor. The Contractor shall adjust the patching material manufacturer's water content allowing for the aggregate moisture content. This adjustment shall be approved by the Engineer before mixing. Aggregate used in Rapid Hardening Polymer Concrete shall be completely dry at the time of mixing. Rapid Hardening Polymer Concrete is flammable. Safety precautions shall be taken to prevent fire and explosion. Protective equipment shall be worn to prevent skin contact.

Page 1 of 4

10/17/2014

D263237

175

ITEM 584.14000016 - RAPID HARDENING CONCRETE FOR BRIDGE AND APPROACH SLAB REPAIRS CONSTRUCTION DETAILS. The locations to be repaired are indicated on the plans or will be designated by the Engineer. Repairs shall conform to the details shown on the plans or be in accordance with the directions of the Engineer. The area around the spall or other distress will be sounded with a 1 to 2 pound hammer and the perimeter of the area to be patched will be designated by the Engineer. All asphalt concrete, foreign materials of any kind, and unsound concrete shall be removed from the repair area. All wire mesh reinforcement encountered during concrete removal shall be cut out and disposed of by the contractor. The contractor will not be required to replace wire mesh reinforcement removed from a patch area. If steel reinforcing bars are encountered during removal of deteriorated concrete, the terms and conditions of subsections 579-1.02 Exposure of Reinforcing Bars and 579-3.02 Reinforcing Bar Exposure shall apply. If reinforcement is encountered and exposed with the 1 inch clearance as called for in subsection 579-1.02B, only CA1 aggregate shall be used to extend the repair material regardless of the total patch depth. The Contractor has the option of using chipping hammers, a milling machine approved by the Engineer, or high pressure water blast for concrete removal. If Rapid Hardening Polymer Concrete is proposed for use, high pressure water blast is not permitted. 1.

Chipping Hammers. The edges of the patch shall be chipped to produce a nearly vertical, intentionally rough sound edge. No undercutting shall be required or permitted. The floor of the patched area shall be chipped away to produce a minimum patch depth of 1 inch at all points within the patch if Rapid Hardening Polymer Concrete is used. Patches that use other materials shall be a minimum of 2 inches deep. Chipping hammers that are used shall not damage the concrete that is to remain. Chipping hammers shall weigh not more than 45 pounds with the bit and muffler removed. The hammer shall deliver no more than 1600 blows per minute. The Contractor shall provide the Engineer with information from the hammer manufacturer that these requirements are not exceeded. The air pressure used to power the hammer shall not exceed 100 psi measured at the air compressor. An air pressure gauge in proper working condition shall be provided. Only 3 inch sharp chisel bits shall be used. All bits determined by the Engineer to be dull shall be sharpened or replaced. If the Engineer determines that the Contractor's operations are resulting in damage to concrete that is to remain, the Contractor shall make immediate corrections. These corrections shall include the use of a lighter chipping hammer if so ordered by the Engineer.

2.

Milling Machine. Milling machines that are used for concrete removal shall result in the same surface preparation as in 1. Chipping Hammers. Their use shall be approved by the Engineer.

3.

High Pressure Water Blast. The edges of the patch shall be blasted to produce a nearly vertical, intentionally rough sound edge. No undercutting shall be required or permitted. the floor of the patched area shall be blasted away to produce the minimum patch thickness required by the type of material, at all points within the patch.

Page 2 of 4

10/17/2014

176

D263237

ITEM 584.14000016 - RAPID HARDENING CONCRETE FOR BRIDGE AND APPROACH SLAB REPAIRS Water blasters shall have a minimum pressure of 10 ksi when measured at the machine. Sand blasting shall follow concrete removal to remove any remaining contaminants or loose chips of concrete. Immediately prior to placing the patching material, the location to be patched shall be cleaned of all loose material by vacuum or air blasting. The air used for sand and air blasting shall be free or oil or any other foreign substances that would contaminate the cleaned surfaces. Air compressors shall be equipped with moisture traps. Air blasting shall have a pressure sufficient to remove all loose debris. The Contractor is required, at all times while sand, water or air blasting to provide protection by means of approved screening to prevent damage to, or interference with traffic in adjacent lanes. If patching material is not placed during the same working day as when the patch area is prepared, the area shall be resandblasted, followed by vacuum or air blasting before patching material placement. Patches being repaired with Rapid Hardening Polymer Concrete shall be completely dry, and primed with a compatible primer before placement. Patching material shall not be placed in wet weather. If, in the opinion of the Engineer, the patching material is damaged, it shall be removed and replaced. Temperature limitations for placing the rapid Hardening concrete are as follows: Ambient Temperature Range

Patching Material Type 701-09 R.H.C. (Normal Weather) 721-20 Rapid Hardening Polymer Concrete

50Ε - 85ΕF 38Ε - 85ΕF

The materials shall be mixed in a mortar-type mixer or mixer of such capacity that one batch will completely fill the location(s) to be repaired. Rapid Hardening Polymer Concrete may be mixed in manufacturer supplied plastic bags or a mortar type mixer. The mixer(s) shall be inspected and approved by the Engineer prior to use. If water is required it shall be the first material placed in the mixer. The moisture content of the aggregate used to extend the yield shall be determined and the quantity of water added shall be adjusted accordingly to compensate for the moisture content. The Contractor shall provide a device to accurately measure the quantity of water and aggregate. Aggregate used with Rapid Hardening Polymer Concrete shall be completely dry. The materials shall be mixed following the manufacturer's directions. If patching material is to be placed at a joint or slab edge, the necessary forms or joint forming material as indicated on the plans or ordered by the Engineer shall be provided. Any forms or joint spacers shall be coated with a material that will not react with the patching material and will not adhere to it. The patching material, except Rapid Hardening Polymer Concrete, shall be placed in one lift, starting at one edge of the repair area and working to the opposite edge. Rapid Hardening Polymer Concrete may be placed in lifts. Lifts shall be a minimum of 1 inch. All patches equal to or greater than 2 inches in depth shall be consolidated by internal vibration following Standard Specifications 555-3.04 B “Vibrating” to minimize the possibility of voids in the patch. The patching material shall be hand screeded and finished

Page 3 of 4

10/17/2014

D263237

177

ITEM 584.14000016 - RAPID HARDENING CONCRETE FOR BRIDGE AND APPROACH SLAB REPAIRS to meet the adjacent elevation, cross slopes, and texture. Once placed, no curing procedure is required for any type of patching material; however, it shall be allowed to air dry at least one hour prior to allowing traffic to travel over the patched area. METHOD OF MEASUREMENT. The work will be measured as the number of pounds of R.H.C. material actually incorporated into the work. The weight of the aggregate and the weight of the water will not be included. Measurement will be taken in accordance with the following: R.H.C. Material

Measurement

Container empty

Weight shown on container

Container open: more than one-half the material used

Weight shown on container

Container open: one-half, or less than one-half, the material used

One-half the weight shown on the container

No container shall be opened without prior authorization from the Engineer. No unopened container will be measured. Containers opened without prior Engineer's authorization will be deemed to be unopened. BASIS OF PAYMENT. The unit price per pound shall include the cost of all labor, equipment and materials necessary, including disposal of the removed material, to complete the work. This shall include, but not be limited to, surface preparation, sand blasting, air blasting, vacuuming, priming of the surface if necessary, and the mixing and placing of the repair material. Any forms necessary for the completion of this work shall be included in the cost for this item.

Page 4 of 4

10/17/2014

178

D263237

ITEM 606.31900011 - MAINTENANCE REPAIR OF CONCRETE BARRIER DESCRIPTION: Under this item, the Contractor shall repair concrete barrier in accordance with the work orders, specifications, and as directed by the Engineer. MATERIALS: Materials shall meet the requirements of Subsection 606-2, except as follows: The following materials shall meet the material requirements specified in the following subsections of Section 700 "Material Details" Epoxy-Coated Wire Fabric Reinforcement

709-08

CONSTRUCTION DETAILS: The provisions of Subsection 606.3.05 B of the Standard Specifications shall apply. The barrier shall be repaired in kind. Care shall be taken so as not to damage any embedded or attached facilities such as electric conduit, anchor bolts, continuity plate angles or continuity clips. These facilities shall be held in place, or reset as part of the repair. Repair of damaged, embedded, or attached facilities is not included in this item. METHOD OF MEASUREMENT: This work will be measured as the number of concrete barrier locations repaired in accordance with the work orders, specifications, and as directed by the Engineer. For the purpose of this specification, a location is defined as a repair of 5 Linear Feet of concrete barrier or less. Repairs greater than 5 Linear Feet will be measured as the number of 5 Linear Feet increments. For example, a 7 Linear Feet concrete barrier repair will be measured as two locations. BASIS OF PAYMENT: The unit price bid for each location shall include the cost of all labor, materials and equipment, necessary to complete the work, including bar reinforcement, wire fabric, drilling and grouting of reinforcement, resetting continuity plate angles and continuity connections, if any, and pre-molded resilient joint filler. The cost of repairing any electrical facility that may be embedded or attached to the concrete barrier shall be paid separately.

Page 1 of 1

Rev 8/22/2000 USC 3/06/2009

D263237

179

ITEM 607.06400016 - PEDESTRIAN FENCING FOR BRIDGES ITEM 607.06410016 - SNOW FENCING FOR BRIDGES 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 Vinyl Coated Steel Fence Fabric Steel Fence Fabric (Aluminum Coated) Posts, Rails, Braces, and Fittings Plastic Coated Posts, Rails, Braces, and Fittings Angles and Plates Steel "T" and Wide Flange Sections U-Bolts Nuts and Bolts Pipe Supports Anchor Bolts

REQUIREMENTS 710-03 710-04 710-10.3 710-12 ASTM A36 ASTM A36 ASTM A307 ASTM A307 and ASTM A325 ASTM A53 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. LNJ:eg

Page 1 of 2

9/6/94 USC 3/25/09

180

D263237

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

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. LNJ:eg

Page 2 of 2

9/6/94 USC 3/25/09

D263237

181

ITEM 607.21000011 - REMOVE AND DISPOSE OF CHAIN LINK FENCE ITEM 607.22000011 - REMOVE AND DISPOSE OF EXISTING FENCE POST WITH ATTACHED ANCHOR PLATE ITEM 607.23000011 - REMOVE EXISTING GALVANIZED STEEL DOUBLE LEAF CHAIN LINK FENCE GATE WITH POSTS (16 FEET HIGH X 13.5 FEET WIDE) Description: The Contractor shall remove and dispose of chain link fence, fence posts with attached anchor plate, and fence gates in accordance with the plans, specifications and orders of the Engineer. Materials: None specified. Construction Details: The Contractor shall remove the existing chain link fence, fence posts with attached anchor plates, and fence gates as indicated in the plans and remove them from the site of work in a manner approved by the Engineer. Method of Measurement: A.

Removal and Disposal of Chain Link Fence - The quantity to be paid for will be the number of linear feet of chain link fencing removed and disposed of regardless of height, measured along the top of the fencing, in accordance with the plans and as ordered by the Engineer.

B.

Removal and Disposal of Fence Posts with attached anchor Plates and Fence Gates The quantity to be paid for will be the number of each removed and disposed of in accordance with the plans and as ordered by the Engineer.

Basis of Payment: A.

Removal and Disposal of Chain Link Fence - The unit price bid per linear feet for the removing and disposing of the chain link fence shall include the cost of furnishing all labor, equipment and materials necessary to complete the work.

B.

Removal and Disposal of Fence Posts with attached Anchor Plate and Fence Gates The unit price bid for each fence gate shall include the cost of furnishing all labor, equipment and materials necessary to complete the work of removing and disposing them. 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 as ordered by the Engineer, at no cost to the State.

Page 1 of 1

Rev. 8/07/1995 USC 3/10/2009

182

D263237

ITEM 607.98010111 - TEMPORARY CHAIN-LINK FENCE DESCRIPTION: This work shall consist of furnishing, erecting, moving and removing chain link fencing and metal gates of the size and type shown on top of the temporary concrete barriers, and in sidewalk and roadway areas at the locations as shown on the plans and where directed by the Engineer. Fence Types: 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 MATERIALS : Materials shall conform to the requirements specified in the following subsections of Section 700-Materials: Galvanized Steel Fence Fabric Vinyl Coated Steel Fence Fabric Steel and Iron Posts, Rails, Braces and Fittings for Chain- Link Fence Plastic Coated Posts, Rails, Braces and Fittings for Chain-Link Fence

710-02 710-03 710-10 710-12

Fence Gates: Gate frames shall be composed of tubing braced with rods, bars or angles and filled with wire mesh, meeting the requirements of the Specifications for the type of fencing with which the gate is to be used, all as detailed on the Plans 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 Section 501, Portland Concrete-General, except that requirements for automated batching shall not apply. CONSTRUCTION DETAILS: General: 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.

Page 1 of 5

In addition, if the USC 4/6/09 Rev. 1/14/02 12/18/95

D263237

183

ITEM 607.98010111 - TEMPORARY CHAIN-LINK FENCE 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. Line posts and corner and end posts on grade shall be installed in accordance with Standard Sheet 607-10 and 607-11 and gate posts shall be installed in accordance with Standard Sheet 607-12 Heights of the posts and fencing shall conform to the dimensions shown on the Plans. The Contractor shall perform such clearing and grubbing as may be necessary to construct the fence to the required grade and alignment. At locations where breaks in a run of fencing are required, or at interactions with existing fences, appropriate adjustments in post spacing shall be made to conform to the requirement for the type of closure indicated. When the Plans require that the posts, braces, or anchors be embedded in concrete, the Contractor shall install temporary guys or braces, as may be required to hold the posts in proper position until such time as the concrete has set sufficiently to hold the posts. Unless otherwise permitted, no materials shall be installed on posts or strain placed on guys or bracing set in concrete until seven days elapsed from time of placing the concrete. All posts shall be set vertically and to the required grade and alignment. Cutting of the tops of the posts will be allowed only with the approval of the Engineer and under conditions specified by the Engineer . Fence fabric of the size and type required shall be firmly attached to the posts and braces in the manner indicated. All fence fabric shall be stretched taut and installed to the required elevations. At each location where an electric transmission, distribution or secondary line crosses any of the types of fences covered by these Specifications, the Contractor shall furnish and install a ground conforming to the requirements of Subsection 9 of the National Electric Safety Code. Fence shall generally follow the contour of the ground, with the bottom of fence fabric no less than 2 inch nor more than 6 inch from the ground surface. Grading shall be performed where necessary to provide a neat appearance. Line posts shall be spaced equidistant in the fence line at the spacing shown on the Plans, Standard Sheets or as directed by the Engineer. End, corner, and intermediate posts shall be placed at the locations indicated on the Plans, Standard Sheets or where directed by the Engineer, and shall be braced as shown on the Plans and Standard Sheets. When chain-link fence is on a long curve, intermediate posts shall be evenly spaced so that the strain of the fence will not bend the line posts.

Page 2 of 5

USC 4/6/09 Rev. 1/14/02 12/18/95

184

D263237

ITEM 607.98010111 - TEMPORARY CHAIN-LINK FENCE All end, corner, and intermediate posts shall be set plumb in concrete bases of the depth and diameter shown on the Plans or Standard Sheets. The Contractor shall have the option of setting the line posts in concrete bases or using methods of driving and anchoring specified by the fence manufacturer and approved by the Engineer. The concrete bases shall be rough cast in the ground around the posts. The top surface shall be domed to shed water and provide a neat appearance when completed. Extensions of up to 45 minutes for the allowed time for pouring the concrete will be permitted. Chain Link Fencing With Top Rail: Posts shall be set so they are equidistant with a maximum of 10 foot centers. All top rails shall pass through the base of the post caps and shall form a continuous brace from end to end of each stretch of fence. Top rail lengths shall be joined with sleeve couplings with expansion sleeves provided at 100 foot intervals. Top rails shall be securely fastened to end posts by means of approved rail end connectors . Horizontal braces shall be provided at all intermediate posts, midway between the top rail and ground as shown on the Plans or Standard Sheets. Diagonal truss rods shall be installed with the horizontal braces as indicated in the Plans or Standard Sheets. Fence fabric shall be installed approximately 2 inch above the ground level and securely fastened along the bottom and to all braces, top rails, line and pull posts, at the intervals indicated on the Standard Sheets by approved methods. The fabric shall be secured to all end, corner, and gate posts with stretcher bars fastened to the posts, with stretcher bands spaced at a maximum of 14 inch and in a manner permitting adjustment of the fabric tension. If the Contractor elects the option of using pieces, roll-formed sections, the fence fabric shall be integrally woven into the fabric loops on the end, corner, pull and gate posts. The fabric shall be attached to the end, corner and line posts as shown on the Standard Sheets. Chain Link Fencing With Top Tension Wire: The construction details specified in Chain-Link Fencing with top Rail shall apply with the following modifications: A.

Top tension wire shall be installed as shown on the Plans Standard Sheets, or as directed, by the Engineer.

B.

All posts shall be spaced equidistant in the fence line on a maximum of 8 foot centers,

Page 3 of 5

USC 4/6/09 Rev. 1/14/02 12/18/95

D263237

185

ITEM 607.98010111 - TEMPORARY CHAIN-LINK FENCE except that a10 foot spacing will be permitted on concrete barriers. C.

Additional pull posts shall be placed at locations indicated on the Plans or Standard Sheets. Brace assemblies shall be installed at each intermediate post as indicated on the Plans or Standard Sheets.

Vinyl Coated Chain-link Fencing on Plastic Coated Frame: The construction details specified on Chain-Link Fencing with Top Rail or Chain-Link Fencing with Top Tension Wire shall apply with the following addition: If any of the resin clad material specified under item has the protective resin coating is damaged so its effectiveness to prevent corrosion of the base material is impaired, the Contractor shall repair such parts by applying one coat of an approved compound of color to match original material. Fence Gates: The Contractor shall construct metal fence gates of the type and size as indicated on the Plans or Standard Sheets, and in the location shown on ordered by the Engineer. Upon removal, fence gates shall become the property of the Contractor and shall be removed by it from the project site. METHOD OF MEASUREMENT: This work will be measured as the number of linear feet of the chain-link fencing installed as measured along the top of fencing, including gates, center to center of end posts. BASIS OF PAYMENT: The unit price bid per linear feet for temporary chain-link fencing shall include the cost of all labor, materials, tools and equipment necessary to satisfactorily install the fencing , and gates and to subsequently remove them, and shall include all necessary clearing, grubbing, excavation and disposal, fill, concrete, anchoring, posts, hardware, fencing, gates, gate posts, locks, bracing, drilling or forming holes in concrete barriers as necessary, repair of material damaged by the Contractor=s operations and all other materials. 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. After placement, payment will be made for ninety (90) percent of the quantity of chain-link fencing and gates furnished and erected in accordance with contract requirements. The

Page 4 of 5

USC 4/6/09 Rev. 1/14/02 12/18/95

186

D263237

ITEM 607.98010111 - TEMPORARY CHAIN-LINK FENCE remaining will be paid upon removal.

Page 5 of 5

USC 4/6/09 Rev. 1/14/02 12/18/95

D263237 ITEM 607.99010009

187

- REMOVE AND STORE SNOW FENCING

DESCRIPTION This work shall consist of the removal and storage of snow fencing in locations shown on the Plans, described in the proposal and directed by the Engineer.

MATERIALS Existing materials shall be salvaged and stored. Materials damaged or lost by the Contractor, except those few components of the fencing which by nature of their construction are not suitable for reuse, shall be replaced in kind by the Contractor at the Contractor’s expense.

CONSTRUCTION DETAILS The locations and limits of the existing fencing to be removed shall be as authorized by the Engineer. The Contractor shall carefully dismantle and remove the existing fencing and provide safe storage of the salvaged materials until picked up by State Forces.

METHOD OF MEASUREMENT The quantity to be paid for under this item will be measured by the actual number of linear feet of fencing removed and stored.

BASIS OF PAYMENT The unit price bid per linear foot shall include the cost of furnishing all labor, materials and equipment necessary to remove and provide safe storage of the fencing.

Page 1 of 1

March 4, 2002

188

D263237

ITEM 609.35000001 - REPAIR EXISTING CONCRETE CURB DESCRIPTION: Under this item the Contractor shall repair the shape of the existing concrete curb by bonding a new concrete curb cap to the remaining existing curb at the locations indicated on the plans or as ordered by the Engineer. MATERIALS: Materials for the concrete curb cap shall meet the requirements of Subsection 609-2. Premoulded resilient joint filler shall meet the requirements of Subsection 705-07. Portland cement mortar bonding grout shall meet the requirements of Subsection 705-22. CONSTRUCTION DETAILS: All surfaces which are to have new concrete bonded to it are to be cleaned thoroughly to remove all loose concrete, dried slurry, paints, dirt, grease or any other objectionable material. Portland cement mortar bonding grout shall be applied to the existing curb that remains, as indicated in the plans or as specified by the Engineer. The consistency of the grout shall be such that it can be applied to the prepared surfaces in a thin (approximately ⅛ inch), even coating that will not run or puddle in low spots. The bonding grout shall be vigorously and thoroughly broomed or brushed into the prepared surface with stiff nylon bristle brooms or brushes. Care shall be exercised to ensure that all surfaces to be in contact with new concrete receive a uniform coating. The surface shall not be intentionally wetted. Whenever the surface is wet, all free standing water shall be removed prior to application of grout. Placement of the grout must be coordinated with the concrete placement so that the grout does not show signs of drying before the concrete is placed over it. The grout shall not be spread over such an area that it dries to a light gray color before placement of the concrete. Time before drying will depend on atmospheric conditions and should be determined on the job. If the grout is allowed to dry, or if it has cracked or debonded, then the concrete placement shall be stopped, the grout removed by sandblasting, or other means approved by the Engineer, and new grout placed. The new concrete curb cap shall be formed as shown in the plans in accordance with Subsection 609-3.04. Expansion joints ¾ inch in width shall be formed with premoulded resilient joint filler at intervals shown on the plans or specified by the Engineer. Page 1 of 2

Rev. Jan 2007

D263237

ITEM 609.35000001 - REPAIR EXISTING CONCRETE CURB

189

METHOD OF MEASUREMENT: This work will be measured as the number of linear feet of repaired curb, measured along the top front arris line of the curb. 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 including backfill, preparation of subgrade and placement of concrete cap.

Page 2 of 2

Rev. Jan 2007

190

D263237

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

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.

Page 1 of 1

USC 03/10/2009 07/08/2008

158

D263237

191

ITEM 670.91000010 - RELOCATE STREET LIGHTING BRACKET ARM WITH LUMINAIRE

DESCRIPTION. This work shall consist of relocating street lighting bracket arms complete with luminaires, down leads, or overhead service cable as indicated in the plans or as directed by the Engineer. Thet e r m“ o ve r h e a ds e r vi c ec a bl e ”whe r e ve ri ta ppe a r s , s ha l lbeunde r s t oodt ome a nt he secondary service cable, messenger assembly, and fuses used to connect the secondary power supply line to the luminaire.

MATERIALS. Not specified.

CONSTRUCTION DETAILS. Subsections 670-3.17 and 670-3.19 shall apply, except for the following: The Contractor shall relocate bracket arms with luminaires and down leads or overhead service cable from existing signal and utility poles to new and/or existing signal and utility poles as indicated in the plans or ordered by the Engineer. The bracket arm shall be attached to the pole with hardware suitable to support loadings imposed by ice and wind as well as the dead load. Details of the attachment shall be submitted to the Engineer for approval prior to the work. The Contractor shall install the relocated down lead on the pole or extend the overhead service cable in kind, as required, for reconnection of electric service. All work necessary to disconnect and reconnect the electric service shall be the responsibility of the Contractor.

METHOD OF MEASUREMENT. Subsection 670-4.13 shall apply.

BASIS OF PAYMENT. Subsection 670-5.15 shall apply.

12/23/08E

12/88 3/15/96 M Page 1 of 1

192

D263237

ITEM 670.91100010 - WOOD POLE DESCRIPTION Under this item the Contractor shall furnish and install Wood Poles for street lighting bracket arm mounting, service point connection and support of new overhead conductors, as shown on the plans or as directed by the Engineer. MATERIALS Wood pole shall be Southern Pine or Douglas Fir and meet the requirements of ANSI No. O 5.1 for Class 4 Utility type poles. Length shall be as shown on the plans. Poles shall be given a preservative treatment in accordance with Subsection 708-31, Wood Preservative - Water Borne or Subsection 708-32, Wood Preservative - Oil Borne. CONSTRUCTION DETAILS The poles shall be erected plumb in an augered hole to the depth shown on the plans. The area around the pole shall be backfilled with suitable excavated material and thoroughly compacted to the satisfaction of the Engineer. METHOD OF MEASUREMENT This work will be measured as the number of Wood Poles furnished and installed in accordance with the plans, specifications and direction of the Engineer. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials and equipment necessary to complete the work, including excavation, pole installation and backfill.

12/23/08E Page 1 of 1

6/94 12/2/96 M

160

D263237

193

ITEM 680.77000010 - MODIFY TRAFFIC SIGNAL EQUIPMENT ITEM 680.79000010 - REMOVE TRAFFIC SIGNAL EQUIPMENT DESCRIPTION. This work shall consist of modifying existing traffic signal equipment and removing existing traffic signal equipment, in accordance with the plans, specifications, or directions of the Engineer. MATERIALS. When the existing system is to be modified, the existing material shall be reused in the revised system, removed, salvaged, or disposed of as shown on the plans, as specified in the special provisions, or as directed by the Engineer. New material required shall conform to the requirements of Subsection 680-2 of the Standard Specifications. CONSTRUCTION DETAILS. Where shown on the Contract Plans or directed by the Engineer, existing traffic signal equipment shall be either modified or removed and disposed of as specified in the Contract Documents. The requirements of Subsections 680-3.01, 680-3.03, 680-3.04, 680-3.06, 680-3.07, 680-3.08, 680-3.09, 680-3.10, 680-3.12, 680-3.14, 680-3.16, 680-3.22, 680-3.30, and 680-3.32, as applicable, shall apply. Care shall be exercised in removing and salvaging electrical equipment so that it will remain in its original form and existing condition wherever possible. The Contractor will be required to replace, at his expense, any traffic signal equipment which is determined by the Engineer to have be e nda ma g e dorde s t r oy e dbyr e a s o noft h eCo nt r a c t or ’ sope r a t i on s . Existing material required to be modified and found to be unsatisfactory by the Engineer shall be replaced by new material and the cost therefor will be paid for as extra work. METHOD OF MEASUREMENT. The items will be measured for payment on a lump sum basis for the work completed in accordance with the Contract Documents and as directed by the Engineer. BASIS OF PAYMENT. The lump sum price bid shall include the cost of furnishing all labor, materials, tools, equipment, s a f e t yr e qu i r e me nt sa sde t e r mi ne dbyU. S.De pa r t me n tofLa bor ’ sOc c u pa t i ona lSa f e t ya nd Health Standards, and incidentals necessary to complete the work including excavation, backfill, concrete, and restoration of surfaces. Monthly payments will be made in proportion to the amount of work done under each item as determined by the Engineer. 12/24/08E Page 1 of 1

11/79 1/86 3/15/96 M

194

D263237

ITEM 680.83200010 - LOCATE AND MARKOUT INFORM AND STATE LIGHTING FACILITIES DESCRIPTION: Under this item, the Contractor shall locate, identify and markout all underground Information for Motorists (INFORM) System facilities and State lighting facilities at each work location within the contract limits, in accordance with the contract documents and as directed by the Engineer. MATERIALS: All instruments, equipment, stakes, paint and any other material necessary to perform the work satisfactorily shall be provided by the Contractor. Equipment utilized to locate underground or buried cables and conduit shall be specifically designed for that purpose. This equipment shall be capable of locating energized, non-energized, loaded and unloaded cables. It shall also be designed to generate a discriminating signal on conduits or cables at any accessible point so that they can be individually selected and traced. CONSTRUCTION DETAILS: It is the Contractor's responsibility to determine the exact locations of all INFORM underground facilities and State lighting facilities, and to avoid any interference and conflict of any type. The Contractor is cautioned that abandoned cables may exist within the contract limits which may tend to complicate or mislead tone out operations. The Contractor shall immediately notify the Engineer if any interferences are encountered. The Contractor shall be responsible for the cost of all damage to INFORM and State lighting underground and above ground facilities caused by his operations. All repairs required for INFORM facilities will be made by others under the direction of the State. All damaged State lighting facilities shall be replaced in kind or repaired A.O.B.E. The Contractor shall be responsible for all costs to make such repairs. Surface Markout of the underground facilities shall be intelligible painted markings or stakes. The Contractor shall be responsible for maintaining the markings until they are no longer needed. If the markout becomes worn or obliterated in any fashion before completing excavation operations, then the appropriate facilities shall be re-identified and marked out. Ground rods, power supplies, batteries, connecting cables and any other incidentals, as required and recommended by the specific cable locating equipment manufacturer chosen, shall be furnished and installed by the Contractor. Approval for access to INFORM equipment cabinets and pullboxes shall be obtained from the Engineer prior to attempting entry to such locations. 12/26/08E

Page 1 of 2

10/20/89 3/15/96 M

D263237

195

ITEM 680.83200010 - LOCATE AND MARKOUT INFORM AND STATE LIGHTING FACILITIES METHOD OF MEASUREMENT: The work for this item will be measured for payment on a lump sum basis for the work completed, in accordance with the contract documents, and as directed by the Engineer. BASIS OF PAYMENT: The lump sum price bid shall include the cost of furnishing all labor, materials, tools, equipment and incidentals necessary to complete and maintain the work of this item. Monthly progress payment will be made under this item in proportion to the amount of work done, as determined by the Engineer.

12/26/08E

Page 2 of 2

10/20/89 3/15/96 M

196

D263237

ITEM 685.0715XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 15 MILS THICK (WET NIGHT VISIBILITY SPHERES) ITEM 685.0720XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 20 MILS THICK (WET NIGHT VISIBILITY SPHERES) DESCRIPTION: Under this work the contractor shall furnish and apply epoxy reflectorized pavement markings in accordance with these specifications, the Contract Documents, the NYSMUTCD, or as ordered by the Engineer. Items for Special Markings include stop bars and crosswalks. Yield line symbols are isosceles triangles with height equaling 1.5 times the base dimension: A small yield line symbol shall have a base dimension of one foot. A large yield line symbol shall have a base dimension of two feet. Yield line symbols are to be installed with the Apex of the triangle oriented towards oncoming traffic. The epoxy marking material shall be hot-applied by spray methods onto bituminous and portland cement concrete pavement surfaces at the thickness and width shown on the Contract Documents. Following a simultaneous application of Standard Glass Beads (Type 2) and Wet/Night Visibility Beads (Type 1), the cured epoxy marking shall be an adherent reflectorized stripe that will provide wet night retro-reflectivity. MATERIALS REQUIREMENTS: Epoxy Paint Glass Beads for Pavement Markings

727-03 727-05

Reflective Glass Spheres Retro-reflective beads shall be a double drop system of glass spheres consisting of Standard Beads (Type 2) and Wet/Night Visibility Beads (Type 1) as defined in §727-05 Glass Beads for Pavement Markings. EPOXY APPLICATING EQUIPMENT In general, a mobile applicator shall be a truck mounted, self-contained pavement marking machine, specifically designed to apply epoxy resin materials and reflective glass spheres in continuous line patterns. The applicating equipment shall be maneuverable to the extent that straight lines can be followed and normal curves can be made in a true arc. In addition, the truck mounted unit shall be provided with accessories to allow for the marking of cross hatching and other special patterns as directed by the Engineer. At any time throughout the duration of the project, the Contractor shall provide free access to his epoxy applicating equipment for inspection by the Engineer or his authorized representative. The Engineer may approve the use of a portable applicator in lieu of mobile truck mounted accessories for use in applying special markings only, provided such equipment can demonstrate satisfactory application of reflectorized epoxy markings in accordance with these specifications.

Page 1 of 7

November 2015

D263237

197

ITEM 685.0715XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 15 MILS THICK (WET NIGHT VISIBILITY SPHERES) ITEM 685.0720XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 20 MILS THICK (WET NIGHT VISIBILITY SPHERES) Mobile applicating equipment shall be capable of installing up to 19 miles of epoxy reflectorized pavement markings in an eight hour day and shall include the following features: 1.

Individual tanks for the storage of Part A and Part B of the epoxy resin.

2.

Individual tanks for the storage of Standard (Type 2) and Wet/Night Visibility (Type 1) glass spheres. Each tank shall have a minimum capacity of 3000 lbs.

3.

Heating equipment of sufficient capacity to maintain the individual epoxy resin components at the manufacturer's recommended temperature for spray application.

4.

Individual dispensers for the simultaneous application of Standard (Type 2) and Wet/Night Visibility (Type 1) glass spheres. Each dispenser shall be capable of applying spheres at a minimum rate of 10 lbs/gal of epoxy resin composition.

5.

Metering devices or pressure gauges on the proportioning pumps, positioned to be readily visible to the Engineer.

6.

All necessary spray equipment, mixers, compressors, and other appurtenances for the placement of epoxy reflectorized pavement markings in a simultaneous sequence of operations as described in Construction Details, D. Application of Epoxy Reflectorized Pavement Markings.

CONSTRUCTION DETAILS A.

General All pavement markings shall be placed as shown on the Contract Documents and in accordance with the New York State, Manual of Uniform Traffic Control Devices (MUTCD). Before any pavement marking work is begun, a schedule of operations shall be submitted for the approval of the Engineer. At least five (5) days prior to starting striping, the Contractor shall provide the Engineer with the epoxy manufacturer's written instructions for use. These instructions shall include, but not be limited to, material mixing ratios and application temperatures. When pavement markings are applied under traffic, the Contractor shall provide all necessary flags, markers, signs, etc. in accordance with the MUTCD to maintain and protect traffic, and to protect marking operations and the markings until thoroughly set. The application of pavement markings shall be done in the general direction of traffic. Striping against the direction of traffic flow shall not be allowed.

Page 2 of 7

November 2015

198

D263237

ITEM 685.0715XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 15 MILS THICK (WET NIGHT VISIBILITY SPHERES) ITEM 685.0720XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 20 MILS THICK (WET NIGHT VISIBILITY SPHERES) The Contractor shall be responsible for removing, to the satisfaction of the Engineer, all tracking marks, spilled epoxy, and epoxy markings applied in unauthorized areas. When necessary the Contractor shall establish marking line points at 30 foot intervals throughout the length of the pavement or as directed by the Engineer. B.

Atmospheric Conditions Epoxy pavement markings shall only be applied during conditions of dry weather and on substantially dry pavement surfaces. At the time of installation the pavement surface temperature shall be a minimum of 50F and the ambient temperature shall be a minimum of 50F and rising. The Engineer shall be the sole determiner as to when atmospheric conditions and pavement surface conditions are such to produce satisfactory results.

C.

Surface Preparation The Contractor shall clean the pavement and existing durable markings to the satisfaction of the Engineer. Surface cleaning and preparation work shall be performed only in the area of the epoxy markings application. At the time of application all pavement surfaces and existing durable markings shall be free of oil, dirt, dust, grease and similar foreign materials. The cost of cleaning these contaminants shall be included in the bid price of this item. In addition, concrete curing compounds on new portland cement concrete surfaces and existing painted pavement markings on both concrete and bituminous pavement surfaces shall be cleaned and paid for in accordance with §635 Cleaning and Preparation of Pavement Surfaces for Pavement Markings.

D.

Application of Epoxy Reflectorized Pavement Markings Epoxy reflectorized pavement markings shall be placed at the width, thickness, and pattern designated in the Contract Documents. Marking operations shall not begin until applicable surface preparation work is completed and approved by the Engineer, and the atmospheric conditions are acceptable to the Engineer. Pavement markings shall be applied by the following simultaneous operation: 1.

The pavement surface is air-blasted to remove dirt and residues.

Page 3 of 7

November 2015

D263237

199

ITEM 685.0715XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 15 MILS THICK (WET NIGHT VISIBILITY SPHERES) ITEM 685.0720XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 20 MILS THICK (WET NIGHT VISIBILITY SPHERES)

E.

2.

The epoxy resin, mixed and heated in accordance with the manufacturer's recommendations, is uniformly hot-sprayed onto the pavement surface at the minimum specified thickness.

3.

Standard (Type 2) and Wet/Night Visibilty (Type 1) reflective glass spheres are injected into or dropped onto the liquid epoxy marking. Standard beads (Type 2) shall be applied first immediately followed by the application of Wet/Night Visibilty beads (Type 1). Each type shall be applied at a minimum rate of 10 lbs/gal of epoxy resin (minimum total application = 20 lbs/gal).

Defective Epoxy Pavement Markings Epoxy reflectorized pavement markings, which after application and curing are determined by the Engineer to be defective and not in conformance with this specification, shall be repaired. Repair of defective markings shall be the responsibility of the Contractor and shall be performed to the satisfaction of the Engineer as follows: 1.

Insufficient film thickness and line width; insufficient glass bead coverage or inadequate glass bead retention. Repair Method. Prepare the surface of the defective epoxy marking by grinding or blast cleaning. No other cleaning methods will be allowed. Surface preparation shall be performed to the extent that a substantial amount of the reflective glass spheres are removed and a roughened epoxy marking surface remains. Immediately after surface preparation remove loose particles and foreign debris by brooming or blasting with compressed air. Repair shall be made by restriping over the cleaned surface in accordance with the requirements of this specification and at the full thickness indicated on the Contract Documents.

2.

Uncured or discolored epoxy*; insufficient bond (to pavement surface or existing durable marking). Repair Method. The defective epoxy marking shall be completely removed and cleaned to the underlying pavement surface in accordance with the requirements of Section 635 Cleaning and Preparation of Pavement Surfaces, at the Contractor's expense. The extent of removal shall be the defective area plus any adjacent epoxy pavement marking material extending three feet in any direction. After surface preparation work is complete, repair shall be made by reapplying epoxy over the cleaned pavement surface in accordance with the requirements of this

Page 4 of 7

November 2015

200

D263237

ITEM 685.0815XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 15 MILS THICK (WET NIGHT VISIBILITY SPHERES) ITEM 685.0720XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 20 MILS THICK (WET NIGHT VISIBILITY SPHERES) specification. *Uncured epoxy shall be defined as applied material that fails to cure (dry) in accordance with the requirements of §727-03 Epoxy Paint; or applied material that fails to cure (dry) within a reasonable time period under actual field conditions, as defined by the Engineer. Discoloration shall be defined as localized areas or patches of brown, grayish or black colored epoxy marking material. These areas often occur in a cyclic pattern and often are not visible until several days or weeks after markings are applied. Other defects not noted above, but determined by the Engineer to need repair, shall be repaired or replaced as directed by and to the satisfaction of the Engineer. All work in conjunction with the repair or replacement of defective epoxy reflectorized pavement markings shall be performed by the Contractor at no additional cost to the State. METHOD OF MEASUREMENT Pavement striping (regular lines, cross hatching and special markings) will be measured in feet along the centerline of the pavement stripe and will be based on a 4 inch wide stripe. Measurement for striping with a width greater than the basic 4 inches, as shown on the plans or directed by the Engineer, will be made by the following method: Plan Width of Striping (inches) X Feet 4 inches BASIS OF PAYMENT The accepted quantities of markings will be paid for at the contract unit price, which shall include the cost of furnishing all labor, materials and equipment to satisfactorily complete the work. The cost for maintaining and protecting traffic during the marking operations shall be included in the price bid. The cost of removal of concrete curing compounds and existing pavement markings will be paid under separate items and are not included in this item. No payment will be made for the repair or replacement of defective epoxy reflectorized pavement markings. PAY ITEM NO.

DESCRIPTION

Page 5 of 7

PAY UNIT

November 2015

D263237

201

ITEM 685.0815XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 15 MILS THICK (WET NIGHT VISIBILITY SPHERES) ITEM 685.0720XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 20 MILS THICK (WET NIGHT VISIBILITY SPHERES) 685.07150110 685.07150210 685.07150310 685.07150410 685.07150510 685.07150610 685.07150710 685.07150810 685.07150910

685.07200110 685.07200210 685.07200310 685.07200410 685.07200510

White Epoxy Reflectorized Pavement Stripes – 15 mils (Wet Night Visibility Spheres) White Epoxy Reflectorized Pavement Letters - 15 mils (Wet Night Visibility Spheres) White Epoxy Reflectorized Pavement Symbols – 15 mils (Wet Night Visibility Spheres) White Epoxy Reflectorized Cross Hatching -15 mils Thick (Wet Night Visibility Spheres) White Epoxy Reflectorized Pavement Stripes (Special Markings) 15 mils Thick (Wet Night Visibility Spheres) Yellow Epoxy Reflectorized Pavement Stripes – 15 mils (Wet Night Visibility Spheres) Yellow Epoxy Reflectorized Pavement Stripes (Cross Hatching) 15 mils Thick (Wet Night Visibility Spheres) White Epoxy Reflectorized Pavement Yield Line Symbols - Small - 15 mils (Wet Night Visibility Spheres) White Epoxy Reflectorized Pavement Yield Line Symbols - Large - 15 mils (Wet Night Visibility Spheres) White Epoxy Reflectorized Pavement Stripes – 20 mils (Wet Night Visibility Spheres) White Epoxy Reflectorized Pavement Letters – 20 mils (Wet Night Visibility Spheres) White Epoxy Reflectorized Pavement Symbols – 20 mils (Wet Night Visibility Spheres) White Epoxy Reflectorized Pavement Stripes (Cross Hatching) 20 mils Thick (Wet Night Visibility Spheres) White Epoxy Reflectorized Pavement Stripes (Special Markings)

Page 6 of 7

Foot Each Each Foot Foot Foot Foot Each Each

Foot Each Each Foot Foot

November 2015

202

D263237

ITEM 685.0815XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 15 MILS THICK (WET NIGHT VISIBILITY SPHERES) ITEM 685.0720XX10 - EPOXY REFLECTORIZED PAVEMENT MARKINGS 20 MILS THICK (WET NIGHT VISIBILITY SPHERES) 20 mils Thick (Wet Night Visibility Spheres) 685.07200610 685.07200710 685.07200810 685.07200910

Yellow Epoxy Reflectorized Pavement Stripes – 20 mils (Wet Night Visibility Spheres) Yellow Epoxy Reflectorized Pavement Stripes (Cross Hatching) 20 mils Thick (Wet Night Visibility Spheres) White Epoxy Reflectorized Pavement Yield Line Symbols - Small - 20 mils (Wet Night Visibility Spheres) White Epoxy Reflectorized Pavement Yield Line Symbols - Large - 20 mils (Wet Night Visibility Spheres)

Page 7 of 7

Foot Foot Each Each

November 2015

D263237

203

ITEM 691.03000020 – TRAINING REQUIREMENTS

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].

EI 06-018

Page 1 of 8

USC

03/9/2009

204

D263237

ITEM 691.03000020 – TRAINING REQUIREMENTS 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 < $15M $15M to < $30M ≥ $30M

EI 06-018

AA Component 1 2 3

RGN Component 1 2 3

Page 2 of 8

USC

Total (AA + RGN) 2 4 6

03/9/2009

D263237

205

ITEM 691.03000020 – TRAINING REQUIREMENTS

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 1

1

2

3

4

NYSDOT REGION 5 6 7 8

9

y

Equip. Operator (Minority) Iron Worker (Female)

Carpenter (Minority) Mason (Female)

y y

y y

y y y

y

Iron Worker (Minority) Carpenter (Female)

y y y

y y y

y y

y y y y

y y

y y y y

y y

y

y

y

y

Painter (Minority)

y

y y

y

Electrician (Female) Electrician (Minority)

y y y y y

y y

Mason (Minority) Painter (Female)

11

y

Laborer (Female) Laborer (Minority) Equip. Operator (Female)

10

y

y

y

y

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.

EI 06-018

Page 3 of 8

USC

03/9/2009

206

D263237

ITEM 691.03000020 – TRAINING REQUIREMENTS 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 underrepresentations, 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-manualscomputer-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 EI 06-018

Page 4 of 8

USC

03/9/2009

D263237

207

ITEM 691.03000020 – TRAINING REQUIREMENTS

• • •

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.

EI 06-018

Page 5 of 8

USC

03/9/2009

208

D263237

ITEM 691.03000020 – TRAINING REQUIREMENTS 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-tojourneyworker 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.

EI 06-018

Page 6 of 8

USC

03/9/2009

D263237

209

ITEM 691.03000020 – TRAINING REQUIREMENTS

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.

EI 06-018

Page 7 of 8

USC

03/9/2009

210

D263237

ITEM 691.03000020 – TRAINING REQUIREMENTS 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.

EI 06-018

Page 8 of 8

USC

03/9/2009

D263237

211

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.

04000 L05/07/09

Page 1 of 1

Per DQAB

6/20/2016

212

D263237

General Decision Number: NY160012 06/17/2016

NY12

Superseded General Decision Number: NY20150012 State: New York Construction Types: Building, Heavy, Highway and Residential Counties: Nassau and Suffolk Counties in New York. BUILDING CONSTRUCTION PROJECTS, RESIDENTIAL CONSTRUCTION PROJECTS (including single family homes and apartments up to and including 4 stories), HEAVY CONSTRUCTION PROJECTS, HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the 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 $10.15 (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 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number 0 1 2 3 4 5 6 7 8 9

Publication Date 01/08/2016 02/05/2016 02/19/2016 02/26/2016 03/04/2016 03/11/2016 04/08/2016 05/06/2016 05/20/2016 06/17/2016

ASBE0012-001 12/28/2015 Rates

Fringes

Asbestos Workers/Insulator Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical 32.46 systems.....................$ 64.36 12.75 HAZARDOUS MATERIAL HANDLER.......$ 39.00 ---------------------------------------------------------------BOIL0005-001 01/01/2013 Rates

http://www.wdol.gov/wdol/scafiles/davisbacon/ny12.dvb

Fringes

Page 1 of 12

6/20/2016

D263237 BOILERMAKER......................$ 49.47

213

33%+22.87+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 07/01/2015 Rates

Fringes

BRICKLAYER.......................$ 56.77 24.75 28.41 MASON - STONE....................$ 48.71 ---------------------------------------------------------------CARP0290-001 07/01/2014 Rates

Fringes

Carpenters: Building....................$ 43.03 33.96 Heavy & Highway.............$ 43.03 33.96 Residential.................$ 33.58 27.26 ---------------------------------------------------------------CARP0740-001 07/01/2015 Rates

Fringes

MILLWRIGHT.......................$ 49.50 51.31 ---------------------------------------------------------------CARP1556-008 07/01/2015 Rates

Fringes

Carpenters: DIVERS TENDERS..............$ 45.47 45.95 DIVERS......................$ 63.82 45.95 DOCKBUILDERS................$ 50.50 45.95 45.07 PILEDRIVERMAN...............$ 43.61 ---------------------------------------------------------------CARP1556-011 07/01/2015 Rates

Fringes

Carpenters: TIMBERMEN...................$ 45.60 45.97 ---------------------------------------------------------------CARP2287-003 07/01/2014 Rates

Fringes

CARPENTER Soft Floor Layers...........$ 49.88 43.40 ---------------------------------------------------------------ELEC0025-001 04/25/2015 Rates ELECTRICIAN......................$ 50.45

http://www.wdol.gov/wdol/scafiles/davisbacon/ny12.dvb

Fringes 16%+22.57

Page 2 of 12

6/20/2016

214

D263237

---------------------------------------------------------------ELEC0025-002 04/30/2016 Rates

Fringes

Electricians: Maintenance Unit............$ 42.20 12%+$16.83 Telephone Unit..............$ 36.78 16%+$17.33 Wiring for single or multiple family dwellings and apartments up to and including 3 stories.........$ 27.35 13%+11.35 ---------------------------------------------------------------* ELEC1049-002 04/03/2016 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..................$ 31.37 21.72 Heavy Equipment Operator...$ 41.82 25.06 Lineman & Cable Splicer....$ 52.28 28.39 Material Man...............$ 45.48 26.23 ---------------------------------------------------------------ELEV0001-002 03/17/2013 Rates ELEVATOR MECHANIC Elevator Constructor........$ 57.01 Modernization and Repair....$ 45.14

Fringes 27.605+a+b 27.455+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

http://www.wdol.gov/wdol/scafiles/davisbacon/ny12.dvb

Page 3 of 12

6/20/2016

D263237

215

for all hours worked. ---------------------------------------------------------------ENGI0138-001 06/01/2015 BUILDING CONSTRUCTION Rates Power equipment operators: GROUP 1.....................$ GROUP 2.....................$ GROUP 3.....................$ GROUP 4.....................$ GROUP 5.....................$

58.90 55.91 53.91 47.45 45.50

Fringes 32.50+a 32.50+a 32.50+a 32.50+a 32.50+a

NOTES: Hazmat premiums: Level A 3.50 Level B 2.50 Level C 1.50 Level D 1.00 Oiler on truck cranes with boom length of 100 ft. or more .25 FOOTNOTE: a. Paid Holidays: New Year's Day, Lincoln's Birthday, Washington's Birthday or President's Day (in lieu of Lincoln's or Washington's Birthday), Good Friday, Memorial Day, Indpendence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on a Saturday will be celebrated on Friday. POWER EQUIPMENT OPERATOR CASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler capacity over cater- piller 225 and lomatsu 300, Boiler (thermoplastic), Cherry picker, over 50 tons, CMI or maxim spreader, concrete pump (with oiler), crane (crawler truck), crane (on barge), crane (stone setting), crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drum), loading machine (bucket) cap of 10 yds or over micro-trap, with compressor (negative air machine), milling machine, large pile driver, power winch, Stone setting/structural steel, power winch (truck mounted/stone steel) powerhouse, road paver scoop, carry-all, scraper in tandem shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self propelled tank work), zamboni (ice machine) GROUP 2: Backhoe, boom truck, bulldozer, cherypicker, conveyor (multi), dinky locomotive, forklift, hoist, 2 drum, loading machine, loading machine (front end) mechanicl compactors, (machine drawn), mulch machine (machine-fed), power winch, other than stone/structural steel, power winch (truck mounted other than stone steel)

http://www.wdol.gov/wdol/scafiles/davisbacon/ny12.dvb

Page 4 of 12

6/20/2016

216

D263237

pump (hydraulic, with boring machine), roller, (asphalt), scoop (carry-all scraper), tower crane (maintenance man), trenching machine GROUP 3: Comrpessor (structural steel), Compressor (2 or more in battery), concrete finishing mchine, concrete spreader, conveyor, curb machine (asphalt or concrete), curing machine, fireman, hoist (1 drum), micro-trap, (self contained, negative air machine), pump (4 inches or over), pump (hydraulic), pump (jet), pump (sumbersible), pump (well point), pulvi-mixer, ridge cutter, roller (dirt), striping machine, vac-all, welding and burning, welding machine (pile work), welding machine (structural steel) GROUP 4: Compressor, compressor (on crane), compressor (pile work), compressor (stone setting), concrete breaker, concrete saw or cutter, forklift (walk behind, power operated), generator-pile work, generator, hydra hammer, mechanical compactors (hand operated), oiler (truck crane), pin puller, portable heaters, powerbroom, power buggies, pump (double action diaphgrgm), pump (gypsum), trench machine (hand), welding machine GROUP 5: Batching plant (on site of job), generator (small), mixer (with skip), mixer (2 small with or without skip), mixer (2 bag or over, with or without skip), mulch machine, oiler, pump (centrifugal, up to 3 inches), root cutter, stump chipper, tower crane (oiler), tractor (caterpillar or wheel vibrator) ---------------------------------------------------------------ENGI0138-002 06/01/2015 HEAVY & HIGHWAY Rates Power equipment operators: GROUP 1.....................$ GROUP 2.....................$ GROUP 3.....................$ GROUP 4.....................$ GROUP 5.....................$ GROUP 6.....................$ NOTES: Hazmat premiums: Level Level Level Level

A B C D

Fringes

62.07 58.03 55.98 49.35 47.39 35.19

32.75+a 32.75+a 32.75+a 32.75+a 32.75+a 10.40+a

3.50 2.50 1.50 1.00

Truck and Crawler Cranes long boom premiums: boom lengths (including jib) 100-149 ft 1.00 boom lenghts (including jib) 150-249 ft 1.50 boom lenghts (including jib) 250-349 ft 2.00 boom lengths (including jib) 350 ft 3.00 Cranes using clamshell buckets Front end loader 10 yds and above

.25 .25

http://www.wdol.gov/wdol/scafiles/davisbacon/ny12.dvb

Page 5 of 12

6/20/2016

D263237 Oiler on truck cranes with boom length of 100 ft. or more

217

.25

FOOTNOTE: a. Paid Holidays: New Years Day, Lincoln's Birthday, Washington's Birthday or Presidents Day (in lieu of Lincoln's or Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on Saturday will be celebrated on Friday. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler (capacity over caterpiller 225 and komatsu 300), boiler (thermoplastic), boring machine (post hole), cgherry picker (over 50 ton), CMI or maxim spreader, concrete pump, with oiler, crane (crawler truck), crane (on barge), crane (stone setting) crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drums), loading machine (bucket) capacity of 10 yards or over, micro-trap (with compressor-negative air machine), milling machine (large), piledriver, power winch (stone setting structural steel), power winch (truck mounted/stone steel), power-house, road paver, scoop, carry all (scraper in tandem), shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self-propelled), tank work, tower crane GROUP 2: Bulldozer, Backhoe, Boom Truck, Boring machine/augur, Cherrypicker, Conveyor (multi), Dinky Locomotive, Forklift, Hoist (2 drum), Loading Machine, Loading Machine (front end), Mechanical Compactor (machine drawn), Mulch Machine (machine- fed), Power Winch (other than stone/structural steel), Power Winch (truck mounted/other than stone steel), Pump Hydraulic (with boring machine), Roller (asphalt), Scoop (carry-all, scraper), Tower Crane (maintenance man), Trenching Machine, Vermeer Cutter, Work Boat GROUP 3: Curb Machine (asphalt or concrete), Maintenance Engineer (small equipment), Maintenance engineer (well-point) Mechanic (fieldman), Micro-Trap (self contained, negative air machine), Milling Machine (small), Pulvi-mixer, Pump (4 inches or over), Pump Hydraulic, Pump Jet, Pump Submersible, Pump (well point), Roller Dirt, Vac-All, Welding and burning, Compressor (structural steel), Compressor (2 or more battery), Concrete Finishing Machine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (one drum), Ridge Cutter, Striping Machine, Welding Machine (pile work), Welding Machine (structural Steel). GROUP 4: Compressor, Compressor on crane, Compressor (pile work), Compressor (stone setting), Concrete Breaker, Concrete Saw or Cutter, Fork Lift (walk behind, power operated), Generator- Pile Work, Generator, Hydra Hammer, Mechanical Compoactors (hand operated), Oiler (truck

http://www.wdol.gov/wdol/scafiles/davisbacon/ny12.dvb

Page 6 of 12

6/20/2016

218

D263237

crane), Pin Puller, Portable Heaters, Powerbroom, Power buggies, Power Grinders, Pump (double action diaphragm), Pump gypsum, Pump (single action 1 to 3 inches), Trench Machine hand, Welding Machine GROUP 5: Batching Plant (on site of job), Generator (small), Grinder, Mixer (with skip), Mixer (2 small with or without skip), Mixer (2 bag or over, with or without skip), Mulch Machine, Oiler, Pump (centrifugal, up to 3 inches), Root Cutter, Stump Chipper, Tower Crane (oiler), Track Tamper (2 engineers, each), Tractor (caterpillar or wheel), Vibrator, Work boat (deckhand), GROUP 6:

Well drillers

---------------------------------------------------------------IRON0046-003 07/01/2014 Rates

Fringes

IRONWORKER METALLIC LATHERS AND 30.56 REINFORCING IRONWORKERS.....$ 40.60 ---------------------------------------------------------------IRON0197-001 07/01/2015 Rates

Fringes

IRONWORKER STONE DERRICKMAN............$ 44.84 38.03 ---------------------------------------------------------------IRON0361-001 01/01/2016 Rates

Fringes

IRONWORKER (STRUCTURAL)..........$ 49.00 68.61 ---------------------------------------------------------------IRON0580-001 07/01/2015 Rates

Fringes

IRONWORKER, ORNAMENTAL...........$ 43.20 47.42 ---------------------------------------------------------------LABO0066-001 07/01/2015 BUILDING Rates

Fringes

Laborers: Laborers....................$ 34.85 30.19 30.19 Plasterers Tenders..........$ 34.85 ---------------------------------------------------------------LABO0078-001 02/01/2013 Rates

Fringes

LABORERS BUILDING CONSTRUCTION ASBESTOS (Removal,

http://www.wdol.gov/wdol/scafiles/davisbacon/ny12.dvb

Page 7 of 12

6/20/2016

D263237

219

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).........$ 35.90 14.75 ---------------------------------------------------------------LABO1298-001 06/01/2014 HEAVY & HIGHWAY Rates Laborers: Asphalt Rakers; Formsetters.$ 39.68 Asphalt Shovelers, Roller Boys & Tampers..............$ 38.54 Regular Laborers............$ 35.05

Fringes 25.85+a 25.85+a 25.85+a

A. FOOTNOTES: Laborers working in a hazardous material hot zone shall receive an additional 20% premium. Where the contract provides for night work outside the regular hours of work, the employees shall be paid at straight time plus a 25% night work premium for the 8 hours worked during the night. Firewatch work performed after regular hours shall be paid an additional 10% premium. Second and Third Shift work will be paid at a 10% premium. Contractor requesting laborers certified for hazardous material work and/or employed on hazardous material shall be required to pay an additional 10% premium. ---------------------------------------------------------------PAIN0009-002 11/01/2015 Rates

Fringes

PAINTER GLAZIERS....................$ 43.95 36.82 Painters, Drywall Finishers.$ 41.75 20.87 Spray, Scaffold, Sandblasting................$ 42.50 21.87 ---------------------------------------------------------------PAIN0806-010 10/01/2014 Rates

Fringes

Painters: Stuctural Steel and Bridge..$ 48.75 35.63 ---------------------------------------------------------------PAIN1974-002 12/26/2012

http://www.wdol.gov/wdol/scafiles/davisbacon/ny12.dvb

Page 8 of 12

6/20/2016

220

D263237 Rates

Fringes

Painters: DRYWALL TAPERS/POINTERS.....$ 43.82 22.01 ---------------------------------------------------------------PLAS0262-003 02/01/2016 Rates

Fringes

PLASTERER........................$ 44.43 28.15 ---------------------------------------------------------------PLAS0780-001 07/01/2014 Rates

Fringes

CEMENT MASON/CONCRETE FINISHER...$ 45.88 39.70 ---------------------------------------------------------------PLUM0200-001 05/01/2016 Rates

Fringes

PLUMBER BUILDING CONSTRUCTION:......$ 50.48 34.30 RESIDENTIAL CONSTRUCTION:...$ 29.96 13.41 ---------------------------------------------------------------PLUM0638-001 06/27/2012 Rates PLUMBER SERVICE FITTERS.............$ 26.30 SPRINKLER FITTERS, STEAMFITTERS................$ 51.25

Fringes 2.55 49.54

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. ---------------------------------------------------------------ROOF0154-001 10/01/2012 Rates

Fringes

ROOFER...........................$ 38.50 28.59 ---------------------------------------------------------------SHEE0028-002 07/31/2014 Rates

http://www.wdol.gov/wdol/scafiles/davisbacon/ny12.dvb

Fringes

Page 9 of 12

6/20/2016

D263237

221

SHEET METAL WORKER BUILDING CONSTRUCTION.......$ 50.91 36.70 16.48 RESIDENTIAL CONSTRUCTION....$ 27.22 ---------------------------------------------------------------TEAM0282-002 07/01/2015 Rates TRUCK DRIVER.....................$ 37.895

Fringes 39.35+a

FOOTNOTES: a. 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. ---------------------------------------------------------------WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ 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 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

http://www.wdol.gov/wdol/scafiles/davisbacon/ny12.dvb

Page 10 of 12

6/20/2016

222

D263237

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.

---------------------------------------------------------------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

http://www.wdol.gov/wdol/scafiles/davisbacon/ny12.dvb

Page 11 of 12

6/20/2016

D263237

223

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. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION

http://www.wdol.gov/wdol/scafiles/davisbacon/ny12.dvb

Page 12 of 12

224

D263237

SPECIAL NOTE STATE PREVAILING WAGE RATES

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.

04025 L 01/06/11

Page 1 of 1

EB 06-035 9/15/11

D263237

225

Andrew M. Cuomo, Governor

Mario J. Musolino, Acting, Commissioner

NYSDOT ARVIND SALGAM, DQAB PS&E UNIT NYSDOT POD 23 50 WOLF ROAD ALBANY NY 12232

Location Project ID# Project Type

Schedule Year Date Requested PRC#

2015 through 2016 06/02/2016 2016005383

NASSAU COUNTY D263237 BRIDGE REHABILITATION, VARIOUS LOCATIONS TOWNS OF HEMPSTEAD, NORTH HEMPSTEAD AND OYSTER BAY NASSAU COUNTY

PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements 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 2015 through June 2016. All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.state.ny.us. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version 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.state.ny.us.

PW 200

[email protected]

226

D263237

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 in the performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in the locality 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 work contract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Rate Schedule 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 (PW 39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to be 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 the following information to the Bureau: the name and address of the contractor, the date the contract was let and the approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the Department'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 of any 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 public work project shall be permitted to work more than eight hours in any day or more than five days in any week, except in cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to the Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particular public work project. There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "4 Day / 10 Hour Work Schedule" form (PW 30R).

Wages and Supplements The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public work project shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work is performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the contractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original Prevailing Rate 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; or electronically at the NYSDOL website www.labor.state.ny.us. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide complete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules to each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website www.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from July 1st through June 30th of the following year. The annual determination is available on the NYSDOL website www.labor.state.ny.us.

Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true under penalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At a minimum, payrolls must show the following information for each person employed on a public work project: Name, Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s) paid, Supplements paid or provided, and Daily and weekly number of hours worked in each classification.

D263237

227

Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30) days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall collect, review for facial validity, and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll records sworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to time cards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure to provide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of the contract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New York State and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the project worksite. 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 Schedule specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules by 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 schedule and any subsequently issued schedules, shall provide to such contractor a verified statement attesting that the subcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages and supplements 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 new determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any corrections should be brought to the Department's attention immediately. It is the responsibility of the public work contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district office located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOL website 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 the column of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Department posts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by a particular annual determination. Rates that extend beyond that instant time period are informational ONLY and may be updated 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 or provide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages or supplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficient amount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a final determination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or provide the requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law to so 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 such contract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interest and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a final determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is instituted 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 the court 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 work project. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverse weather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2) inches. The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, on each job site.

228

D263237

Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage in the 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, or employment 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 notices furnished by the NYS Department of Labor.

Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS Commissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greater than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside the classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate for the classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYS Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency of office 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 of Employability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Fax to NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and social security number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL Apprenticeship Training Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provide conclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is registered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies of state 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 to section 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 work contract 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 successor within any consecutive six (6) year period.

- There is any willful determination that involves the falsification of payroll records or the kickback of wages or supplements.

Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine or imprisonment 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, national origin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidate any employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220e(b) ).

D263237

229

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 each calendar 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 thereunder may be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections of the 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 of employment, 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 the contract for the benefit of such employees as required by the provisions of the New York State Workers' Compensation Law. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to being allowed to begin work. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New York State. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name this agency 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 company authorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of the information page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained a workers' 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 in the 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 notices furnished by the New York State Department of Labor.

230

D263237

IMPORTANT NOTICE FOR CONTRACTORS & CONTRACTING AGENCIES

Social Security Numbers on Certified Payrolls The Department of Labor is cognizant of the concerns of the potential for misuse or inadvertent disclosure of social security numbers. Identity theft is a growing problem and we are sympathetic to contractors’ concerns with regard to inclusion of this information on payrolls if another identifier will suffice. For these reasons, the substitution of the use of the last four digits of the social security number on certified payrolls submitted to contracting agencies on public work projects is now acceptable to the Department of Labor.

NOTE: This change does not affect the Department’s ability to request and receive the entire social security number from employers during the course of its public work / prevailing wage investigations.

D263237

231

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 its relevance to State agencies and public benefit corporations engaged in construction or reconstruction contracts, maintenance and repair, and announces the recently-enacted increase to the percentage of the dollar value of such contracts that must be deposited into the Fund. This item also describes the roles of the following entities with respect to the Fund: -

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 for construction or reconstruction, maintenance and repair, as defined in subdivision two of Section 220 of the Labor Law. State agencies and public benefit corporations participating in 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 the Laws of 2005) established the Fund.

3. Procedures and Agency Responsibilities: The Fund is supported by transfers and deposits based on the value of contracts for construction and reconstruction, maintenance and repair, as defined in subdivision two of Section 220 of the Labor Law, into which all State agencies and public benefit corporations enter. Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fund to .10 of one-percent of the total cost of each such contract, to be calculated at the time agencies 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.

232

D263237

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 the month, including contract amendments, and then DOL will bill agencies the appropriate assessment monthly. An agency may then make a determination if any of the billed contracts are exempt and so note on the bill submitted back to DOL. For any instance where an agency is unsure if a contract is or is not exempt, they can call the Bureau of Public Work at the number noted below for a determination. Payment by check or journal voucher is due to DOL within thirty days from the date of the billing. DOL will verify the amounts and forward them to OSC for processing. For those contracts which are not approved or administered by the Comptroller, monthly reports and payments for deposit into the Public Work Enforcement Fund must be provided to the Administrative Finance Bureau at the DOL within 30 days of the end of each month or 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 or decrease to original contract and the adjustment in the PWEF charge); and Brief description of the work to be performed under each contract.

Checks and Journal Vouchers, payable to the "New York State Department of Labor" should be sent to: Department of Labor Administrative Finance Bureau-PWEF Unit Building 12, Room 464 State Office Campus Albany, NY 12240 Any questions regarding billing should be directed to NYSDOL's Administrative Finance Bureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contracts should be directed to the Bureau of Public Work at (518) 457-5589.

D263237

Construction Industry

Fair Play Act

Required Posting For Labor Law Article 25-B § 861-d Construction industry employers must post the "Construction Industry Fair Play Act" notice in a prominent and accessible place on the job site. Failure to post the notice can result in penalties of up to $1,500 for a first offense and up to $5,000 for a second offense. The posting is included as part of this wage schedule. Additional copies may be obtained from the NYS DOL website, www.labor.ny.gov. If you have any questions concerning the Fair Play Act, please call the State Labor Department toll-free at 1-866-435-1499 or email us at: [email protected] .

233

234

D263237 New York State Department of Labor Required Notice under Article 25-B of the Labor Law

ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS: YOU ARE COVERED BY THE CONSTRUCTION INDUSTRY FAIR PLAY ACT The law says that you are an employee unless: • You are free from direction and control in performing your job AND • You perform work that is not part of the usual work done by the business that hired you AND • You have an independently established business Your employer cannot consider you to be an independent contractor unless all three of these facts apply to your work. IT IS AGAINST THE LAW FOR AN EMPLOYER TO MISCLASSIFY EMPLOYEES AS INDEPENDENT CONTRACTORS OR PAY EMPLOYEES OFF-THE-BOOKS. Employee rights. If you are an employee: • You are entitled to state and federal worker protections such as o unemployment benefits, if unemployed through no fault of your own, able to work, and otherwise qualified o workers’ compensation benefits for on-the-job injuries o payment for wages earned, minimum wage, and overtime (under certain conditions) o prevailing wages on public work projects o the provisions of the National Labor Relations Act and o a safe work environment • It is a violation of this law for employers to retaliate against anyone who asserts their rights under the law. Retaliation subjects an employer to civil penalties, a private lawsuit or both. Independent Contractors: If you are an independent contractor: • You must pay all taxes required by New York State and Federal Law. Penalties for paying off-the-books or improperly treating employees as independent contractors: •

Civil Penalty

First Offense: up to $2,500 per employee. Subsequent Offense(s): up to $5,000 per employee.



Criminal Penalty

First Offense: Misdemeanor - up to 30 days in jail, up to a $25,000 fine and debarment from performing Public Work for up to one year. Subsequent Offense(s): Misdemeanor - up to 60 days in jail, up to a $50,000 fine and debarment from performing Public Work for up to 5 years.

If you have questions about your employment status or believe that your employer may have violated your rights and you want to file a complaint, call the Department of Labor at 1(866)435-1499 or send an email to [email protected]. All complaints of fraud and violations are taken seriously and you can remain anonymous. Employer Name: IA 999 (09/10)

D263237

235

236

D263237

Prevailing Wage Rates for 07/01/2015 - 06/30/2016 Last Published on Jun 01 2016

Published by the New York State Department of Labor PRC Number 2016005383

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 the attached 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 and highway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid or provided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to be used, 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 countyby-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, row housing, 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 for occupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Please contact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria.

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 employee works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed.

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 is overtime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtime requirements 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 employee actually 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 the OVERTIME PAY section listings for each classification.

Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. In most cases the payment or provision of supplements is for each hour worked (noted in the schedule as 'Per hour worked'). Some classifications require the payment or provision of supplements for each hour paid (noted in the schedule as 'Per hour paid'), which require supplements to be paid or provided at a premium rate for premium hours worked. Some classifications may also require the payment or provision of supplements for paid holidays on which no work is performed.

Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are 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 annual determination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing rates of wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department of Labor website (www.labor.state.ny.us) 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 in place on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice is allowed. 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.

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 Page 30

D263237 Prevailing Wage Rates for 07/01/2015 - 06/30/2016 Last Published on Jun 01 2016

237 Published by the New York State Department of Labor PRC Number 2016005383

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 of PUBLIC 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 31

238

D263237

ESTIMATE OF QUANTITIES

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

04200 L05/07/09

Page 1 of 1

Per DQAB

D263237

239 PAGE: DATE:

1 07/18/2016

QUANTITY SHEET SUMMARY FOR PROPOSAL CONTRACT ID: D263237

PROJECT(S): 080932

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 201.06 CLEARING AND GRUBBING LS 1.000 ============================================================================================ 0001 202.2201 REMOVAL OF STEEL SUPPORTED STRUCTURAL SLABS (WITH SHE SF 3159.000 ============================================================================================ 0001 203.02 UNCLASSIFIED EXCAVATION AND DISPOSAL CY 171.000 ============================================================================================ 0001 203.07 SELECT GRANULAR FILL CY 5.000 ============================================================================================ 0001 210.3312 REMOVAL AND DISPOSAL OF BOND BREAKER/FILLER ACM (BV14 SF 280.000 ============================================================================================ 0001 210.3411 REMOVAL AND DISPOSAL OF CAULKING ACM (BV14) LF 326.000 ============================================================================================ 0001 210.481201 REMOVAL AND DISPOSAL OF MISCELLANEOUS ACM (BV14) SF 1086.000 ============================================================================================ 0001 402.000013 PLANT PRODUCTION QUALITY ADJUSTMENT TO HMA ITEMS QU 3.000 ============================================================================================ 0001 402.098103 9.5 F1 TOP COURSE HMA, 80 SERIES COMPACTION TON 24.000 ============================================================================================ 0001 402.25020018 SAWING AND SEALING JOINTS IN NEW HOT MIX ASPHALT OVER LF 360.000 ============================================================================================ 0001 402.90710208 F1 WATERPROOFING BRIDGE DECK HOT MIX ASPHALT (HMA) OV TON 1697.000 ============================================================================================ 0001 407.0103 STRAIGHT TACK COAT GAL 1215.000 ============================================================================================ 0001 412.10010010 CLEANING AND REPAIRING CRACKS IN ASPHALT PAVEMENT USI SY 50.000 ============================================================================================ 0001 490.17010002 PRODUCTION COLD MICRO MILLING SY 20105.000 ============================================================================================ 0001 490.30 MISCELLANEOUS COLD MILLING OF BITUMINOUS CONCRETE SY 90.000 ============================================================================================ 0001 502.20020018 PARTIAL-DEPTH PORTLAND CEMENT CONCRETE SAW CUTS LF 4175.000 ============================================================================================ 0001 502.70100218 RESEALING TRANSVERSE JOINTS IN PORTLAND CEMENT CONCRE LF 356.000 ============================================================================================ 0001 520.09000010 SAW CUTTING ASPHALT CONCRETE LF 1477.000 ============================================================================================ 0001 552.17 SHIELDS AND SHORING SF 1400.000 ============================================================================================ 0001 555.01940007 STAINING CONCRETE SURFACES SF 55.000 ============================================================================================ 0001 555.09 CONCRETE FOR STRUCTURES, CLASS HP CY 308.000 ============================================================================================

240

D263237 PAGE: DATE:

2 07/18/2016

QUANTITY SHEET SUMMARY FOR PROPOSAL CONTRACT ID: D263237

PROJECT(S): 080932

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 555.72950010 ARCHITECTURAL TREATMENT VERTICAL STAINED CONCRETE SUR SF 1600.000 ============================================================================================ 0001 555.80010001 CRACK SEALING BY EPOXY INJECTION (PREVENTION) LF 300.000 ============================================================================================ 0001 556.0202 EPOXY-COATED BAR REINFORCEMENT FOR STRUCTURES LB 116568.000 ============================================================================================ 0001 557.21010109 INTERNAL CURING HIGH PERFORMANCE CONCRETE WITH CORROS CF 4286.000 ============================================================================================ 0001 557.25000016 CRACK SEALING USING HIGH MOLECULAR WEIGHTMETHACRYLATE LF 3132.000 ============================================================================================ 0001 559.90010011 ANTI-GRAFFITI PROTECTION COATING SY 180.000 ============================================================================================ 0001 560.0401 STONE MASONRY SF 500.000 ============================================================================================ 0001 560.08 TUCK POINTING LF 10.000 ============================================================================================ 0001 560.10030011 SEAL BRICKWORK CRACKS UP TO 1/2 INCH WIDE LF 7.000 ============================================================================================ 0001 560.10040010 REMOVAL OF STONE MASONRY SF 2500.000 ============================================================================================ 0001 560.13030010 INSTALL STORED STONE MASONRY SF 1800.000 ============================================================================================ 0001 560.18000008 REMOVE AND REPLACE CAULK IN STONE MASONRY EXPANSION J LF 291.000 ============================================================================================ 0001 560.80800011 REHABILITATE BRICK FACING SF 26.000 ============================================================================================ 0001 560.97000001 STONE COPING SF 850.000 ============================================================================================ 0001 564.510001 STRUCTURAL STEEL LB 5.000 ============================================================================================ 0001 565.46000009 RESETTING OF EXISTING BEARINGS EACH 7.000 ============================================================================================ 0001 567.94000018 ASPHALTIC PLUG JOINTS FOR BRIDGES CF 1542.000 ============================================================================================ 0001 570.01 LEAD EXPOSURE CONTROL PLAN LS 1.000 ============================================================================================ 0001 570.02 MEDICAL TESTING DC 1.000 ============================================================================================ 0001 570.03 PERSONAL EXPOSURE MONITORING SAMPLE ANALYSIS DC 1.000 ============================================================================================ 0001 570.04 DECONTAMINATION FACILITIES CW 4.000 ============================================================================================

D263237

241 PAGE: DATE:

3 07/18/2016

QUANTITY SHEET SUMMARY FOR PROPOSAL CONTRACT ID: D263237

PROJECT(S): 080932

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 570.160001 CLASS B CONTAINMENT FOR PAINT REMOVAL LS 1.000 ============================================================================================ 0001 571.03 DISPOSAL OF HAZARDOUS PAINT WASTE CONTAINING LEAD LB 1720.000 ============================================================================================ 0001 574.030001 STRUCTURAL STEEL PAINTING: LOCALIZED SF 4320.000 ============================================================================================ 0001 580.01 REMOVAL OF STRUCTURAL CONCRETE CY 227.000 ============================================================================================ 0001 582.05 REMOVAL OF STRUCTURAL CONCRETE- REPLACEMENT WITH CLAS CY 1.000 ============================================================================================ 0001 582.06 REMOVAL OF STRUCTURAL CONCRETE - REPLACEMENT WITH CLA SF 19.000 ============================================================================================ 0001 582.07 REMOVAL OF STRUCTURAL CONCRETE - REPLACEMENT WITH VER SF 5.000 ============================================================================================ 0001 583.02 REMOVAL OF STRUCTURAL CONCRETE - REPLACEMENT WITHSHOT SF 203.000 ============================================================================================ 0001 583.03 REMOVAL OF STRUCTURAL CONCRETE - REPLACEMENT WITHSHOT SF 613.000 ============================================================================================ 0001 584.14000016 RAPID HARDENING CONCRETE FOR BRIDGE AND APPROACH SLAB LB 24905.000 ============================================================================================ 0001 585.01 STRUCTURAL LIFTING OPERATIONS - TYPE A EACH 5.000 ============================================================================================ 0001 585.02 STRUCTURAL LIFTING OPERATIONS - TYPE B EACH 2.000 ============================================================================================ 0001 586.0201 DRILLING AND GROUTING BOLTS OR REINFORCEMENT BARS EACH 11261.000 ============================================================================================ 0001 587.01 BRIDGE RAILING REMOVAL AND DISPOSAL LF 400.000 ============================================================================================ 0001 589.01 REMOVAL OF EXISTING STEEL LB 10.000 ============================================================================================ 0001 606.2701 HPBO (MOD.) CORRUGATED BEAM GUIDE RAILING LF 420.000 ============================================================================================ 0001 606.2703 ANCHORAGE UNITS FOR HPBO (MOD.) CORRUGATED BEAM GUIDE EACH 4.000 ============================================================================================ 0001 606.31900011 MAINTENANCE REPAIR OF CONCRETE BARRIER EACH 6.000 ============================================================================================ 0001 606.71 REMOVING AND DISPOSING CORRUGATED BEAM GUIDE RAILING LF 1010.000 ============================================================================================ 0001 606.7910 REMOVING AND DISPOSING ANCHORAGE UNITS FOR CORRUGATED EACH 4.000 ============================================================================================ 0001 606.8704 CORRUGATED BEAM GUIDE RAILING TRANSITION ASSEMBLY CON EACH 16.000 ============================================================================================

242

D263237 PAGE: DATE:

4 07/18/2016

QUANTITY SHEET SUMMARY FOR PROPOSAL CONTRACT ID: D263237

PROJECT(S): 080932

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 607.0522 VINYL COATED STEEL CHAIN-LINK FENCE ON PLASTIC COATED LF 400.000 ============================================================================================ 0001 607.06410016 SNOW FENCING FOR BRIDGES LF 635.000 ============================================================================================ 0001 607.21000011 REMOVE AND DISPOSE OF CHAIN LINK FENCE LF 400.000 ============================================================================================ 0001 607.98010111 TEMPORARY CHAIN-LINK FENCE LF 120.000 ============================================================================================ 0001 607.99010009 REMOVE AND STORE SNOW FENCING LF 635.000 ============================================================================================ 0001 608.0101 CONCRETE SIDEWALKS AND DRIVEWAYS CY 30.000 ============================================================================================ 0001 608.020102 HOT MIX ASPHALT (HMA) SIDEWALKS, DRIVEWAYS AND BICYCL TON 61.000 ============================================================================================ 0001 608.020112 PLANT PRODUCTION QUALITY ADJUSTMENT TO 608.020102 QU 1.000 ============================================================================================ 0001 609.35000001 REPAIR EXISTING CONCRETE CURB LF 6.000 ============================================================================================ 0001 610.1402 TOPSOIL - ROADSIDE CY 20.000 ============================================================================================ 0001 610.1601 TURF ESTABLISHMENT - ROADSIDE SY 90.000 ============================================================================================ 0001 614.0411 CARE OF TREES UP TO 12 INCHES DIAMETER AT BREAST HEIG EACH 3.000 ============================================================================================ 0001 614.0421 CARE OF TREES OVER 12 TO 24 INCHES DIAMETER AT BREAST EACH 3.000 ============================================================================================ 0001 614.060103 TREE REMOVAL OVER 4 INCHES TO 6 INCHES DIAMETER BREAS EACH 10.000 ============================================================================================ 0001 614.060202 TREE REMOVAL OVER 6 INCHES TO 12 INCHES DIAMETER BREA EACH 10.000 ============================================================================================ 0001 614.060203 TREE REMOVAL OVER 6 INCHES TO 12 INCHES DIAMETER BREA EACH 10.000 ============================================================================================ 0001 614.060303 TREE REMOVAL OVER 12 INCHES TO 18 INCHES DIAMETER BRE EACH 3.000 ============================================================================================ 0001 614.060403 TREE REMOVAL OVER 18 INCHES TO 24 INCHES DIAMETER BRE EACH 4.000 ============================================================================================ 0001 619.01 BASIC WORK ZONE TRAFFIC CONTROL LS 1.000 ============================================================================================ 0001 619.04 TYPE III CONSTRUCTION BARRICADE EACH 660.000 ============================================================================================ 0001 619.0803 COVER EXISTING PAVEMENT MARKING STRIPES (REMOVABLE TA LF 2050.000 ============================================================================================

D263237

243 PAGE: DATE:

5 07/18/2016

QUANTITY SHEET SUMMARY FOR PROPOSAL CONTRACT ID: D263237

PROJECT(S): 080932

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 619.100101 INTERIM PAVEMENT MARKINGS, STRIPES (TRAFFIC PAINT) LF 2260.000 ============================================================================================ 0001 619.100201 INTERIM PAVEMENT MARKINGS, SYMBOLS (TRAFFIC PAINT) EACH 2.000 ============================================================================================ 0001 619.110405 PORTABLE, VARIABLE MESSAGE SIGN (PVMS) (LED) (CELLULA CW 130.000 ============================================================================================ 0001 619.1701 TEMPORARY CONCRETE BARRIER, (UNPINNED) LF 250.000 ============================================================================================ 0001 619.23 VEHICLE ARRESTING BARRIER EACH 11.000 ============================================================================================ 0001 619.24 NIGHTTIME OPERATIONS LS 1.000 ============================================================================================ 0001 619.25 TRAFFIC CONTROL SUPERVISOR MNTH 26.000 ============================================================================================ 0001 619.26 PAVEMENT PATCHING, WINTER CY 27.000 ============================================================================================ 0001 619.70030011 PROTECTIVE SAFETY SHIELDING OVER RAILROAD SF 13245.000 ============================================================================================ 0001 625.01 SURVEY OPERATIONS LS 1.000 ============================================================================================ 0001 633.12 CLEANING, SEALING AND/OR FILLING CRACKS LS 1.000 ============================================================================================ 0001 633.13 CLEANING, SEALING AND/OR FILLING JOINTS LF 1780.000 ============================================================================================ 0001 633.15 REMOVAL AND REPAIR OF LOOSE, BROKEN, OR SPALLED PCC P SY 6.000 ============================================================================================ 0001 637.03 CONCRETE CYLINDER CURING BOX EACH 1.000 ============================================================================================ 0001 637.14 ENGINEER'S FIELD OFFICE - TYPE 4 MNTH 26.000 ============================================================================================ 0001 637.34 OFFICE TECHNOLOGY AND SUPPLIES DC 5000.000 ============================================================================================ 0001 637.36 CONSTRUCTION TESTING SUPPLIES - CONSUMABLES DC 100.000 ============================================================================================ 0001 646.22 DELINEATOR, SNOWPLOWING MARKER, SUPPLEMENTARYSNOWPLOW EACH 45.000 ============================================================================================ 0001 647.31 RELOCATE SIGN PANEL, SIGN PANEL ASSEMBLY SIZE I (UNDE EACH 5.000 ============================================================================================ 0001 649.01 MILLED-IN AUDIBLE ROADWAY DELINEATORS (MIARDS) LF 1650.000 ============================================================================================ 0001 670.91000010 RELOCATE STREET LIGHTING BRACKET ARM WITH LUMINAIRE EACH 3.000 ============================================================================================

244

D263237 PAGE: DATE:

6 07/18/2016

QUANTITY SHEET SUMMARY FOR PROPOSAL CONTRACT ID: D263237

PROJECT(S): 080932

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 670.91100010 WOOD POLE EACH 1.000 ============================================================================================ 0001 680.79000010 REMOVE TRAFFIC SIGNAL EQUIPMENT LS 1.000 ============================================================================================ 0001 680.83200010 LOCATE AND MARKOUT INFORM AND STATE LIGHTING FACILITI LS 1.000 ============================================================================================ 0001 685.07200110 WHITE EPOXY REFLECTORIZED PAVEMENT STRIPES - 20 MILS( LF 20155.000 ============================================================================================ 0001 685.07200310 WHITE EPOXY REFLECTORIZED PAVEMENT SYMBOLS - 20 MILS( EACH 5.000 ============================================================================================ 0001 685.07200610 YELLOW EPOXY REFLECTORIZED PAVEMENT STRIPES - 20 MILS LF 5400.000 ============================================================================================ 0001 691.03000020 TRAINING REQUIREMENTS DC 63000.000 ============================================================================================ 0001 697.03 FIELD CHANGE PAYMENT DC 421462.000 ============================================================================================ 0001 698.04 ASPHALT PRICE ADJUSTMENT DC 2227.000 ============================================================================================ 0001 698.05 FUEL PRICE ADJUSTMENT DC 342.000 ============================================================================================ 0001 698.06 STEEL/IRON PRICE ADJUSTMENT DC 100.000 ============================================================================================ 0001 699.040001 MOBILIZATION LS 1.000 ============================================================================================

Smile Life

When life gives you a hundred reasons to cry, show life that you have a thousand reasons to smile

Get in touch

© Copyright 2015 - 2024 PDFFOX.COM - All rights reserved.