f.a. project proposal · proposal new york state department of transportation 50 wolf road albany,...

310
PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard Specifications officially adopted May 1, 2008 and the Highway Law. US CUSTOMARY UNITS Proposal Description: Rehabilitation of I-90 Bridge Over the Hudson River and the I-90/I-787 Interchange Bridges in Albany & Rensselaer Counties. Letting of 9/20/2012 @ 10:30 A.M.

Upload: others

Post on 22-Jul-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PROPOSAL

NEW YORK STATE DEPARTMENT OF TRANSPORTATION50 WOLF ROADALBANY, NEW YORK 12232

D262091F.A. PROJECT

Book 4 of 4

Submitted in accordance with Standard Specifications officially adopted May 1, 2008 and the Highway Law.

US CUSTOMARY UNITS

Proposal Description:

Rehabilitation of I-90 Bridge Over the Hudson River and the I-90/I-787 Interchange Bridges in Albany & Rensselaer Counties.

Letting of 9/20/2012 @ 10:30 A.M.

Page 2: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

 

 

 

Page 3: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

03400 Per DQAB L05/07/09

Page 1 of 1

SPECIAL NOTES Location Maps Landscape Development Notes R.O.W. Thruway Canal Funding 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.

529D262091

Page 4: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

SPECIAL NOTE MODIFICATION TO INSURANCE REQUIREMENTS

03401k=2006/2008107-06 Page 1 of 1 EI 10-006 L05/06/10

The Contractor will not be required to provide Builder’s Risk insurance coverage as required by the revised §107-06 Insurance inserted in the contract proposal. Where required for professional services requiring the signature, stamp or certification of a licensed professional, the Contractor shall provide insurance coverage for Professional Liability/Errors and Omissions in accordance with §107-06B.8. Professional Liability/Errors and Omissions. The insurance coverage for this contract shall be not less than $1,000,000 per claim and $1,000,000 in the aggregate.

530 D262091

Page 5: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

SPECIAL NOTE - Special Specification Pay Item Numbers

03402-Special Specs 1 of 1 EB04-006 L01/08/09

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 xxx.xx xx xxx.xx----xx xxxxx.xxxx xxx.xxxx xx xxx.xxxx--xx xxxxx.xxxxxx xxx.xxxxxxxx xxx.xxxxxxxx

531D262091

Page 6: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

SPECIAL NOTES

GREEN CONSTRUCTION REQUIREMENTS

03411=Special Notes Page 1 of 3 EI 09-009 L09/03/09

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. Non-compliance shall be corrected within a 24-hour period.

532 D262091

Page 7: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

SPECIAL NOTES

GREEN CONSTRUCTION REQUIREMENTS

03411=Special Notes Page 2 of 3 EI 09-009 L09/03/09

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.

533D262091

Page 8: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

SPECIAL NOTES

GREEN CONSTRUCTION REQUIREMENTS

03411=Special Notes Page 3 of 3 EI 09-009 L09/03/09

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.

534 D262091

Page 9: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

SPECIAL NOTE Diesel Emission Reduction Act (DERA) Regulatory Compliance

03412=Special Note Page 1 of 1 EI10-007 L09/02/10

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. Contact information including firm name, contact person, phone number and e-mail 2. Annual total quantity of ULSD fuel used by covered vehicles on NYSDOT contracts 3. 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].

535D262091

Page 10: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

SPECIAL NOTE ANCHORING MATERIALS - CHEMICAL CURING

03420=2006:586 Page 1 of 1 EI 08-012 L09/04/08

SPECIAL NOTE

Due to safety concerns, the use of §701-07 Anchoring Materials – Chemical Curing, will not be allowed in any overhead applications or where sustained tensile loads will exist. This requirement includes but is not limited to direct overhead installations such as utilities to undersides of bridge decks and overhead protective screening. When such work is required, alternative anchoring methods or materials like mechanical anchors or cementitious grouting operations, must be used in these locations. Use of alternate materials or methods not previously approved shall require approval of the Deputy Chief Engineer Structures (DCES). Further, use of §701-07 Anchoring Materials – Chemical Curing will not be allowed in any horizontal or vertical applications where failure would result in risk or injury to the public. Applications where only cementitious grouts shall be required include but are not limited to decorative railings, pedestrian fence, and screening. Bridge railing installations shall only use §701-05 Concrete Grout Materials as presently required by specifications. Substitution of §701-07 Anchoring Materials – Chemical Curing shall not be allowed for bridge railing installations. Use of §701-07 Anchoring Materials – Chemical Curing, may be allowed for temporary applications, and when specified, shall be designed and stamped by a PE. Temporary items anchored using §701-07 Anchoring Materials – Chemical Curing shall be rendered inoperable upon completion of their use on a project.

536 D262091

Page 11: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

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

03430=2008:401,402 Page 1 of 1 EI12008 L09/06/12

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 pre-blended 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.

537D262091

Page 12: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ASPHALT PRICE ADJUSTMENT

03500=US Customary Units Page 1 of 2 EB 07-019 L 09/06/07

ASPHALT PRICE ADJUSTMENT CONVERSION FACTORS

MATERIAL DESCRIPTION CONVERSION FACTOR * ITEM NUMBER

Bituminous Stabilized Course 0.065 t PGB/yd³ 302.01, .0102

Asphalt Treated Permeable Base Type 1 0.030 t PGB/t 402.010901

Asphalt Treated Permeable Base Type 2 0.035 t PGB/t 402.011901

True and Leveling See Note 5 402.017901, 402.018901

Shim Course 0.0825 t PGB/t 402.058901

Type 10FX Top 0.055 t PGB/t 402.200401 RR

6.3 SUPERPAVE HMA 0.065 t PGB/t 402.067x01 RR

9.5 SUPERPAVE HMA 0.060 t PGB/t 402.09xx01, 402.09xx01 RR

12.5 SUPERPAVE HMA 0.054 t PGB/t 402.12xx01, 402.12xx01 RR

19 SUPERPAVE HMA 0.047 t PGB/t 402.19xx01

25 SUPERPAVE HMA 0.044 t PGB/t 402.25xx01

37.5 SUPERPAVE HMA 0.039 t PGB/t 402.37xx01

Asphaltic Sealants (ASTM 6690) 0.00272 t PGB/gal 402.75XX RR

Paver Placed Surface Treatment Types A, B and C 0.0013 t PGB/yd² 402.918x02 RR, 402.928x02 RR,

402.938x02 RR

Tack Coat (Asphalt Emulsion) 0.0012 t PGB/gal 407.01 RR

Bituminous Material (Pavement, Shoulders) 0.0025 t PGB/gal 410.07

Micro-Surfacing, Type II 0.090 t PGB/t 410.102102 RR

Micro-Surfacing, Type III and Rut Filling 0.075 t PGB/t 410.103102 RR, .104102 RR

Quick-Set Slurry, Type II 0.115 t PGB/t 410.202302 RR

Quick-Set Slurry, Type III 0.100 t PGB/t 410.203302 RR

Asphalt Sidewalks, Driveways See Note 5 608.02xx RR

Miscellaneous Asphalt 702-07 0.0040t PGB/gal 618.07

Asphalt Emulsion 702-3001 0.0021t PGB/gal 618.3001, 407.02 RR

Asphalt Emulsion 702-3101, 702-3102 0.0024t PGB/gal 618.3101, 618.3102

Asphalt Emulsion 702-3201, 702-3301, 702-3401, 702-3402 0.0025t PGB/gal 618.3201, 618.3301, 618.3401,

618.3402

Asphalt Emulsion 702-3501, 702-3601 0.0022t PGB/gal 618.3501, 618.3601

Cationic Asphalt Emulsion 702-4001 0.0023t PGB/gal 618.4001, 407.02 RR

538 D262091

Page 13: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ASPHALT PRICE ADJUSTMENT

03500=US Customary Units Page 2 of 2 EB 07-019 L 09/06/07

Cationic Asphalt Emulsion 702-4101, 702-4201, 702-4301 0.0025 t PGB/gal 618.4101, 618.4201, 618.4301

Cationic Asphalt Emulsion 702-4401, 702-4501 0.0022 t PGB/gal 618.4401, 618.4501

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. A two digit suffix (RR) at the end of a contract pay item indicates a special specification. 3. Quality Adjustment Items (402/608) are not eligible for fuel or asphalt price adjustment. 4. The conversion factors for HMA mixed with slag shall be increased by 25%. 5. The conversion factor for True & Leveling, Driveways, or other items that allow mix options

will be based on the actual mixtures used. * 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. Contact the Regional Materials Engineer with any questions regarding applicability of contract pay items that are not listed.

539D262091

Page 14: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

FUEL PRICE ADJUSTMENT

03510=US Customary Units Page 1 of 1 EB 07-019 L 09/06/07

FUEL PRICE ADJUSTMENT USAGE FACTORS

MATERIAL DESCRIPTION USAGE FACTOR * ITEM NUMBER

Excavation & Embankment 0.45 gal/yd3 203.05, 203.06, 203.07, 203.08, 203.20, 203.21 and 203.25

Excavation 0.35 gal/yd3 203.02 Embankment 0.10 gal/yd3 203.03 Controlled Low Strength Material 1.00 gal/yd3 204.01, 204.02 Structure/Trench/Culvert Excavation 0.50 gal/yd3 206.01, 206.02, and 206.04 Bituminous Stabilized Course 1.40 gal/yd3 302.01 Subbase Course 1.00 gal/yd3 All 304 Items Hot Mix Asphalt 2.50 gal/ton 402 Items and 608.02xx RR Production Cold Milling 0.10 gal/yd2 All 490 Items Portland Cement Concrete Pavement 1.00 gal/yd3 502 Items Footing Concrete & Concrete for Structures - All classes(A, F, G, HP, etc.) 1.00 gal/yd3 555.xx

Approach Slabs and Structural Slabs with bottom formwork 0.25 gal/yd2 557.xx

Structural Slabs - no bottom formwork 0.15 gal/yd2 557.xx Class D Concrete 0.05 gal/yd2 557.13 Topsoil 0.10 gal/yd3 613.02, 613.03 Notes: 1. In accordance with Standard Specification §698-3.02, the index value for the fuel price adjustment is the average posted price for the month of bid letting. 2. Quality Adjustment Items (402/502/608) are not eligible for fuel price adjustment. * 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. Contact the Regional Materials Engineer with any questions regarding applicability of contract pay items that are not listed.

540 D262091

Page 15: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Special Note

PREQUALIFICATION

The Department has established a list of contractors who are prequalified to bid on this contract. Only contractors who have been prequalified, or a joint venture of contractors who have each been separately prequalified, are eligible to submit bids for this contract. The list of prequalified contractors is posted on the Department’s website on the Construction Opportunities – Letting Notices web page https://www.dot.ny.gov/doing-business/opportunities/const-highway. 

541D262091

Page 16: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Page 1 of 2

SPECIAL NOTE SHORING TOWERS FOR PIER & BEARING REPLACEMENT

The NYSDOT will make State owned ACROW bridge panels available to the contractor for constructing the shoring towers required for the pier and bearing replacement specified in this contract. These components can be used by the contractor for the duration of the contact. There will be no charge for the use of these components, but the Contractor will be responsible for all miscellaneous hardware, engineering, shipping, handling and erection as specified below. The NYSDOT will make 319 truss panels (AB701) and 68 shear panels (AB702) available for use by the Contractor. There is also a limited quantity of associated hardware (pins, bolts, etc.) and tower shoes available to the Contractor. The Contractor shall assume that the associated hardware and any additional panels required to perform the work will need to be purchased. The cost shall be included under Item 585.XX. No cap beams, bearing beams or jacking equipment will be provided to the Contractor by the State. The existing shoring towers at Bridge No. 7 (BIN 1092442) pier 1 are the property of the State. The existing shoring towers may be used by the Contractor for the duration of the contract. All existing shoring tower components shall be returned to the NYSDOT at the completion of work. The Contractor shall submit calculations, prepared by a professional engineer registered in the State of New York, verifying the capacity of the existing system for the proposed loading. Include all associated costs under item 585.07.

Depending on the configuration and height of the tower, the capacity of the shoring tower components is approximately 800 kips per tower. The Contractor shall be responsible for all design and erection calculations associated with the use of these shoring towers. Include the cost for all engineering associated with the use of the borrowed components under Item 585.XX. ACROW may be contacted for technical assistance, as necessary, to prepare the required calculations. ACROW may also be contacted for assembly and/or disassembly instructions. Contact information for ACROW is provided below.

ACROW Contact:

Ed Oakley

NE Sales Manager

ACROW Corporation of America

181 New Rd.

Parsippany, NJ 07054

973-244-0080

542 D262091

Page 17: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Page 2 of 2

The ACROW bridge panels shall be picked up and returned to NYSDOT Region 3 Bridge Maintenance at the address included below. Include all transportation costs under Item 585.XX.

Pickup & Return Location: NYSDOT Region 3 Contacts:

NYSDOT

Region 3 Bridge Maintenance

5831 Butternut Drive

East Syracuse, NY 13057

Region 3 Bridge Maintenance

Dave Patrick

[email protected]

(315) 445-0045

Region 3 Bridge Maintenance Engineer

Jon Phillips

[email protected]

(315) 445-8128

The Contractor shall submit an inventory of all borrowed components to the Engineer. The inventory shall indicate the condition of all components borrowed. The Contractor is advised to submit photos documenting the condition of the borrowed components. The inventory shall be used to verify that all borrowed components are returned to the State in the condition they were received. All returned materials shall be inspected by the Engineer prior to acceptance. Care shall be exercised not to damage any material borrowed from the State. Any materials borrowed from the State that are damaged or not returned shall be repaired or replaced in-kind at no cost to the State. Any damaged materials shall be repaired to the satisfaction of the Engineer.

543D262091

Page 18: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

SPECIAL NOTE

MOVEABLE BARRIER & MOVEABLE BARRIER TRANSFER MACHINE AND OPERATION

Page 1 of 2

The Contractor shall furnish, install and maintain a complete moveable barrier system, to be utilized for work zone traffic control for structural rehabilitation work along I-90. The system shall include the moveable barrier, equipment to move the moveable barrier and all other components required for assembly and relocation of the barrier for each work shift in accordance with the Work Zone Traffic Control drawings. The equipment to move the moveable barrier may be stored on-site at locations shown on the Work Zone Traffic Control Plans from April 1st to November 1st during working and non-working hours. From November 1st through April 1st, the equipment will be required to be stored off-site at a location provided by the Contractor and approved by the Engineer. The Moveable Barrier System may be obtained from Barrier Systems, Inc (180 River Road, Rio Vista, CA 94571; Phone 888-800-3691; www.barriersystemsinc.com), or an approved equal, as approved by the Director, Office of Design. The Contractor shall order the Moveable Barrier System as soon as approval of the system is granted by the Director, Office of Design as it may take considerable time to have all the components delivered to the project site. The Contractor shall install the moveable barrier as shown on the Work Zone Traffic Control Plans as a continuous connected barrier. The barrier shall be installed so that there are no pavement drop-offs (as defined by Section 619 of NYSDOT Standard Specifications) or trenches within the deflection distance of the barrier. The suggested construction sequence provides for the barrier to be installed on the east bound I-90 lanes while the westbound structures are rehabilitated during 2014. The barrier is then removed (within the limits shown on the Work Zone Traffic Control Plans) and stored off-site during the winter months. During 2015, the barrier is installed on the westbound lanes while the east bound structures are rehabilitated. The barriers shall then be removed from the work zones. Cost for all work required to move the barrier for traffic control schemes, and movement to store the barrier during the winter months shall be included in the unit price bid for Item 619.37020001 – Quickchange Moveable Barrier. The number of Work Zone Traffic Control Patterns is 2, Pattern 1 is shown on Drawings TCP-32 through TCP-42 for Work Zone Traffic Control Plan Construction Stages 3 and 5, and Pattern 2 is shown on Drawings TCP-48 through TCP-57 for Work Zone Traffic Control Plan Construction Stages 6 and 7. The Contractor shall provide the necessary equipment for the daily, or weekend lateral movement of the moveable barrier. All workers operating the equipment shall be adequately trained in the proper operation and maintenance of the equipment at the work site.

544 D262091

Page 19: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

SPECIAL NOTE

MOVEABLE BARRIER & MOVEABLE BARRIER TRANSFER MACHINE AND OPERATION

Page 2 of 2

In the event of equipment failure, the Contractor shall have tow vehicles available to remove the failed equipment and align the moveable barrier as required. Equipment failure will not be considered in assessing liquidated damages for failure to meet lane closure restrictions. The Contractor shall move the Moveable Barrier as shown on the Work Zone Traffic Control Plans and in accordance with the lane closure restrictions. In the event the barrier is hit by vehicular traffic, the Contractor shall move the barrier back into its proper configuration and provide any additional traffic control necessary. All costs associated with any adjustments made to move the Moveable Barrier back to its proper alignment shall be included in the unit price bid for Item 619.37020001 – Quickchange Moveable Barrier.

545D262091

Page 20: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

546 D262091

Page 21: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

547D262091

Page 22: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

548 D262091

Page 23: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

549D262091

Page 24: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

550 D262091

Page 25: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

551D262091

Page 26: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

552 D262091

Page 27: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

553D262091

Page 28: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

554 D262091

Page 29: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

555D262091

Page 30: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

556 D262091

Page 31: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

557D262091

Page 32: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

558 D262091

Page 33: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

559D262091

Page 34: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

560 D262091

Page 35: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

561D262091

Page 36: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

562 D262091

Page 37: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

563D262091

Page 38: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

564 D262091

Page 39: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

565D262091

Page 40: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

566 D262091

Page 41: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

567D262091

Page 42: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

568 D262091

Page 43: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

569D262091

Page 44: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

570 D262091

Page 45: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

571D262091

Page 46: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

572 D262091

Page 47: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

573D262091

Page 48: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

574 D262091

Page 49: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

575D262091

Page 50: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

576 D262091

Page 51: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

577D262091

Page 52: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

578 D262091

Page 53: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

579D262091

Page 54: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

580 D262091

Page 55: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

581D262091

Page 56: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

582 D262091

Page 57: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

583D262091

Page 58: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

584 D262091

Page 59: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

585D262091

Page 60: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

586 D262091

Page 61: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

587D262091

Page 62: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

588 D262091

Page 63: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

589D262091

Page 64: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

590 D262091

Page 65: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

591D262091

Page 66: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

592 D262091

Page 67: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

593D262091

Page 68: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

594 D262091

Page 69: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

595D262091

Page 70: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

596 D262091

Page 71: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

597D262091

Page 72: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

598 D262091

Page 73: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

599D262091

Page 74: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

600 D262091

Page 75: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

601D262091

Page 76: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

602 D262091

Page 77: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

603D262091

Page 78: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

604 D262091

Page 79: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

605D262091

Page 80: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

606 D262091

Page 81: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

607D262091

Page 82: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

608 D262091

Page 83: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

609D262091

Page 84: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

610 D262091

Page 85: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

611D262091

Page 86: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

612 D262091

Page 87: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

613D262091

Page 88: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

614 D262091

Page 89: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

615D262091

Page 90: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

03750 Per DQAB L05/07/09

Page 1 of 1

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

616 D262091

Page 91: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 502.76010018 - SEALING CRACKS IN PCC PAVEMENT - SILICONE SEALANT

1 of 3 10/96

DESCRIPTION This work shall consist of sawing, cleaning and sealing cracks in portland cement concrete pavement at locations shown on the plans or where directed by the Engineer. MATERIALS REQUIREMENTS 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 crack 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: All pavement repairs called for on the plans which border a pavement crack to be sealed under this item shall be completed, as specified in the appropriate item(s), prior to commencement of the crack sealing operation. The Contractor shall furnish all equipment necessary for sawing, cleaning, and sealing the pavement cracks. All equipment shall be approved by the Engineer before its use. Sealing will generally be limited to opened cracks at least 1/8 inch wide at locations shown on the plans or where directed by the Engineer. Cracks with varying widths, portions of which are ⅛ inch wide or over, should be sealed along their entire length. Sealant thickness shall not be less than 1/4 inch. All sealant shall be recessed ¼ inch to ⅜ inch from the top surface of the pavement. Seasonal and Temperature Limitations: Joint sealant shall not be placed when pavement or ambient temperatures fall below 40ºF or when the pavement is wet. Crack Preparation: All cracks less than 1/2 inch wide shall be sawn in areas shown on the contract plans or where directed by the Engineer. Cracks 1/2 inch and wider shall have a saw run through them to ensure that the crack has a full 1/2 inch width to a depth of 1 1/2 to 2 inches.

617D262091

Page 92: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 502.76010018 - SEALING CRACKS IN PCC PAVEMENT - SILICONE SEALANT

2 of 3 10/96

Sawing shall be accomplished with crack sawing equipment which shall produce vertical sides with a minimum of edge spalling. Other types of equipment, such as vertical spindle type routers, may be approved by the Engineer if satisfactory results are obtained as determined by the Engineer. For cracks less than 1/2 inch wide, the sawed recess shall have the approximate dimensions of 1/2 inch wide by 1/2 inch to 5/8 inch deep. If the crack is faulted, the Contractor shall determine recess depth by taking measurements from the top edge of the dropped portion of the slab. All cracks shall be thoroughly cleaned of all dust, dirt, foreign material, incompressibles or any other extraneous materials by high pressure air, plow, saw, wire brush, sandblasting, or other suitable method or tool approved by the Engineer. The material and debris removed from the crack shall be removed from the pavement to prevent recontamination of the crack. Immediately prior to sealing and after the crack has been prepared as specified above, both crack faces shall be thoroughly cleaned by sandblasting to the full sawcut depth, or to a depth of 1/2 to 2 inches on cracks 1/2 inch and wider. All cracks to be sealed are to be sandblasted. The operator of the sandblaster shall tip the nozzle of the equipment so that the blast material is directed against one crack face at a time. The crack face shall appear thoroughly clean and indicate a uniform minor abrasion. The cracks 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 compressed air equipment to prevent moisture and oil from contaminating the crack surfaces. Any cracks not sealed the same day shall be recleaned prior to sealing. The Contractor shall be responsible for protecting traffic and property from hazard or damage during all crack cleaning operations. Materials and methods used for this purpose will be subject to the approval of the Engineer. Sealing: Primer, if required by the manufacturer of the sealant, shall be applied to the crack faces in a thin film by brush or spray equipment. The primer shall completely wet the surfaces to be sealed and, if a backer rod is required, the primer shall dry tack free before the backer rod is installed. The cracks shall be thoroughly dry and clean at the time of sealing. For cracks ½ inch and wider, a backer rod of the proper size and type shall be installed at a depth such that the sealant will have a shape factor of 2 (width):1 (depth). 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 crack. The sealant shall be applied so that it is held below the surface of the slab and completely fills the width of the crack. Immediately after the sealant is applied, it shall be tooled to form a concave surface, to 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 deflection due to vertical loads is expected, the sealant shall be allowed to cure for two hours or more, as ordered by the Engineer. 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.

618 D262091

Page 93: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 502.76010018 - SEALING CRACKS IN PCC PAVEMENT - SILICONE SEALANT

3 of 3 10/96

METHOD OF MEASUREMENT This work shall be measured by the number of linear feet of cracks 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.

619D262091

Page 94: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 502.81010018 - FULL DIAMOND GRINDING OF PCC PAVEMENT ITEM 502.82010018 - FULL DIAMOND GRINDING OF PCC PAVEMENT WITH SLURRY

REMOVAL ITEM 502.83010018 - DIAMOND GRINDING SMOOTHNESS QUALITY ADJUSTMENT

EI 03-012 L 09/11/03

Page 1 of 2

DESCRIPTION. Diamond grind the portland cement concrete (PCC) pavement surface. Adjust payment if Diamond Grinding Smoothness Quality Adjustment is included in the contract documents. MATERIALS AND EQUIPMENT. No materials specified. Diamond Grinding. Use equipment having gang-mounted diamond saw blades on a multiblade arbor specifically designed for PCC pavement production grinding. Use equipment capable of producing a 3 foot (minimum) grinding pass width that is equipped with a vacuum system capable of removing slurry from the pavement surface, such as the Target 3800 or 3804, Boart-Longyear (Kushion Kut) PC5000 or PC600, or equal, as approved by the Director, Materials Bureau. Submit requests to use other equipment at least 7 days before grinding. Profilograph. Use an automated California-type profilograph capable of producing and analyzing a profile trace in accordance with Materials Method 24, Portland Cement Concrete Pavements Profilograph Operations. Use automation capable of reporting profile indices in inches/mile using a 0.2 blanking band and in inches/mile using a 0 blanking band. Provide the means to transport the profilograph. The profilograph must be approved by the Director, Materials Bureau, prior to use. Approval includes verifying true vertical scale on the trace, 25:1 horizontal scale on the trace, and automation filter accuracy when compared to manual trace analysis conducted in accordance with Materials Method 24. Provide the Engineer 14 days advance notification of profilograph use to obtain approval. Submit requests to use other equipment at least 14 days before grinding. CONSTRUCTION DETAILS. Diamond Grinding. Begin and end diamond grinding at lines normal to the pavement centerline. Grind the pavement longitudinally such that at least 95% of the pavement surface is diamond ground and the pavement is in the same plane across a joint or crack when measured with a 10 foot (minimum) straightedge. Provide surface drainage by maintaining the proper cross slope on the finished surface and by blending adjacent passes. Regrind the pavement if an acceptable surface is not being obtained. Continuously remove the slurry from the pavement using the vacuum system on the grinding equipment. If required by the contract documents, transfer the slurry into equipment capable of transporting it from the job site without spills. In any case, do not allow slurry discharge into: $ Occupied travel lanes. $ Drainage structures. $ Wetlands, streams, estuaries, or sensitive environmental resources identified in the contract

documents. $ Areas where it will become a public nuisance. Dispose of slurry in conformance with all Federal, State, and local regulations. Profilograph. Apply this section if Diamond Grinding Smoothness Quality Adjustment is included in the contract documents. Provide traffic control and survey stationing for referencing measurements. The Engineer will divide the pavement into 520 foot long reporting segments, but may group segments shorter than 520 foot with previous or subsequent segments. The reporting segment width is the lane width or the distance between adjacent longitudinal joints as chosen by the Engineer. Develop a profile trace and

620 D262091

Page 95: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 502.81010018 - FULL DIAMOND GRINDING OF PCC PAVEMENT ITEM 502.82010018 - FULL DIAMOND GRINDING OF PCC PAVEMENT WITH SLURRY

REMOVAL ITEM 502.83010018 - DIAMOND GRINDING SMOOTHNESS QUALITY ADJUSTMENT

EI 03-012 L 09/11/03

Page 2 of 2

determine the profile index (PI) for each reporting segment. Obtain the trace along the longitudinal center of the reporting segment in accordance with Materials Method 24. Develop a referencing system that allows the Engineer to readily associate a trace and PI to the actual corresponding reporting segment. Provide the traces and PIs (determined by using both the 0.2 and 0 blanking bands) to the Engineer. The Engineer will determine and report the payable Quality Units of Smoothness Quality Adjustment per reporting segment, as discussed in Method of Measurement. METHOD OF MEASUREMENT. Diamond Grinding. The work will be measured for payment as the number of square yards of pavement satisfactorily diamond ground, measured to the nearest square yard. No deductions will be made for isolated low areas, provided 95% of the surface is diamond ground. Smoothness Quality Adjustment. The work will be measured for payment as the number of Quality Units of Smoothness Quality Adjustment, if any, payable for each reporting segment determined by the following:

Quality Units (Per Segment) = (SAF - 1.00) x Reporting Segment Area The Smoothness Adjustment Factor (SAF) from Table 1, Smoothness Adjustment Factors, is based on the PI obtained for each reporting segment using a 0.2 blanking band. If an isolated dip is too low to grind, the Engineer may remove it from PI determination, provided 95% of the pavement surface has been ground and the low area was identified by the Contractor prior to grinding.

TABLE 1 - SMOOTHNESS ADJUSTMENT FACTOR

Profile Index (in/mi)

SAF

0.0 - 0.99 1.10

1.0 - 1.99 1.07

2.0 - 2.99 1.04

3.0 - 3.99 1.02

4.0 - 4.99 1.01

5.0 - 5.99 1.00

6.0 + No Payment BASIS OF PAYMENT. Diamond Grinding. Include the cost of all labor and equipment necessary to satisfactorily perform the work in the unit price bid for Full Diamond Grinding of PCC Pavement. No payment is made for any reporting segment having a PI greater than 6 in/mi after diamond grinding if Diamond Grinding Smoothness Quality Adjustment is included in the contract documents. Smoothness Quality Adjustment. Quality Units of Smoothness Quality Adjustment are a fixed price in the bid documents and cannot be changed by the Contractor.

621D262091

Page 96: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 520.50140008 - SAW CUTTING ASPHALT PAVEMENT, CONCRETE PAVEMENT AND ASPHALT OVERLAY ON CONCRETE PAVEMENT

1/07

DESCRIPTION: Under this item, the contractor shall saw cut existing asphalt pavement, concrete pavement, asphalt surface course, or asphalt concrete overlay on concrete pavement at the locations indicated on the plans or where directed by the Engineer. MATERIALS: None specified. CONSTRUCTION DETAILS: Existing pavement and overlay shall be saw cut perpendicular to the roadway surface along neat lines, and to the depth indicated on the plans and typical sections. A power saw approved by the Engineer shall be used for cutting asphalt surface course and asphalt overlay. A power saw shall be used for cutting concrete pavement. After the existing asphalt pavement, concrete pavement, asphalt surface course or overlay has been saw cut through, the contractor may use pry bars, pneumatic tools or other methods approved by the Engineer, to pry loose the existing pavement from that pavement which is to remain. A pavement breaker, under the supervision of the Engineer, may be used to break up the pavement to be removed after the pavement has been completely saw cut through and completely free from the pavement to remain. Any existing pavements and curbs not indicated to be removed that are damaged by the contractor's operations, shall be repaired by him to the satisfaction of the Engineer at no additional cost to the State. METHOD OF MEASUREMENT: The quantity to be measured will be the number of feet of saw cutting done in accordance with the plans, typical sections and the directions of the Engineer. 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 feet of saw cutting shall include the cost of all labor, materials, and equipment necessary to complete the work. Payment for removal and disposal of cut pavement shall be paid for under the appropriate excavation item.

622 D262091

Page 97: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11020101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.65010101 PRECAST BRIDGE SYSTEM WITH EMBEDDED STRUCTURAL STEEL ITEM 557.65020101 PRECAST CONCRETE APPROACH SLABS

Page 1 of 7 April 4, 2012 Rev. 6/15/12

DESCRIPTION: This specification covers the material and fabrication and installation requirements for Precast Bridge System with Embedded Structural Steel, Precast Concrete Approach Slabs, and Integral Precast Concrete Barrier. “Panels” refers to both the precast bridge system and to the approach slab. The design and detail shown in the contract documents is only applicable when the panel layout as shown is used. If the Contractor proposes a different layout, all necessary revisions and supporting calculations, stamped by a Professional Engineer, shall be submitted to the DCES. MATERIAL REQUIREMENTS: Lightweight Concrete for Precast Bridge System See Lightweight Concrete Below Concrete for Approach Slabs PCCM Concrete for Precast Barrier See Lightweight Concrete Below Concrete Reinforcing §709 Concrete Repair Material §701-04, §701-06, §701-08, or §701-09. Paint as specified by the contract documents. Structural Steel §715-01 Stud Shear §709-05 Fasteners §715-14, and SCM Chapter 10 Nuts, bolts and washers §715-14, and SCM Chapter 10 Closure pour concrete for panels See Below Closure pour concrete for barrier §709 Class HP LIGHTWEIGHT CONCRETE Manufacture lightweight high-performance concrete according to §501, and the following modifications:

A. Design. Design a lightweight high-performance concrete mixture, proportioned according to the American Concrete Institute Manual of Concrete Practice, ACI 211.2, Standard Practice for Selecting Proportions for Structural Lightweight Concrete.

1. Produce a homogeneous mixture of cement, fly ash, microsilica, fine aggregate, lightweight

coarse aggregate, air entraining agent, normal range set-retarding water-reducing admixture, and water as designed.

2. Use Type I, I/II, II, IT, or Type IP (8) cements conforming to 701-01, or 701-03. Use a minimum

cementitious content of 606 lb/yd³. Use 15-20% pozzolan (§711-10, Flyash or §711-12, GGBFS), and 6-10% microsilica (§711-11). “When blended cements (Type IT, Type SF (also known as Type IP(8)) are used, a separate addition of microsilica is not required.

3. Use lightweight coarse aggregate conforming to §703-10, with a gradation in the 1 inch to 3/16

inch size designation in Table 1, ASTM C330.

4. Determine the cement content for each trial batch by means of a yield test according to ASTM C138.

a. At least 10 working days prior to concrete placement, provide the Materials Engineer with a copy of the trial mix design with the following data:

623D262091

Page 98: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11020101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.65010101 PRECAST BRIDGE SYSTEM WITH EMBEDDED STRUCTURAL STEEL ITEM 557.65020101 PRECAST CONCRETE APPROACH SLABS

Page 2 of 7 April 4, 2012 Rev. 6/15/12

Fine and coarse aggregate (saturated, surface dry condition) content in lb/yd³. Cementitious content in lb/yd³. Water content in lb/yd³. Unit weight of freshly mixed concrete in accordance with ASTM C138. Dry unit weight in accordance with ASTM C567. 28-day compressive strengths. Batch quantities of all materials as they will appear on the batch record.

b. The Materials Engineer, or their representative, will approve the batch quantities prior to use. Use these values to manufacture all lightweight concrete for this project, and periodically correct the batch masses to account for changes in the fine aggregate fineness modulus and aggregate moisture contents in accordance with Materials Method 9.1, or current Department directives.

B. Batching. After the materials have been accepted for this work, determine the proportions for concrete and equivalent batch masses based on trials made with materials to be used in the work.

C. Stockpile Handling. Construct lightweight coarse aggregate stockpile(s) at the production facility so as to maintain uniform moisture throughout the pile. Continuously and uniformly sprinkle the stockpile(s) with water, using a sprinkler system approved by the Materials Engineer. Soak for a minimum of 48 hours, or until the stockpile has achieved a minimum internal moisture content of 15% by weight. If a steady rain of comparable intensity occurs, turn off the sprinkler system. If the rain ceases prior to the end of the wetting period, restart the sprinkling system. At the end of the wetting period, or when a rainfall ceases beyond the end of the wetting period, allow stockpiles to drain for 12 to 15 hours immediately prior to use.

D. Compressive Strength Determination. Achieve an average 28-day compressive strength of 5000 psi.

Density Determination. Produce concrete with an average dry unit mass ranging from 2950 to 3120 lb/yd³ when tested in accordance with ASTM C567. CLOSURE POUR CONCRETE FOR PANELS MATERIALS AND EQUIPMENT. Cementitious Materials .................................................................................................................. 501-2.02A Aggregates ..................................................................................................................................... 501-2.02B Concrete Batching Facility Requirements ........................................................................................ 501-2.03 Concrete Mixer and Delivery Unit Requirements ............................................................................ 501-2.04 Handling, Measuring, and Batching Materials ................................................................................. 501-3.02 Concrete Mixing, Transporting, and Discharge ................................................................................ 501-3.03 Membrane Curing Compound ............................................................................................................. 711-05 Admixtures ........................................................................................................................................... 711-08 Water ................................................................................................................................................ 712-01

Use non-reactive aggregate, as identified in the Approved List of Sources of Fine & Coarse Aggregate, when using high alkali cementitious products.

624 D262091

Page 99: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11020101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.65010101 PRECAST BRIDGE SYSTEM WITH EMBEDDED STRUCTURAL STEEL ITEM 557.65020101 PRECAST CONCRETE APPROACH SLABS

Page 3 of 7 April 4, 2012 Rev. 6/15/12

Transit Mixed and Truck Mixed Closure Pour Concrete. Use trucks calibrated and approved by the Regional Materials Engineer. Apply a total of 100 – 200 mixing revolutions before discharge. Apply the following in addition to the standard specification sections listed above.

A. Accelerating Admixtures. Accelerating admixtures may be batched into transit mixed concrete at the plant in accordance with '501-2.03F, Admixture Dispensing Systems, or added at the site during or after any water addition. For truck mixed concrete, accelerating admixtures are always added at the site and after the water is added. When adding accelerating admixtures at the site, equip trucks with an air pressurized tank that:

• Contains the correct volume of admixture (for the volume of concrete in the truck) dispensed through the plant=s Admixture Dispensing System.

• Discharges the admixture into the mixer drum in less than 1 minute. • Has a clear plastic tank output hose that leads into the mixer drum. • Has a properly working relief valve. Add the entire accelerating admixture into the mixer drum in 1 uninterrupted operation in 1

minute or less.

B. Aggregate Moisture Content. Twice daily, or more frequently if weather conditions change significantly as determined by the Engineer, determine the aggregate moisture content in accordance with Materials Method 9.1, Plant Inspection of PCC. Compute the corresponding water added to the concrete in the truck from aggregate moisture. Subtract that quantity, as well as the water portion of the admixture in the tank and water added at the plant from the design water for the truck. Submit these calculations to the NYSDOT plant inspector for approval. Upon approval, write the maximum volume of water to be added to the truck at the site on the delivery ticket. Upon arrival at the site, provide the delivery ticket to the Engineer. Do not add more water than the maximum volume indicated on the delivery ticket. C. In-Line Water Flow Meter. Equip trucks with an in-line water flow meter that:

• Resets easily to "0". • Is mounted to allow easy reading. • Withstands water temperatures up to 200EF. • Is equipped with air strainers capable of removing entrapped air within the system. • Has a batching delivery tolerance of 1% by weight or volume. • Has a manufacturer’s certified flow rate capacity of 70 gal/min. • Has a minimum actual flow rate of 50 gal/min.

The Regional Materials Engineer will measure the actual flow rate and inspect the flow meter prior to use. Reset the flow meter to 0 before adding any water at the site.

For truck mixed concrete, execute 20 dry revolutions at 12 to 18 rpm before adding water. Add water in 1 uninterrupted operation. No water is to be removed from the truck for any purpose while water is being added to the drum. After the required water designated on the delivery ticket has been added, add the entire accelerating admixture, if any, as described above in Accelerating Admixtures.

Closure Pour Concrete Trial Batch. Design the mix to satisfy Table 1, Closure Pour Concrete Mix Requirements. Submit the mix design to the Engineer. Include admixture brands and dosages as well as mixing, transporting, placing, curing, and anticipated strength gain details.

Produce and place a 4.0 yd3 (minimum) trial batch at an off-project location approved by the

625D262091

Page 100: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11020101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.65010101 PRECAST BRIDGE SYSTEM WITH EMBEDDED STRUCTURAL STEEL ITEM 557.65020101 PRECAST CONCRETE APPROACH SLABS

Page 4 of 7 April 4, 2012 Rev. 6/15/12

Engineer. Produce the trial batch using the same materials and processes as those to be used to produce the project concrete. Provide the Engineer a 7 day minimum advance notification of trial batch production. Coordinate trial batch production to ensure the presence of the Engineer, the Regional Materials Engineer, and Materials Bureau personnel.

Provide an American Concrete Institute (ACI) Certified Concrete Field Testing Technician, Grade I, or higher, to: • Measure slump, air content, and unit weight. • Cast cylinders for compressive strength and freeze-thaw resistance.

Begin compressive strength testing of the trial batch concrete 1 hour after discharge. Unless otherwise noted in the contract documents, use an agency accredited by the AASHTO Accreditation Program (AAP) in the field of construction materials testing of portland cement concrete to perform compressive strength testing. Cast and test in the presence of the Engineer, or the Engineer’s representative. Provide acceptable proof of ACI Certification and AASHTO Accreditation to the Engineer before placing any concrete.

Cast a minimum of 12 cylinders in accordance with Materials Method 9.2, Field Inspection of Portland Cement Concrete. Determine the concrete compressive strength in accordance with ASTM C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. The mix will be considered acceptable for use if 3 cylinder pairs (6 total) meet the following strength criteria: • Average compressive strength of all cylinder pairs exceeds 2500 psi in 3 hours. • Average compressive strength of each cylinder exceeds 2000 psi in 3 hours. Cast a minimum of six (6) 4”x8” cylinders for freeze-thaw testing. The Regional Materials Engineer will transport the cylinders for freeze-thaw testing conducted by the Materials Bureau.

Changes other than minor fluctuations in admixture dosage rates require a new mix design and trial batch. The Engineer may halt placing and order additional trial batches whenever the specified properties are not achieved.

TABLE 1 CLOSURE POUR CONCRETE MIX REQUIREMENTS

Property Minimum Desired Maximum Compressive Strength 2500 psi - -

Freeze-Thaw Loss - - 2 % Slump* 1” - 8”

NOTES: * Minimum slump provided the mix consolidates and finishes properly. Maximum slump provided the mix is nonsegregating and holds grade. Equipment. Forms ......................................................................................................................................... '502-2.04B1 Vibrators ...................................................................................................................................... '502-2.04C Saw Cutting Equipment ............................................................................................................... §502-2.04E Curing Compound Applicators ..................................................................................................... '502-2.04F CONSTRUCTION DETAILS FABRICATION REQUIREMENTS Steel:

626 D262091

Page 101: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11020101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.65010101 PRECAST BRIDGE SYSTEM WITH EMBEDDED STRUCTURAL STEEL ITEM 557.65020101 PRECAST CONCRETE APPROACH SLABS

Page 5 of 7 April 4, 2012 Rev. 6/15/12

FABRICATION REQUIREMENTS: All structural steel fabrication and shear connector installation work shall be done in accordance with the requirements of the New York State Steel Construction Manual (SCM). If the steel is to be painted, it shall be painted prior to shipping from the fabrication shop. Concrete Shop drawings and installation drawings shall be prepared and submitted as per the requirements of the Prestressed Concrete Construction Manual, (PCCM), and the following: The submitted drawings shall include details of lifting and handling of concrete units in the production facility and their storage, transportation, handling and storage at the construction site. Lifting holes will not be permitted in panels. The proposed handling and lifting shall be such that the maximum tensile stress in concrete due to handling and erection loads shall not exceed 4.5 (f’ci)1/2, where f’ci is the concrete compressive strength at the time being considered. Calculations showing actual concrete stresses based upon the proposed support locations and expected dynamic loading of the panels during handling, storage and transportation of the panels shall be prepared by a Professional Engineer and shall be submitted along with the drawings. These drawings and calculations shall be stamped and signed by a Professional Engineer. Integral precast concrete barrier shall be cast integrally with the precast concrete bridge system prior to shipping. Curing compound is acceptable for barrier. Proposed procedures for the casting, handling, and shipping shall be included in the drawings for the precast concrete panels. All precast concrete barrier shall conform to the tolerances contained in §704-03, §704-05 and to the misalignment tolerance in §569-2.02. Approach slab installation drawings shall show a procedure to bed and level slabs in accordance with the system designer’s instructions such that the vertical differential across any joint is ¼ in. or less. Slabs shall be placed on grade and have grout pumped underneath to ensure that they are completely supported. The following supplements to the PCCM shall apply: Section 5.5.1 - The following shall also apply: All structural steel to be embedded in concrete shall exhibit a cleanliness grade as defined by SSPC-Vis 1, cleanliness grades BSt3, or CSt3, as applicable. Section 5.8, Second sentence - Change to: If no strength is indicated, the required minimum strength shall be 3000 psi at lifting, and 5000 psi at 28 days or at the time of shipping, if earlier. Section 5.9.1, add the following: In addition, all steel stringers shall be cast such that the webs will be truly vertical upon installation at their permanent locations. If the structural steel portions of the unit have been painted prior to concrete casting, all material which might act as a bond breaker between the concrete and steel shall be removed. In addition, all paint shall be protected from the effects of the curing procedure by a method(s) acceptable to the Inspector. All paint damage shall be repaired in a manner approved by the DCES at no additional cost to the State. Section 5.10.2 - Delete this subsection, replace with: The tops of all units shall be finished in an identical manner. The finished surface shall be that approved on the Shop Drawings. Section 6.1 - Add: Lifting of Units. Units shall be lifted as soon as the final curing phase is completed, and the minimum lifting strength is reached. Lifting shall be done in the manner approved on the Shop Drawings.

627D262091

Page 102: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11020101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.65010101 PRECAST BRIDGE SYSTEM WITH EMBEDDED STRUCTURAL STEEL ITEM 557.65020101 PRECAST CONCRETE APPROACH SLABS

Page 6 of 7 April 4, 2012 Rev. 6/15/12

Section 6.4.2 Add the following: Honeycombing of concrete to such an extent that chipping away the honeycombed concrete exposes: a. Any reinforcement comprising the top reinforcing mat. b. Reinforcement comprising the bottom reinforcing mat which is 24 diameters or longer, or two or more reinforcing bars regardless of length. c. Any unit exhibiting a crack in any part of the concrete that is greater than ½ inch in depth and 0.002 inches in width. Section 7 The following tolerances shall apply: Precasting Tolerances - The units shall comply with the applicable tolerances listed below: Width ¼ inch Overall Depth of Structural Slab +3/8 inch, -1/8 inch Slope (Top of Unit) +½%, -0% Reinforcing Cover - Both Mats ±¼ inch Reinforcing Placement - Horizontal ±2 inches Inserts ±3/8 inch Deviation from square, or designated skew ±¼ inch(vertical) Deviation from theoretical diagonal length ±3/4 inch Any movement of the forms during casting beyond the tolerances listed above is cause for rejection of the unit. The Inspector will document all form movements to the D.C.E.S. A determination will be made by the D.C.E.S. regarding the unit’s acceptability. Post Lifting - All units shall be inspected for compliance with the tolerances listed below within 24 hours after lifting. All units failing to meet any one tolerance limit will be rejected with the concurrence of the D.C.E.S.: Horizontal Alignment (Deviation from straight line parallel to centerline of unit): 3/8 inch Deviation between adjacent steel stringer flanges ±¼ inch(within units) Camber deviation from design camber (upright position): ±¼ inch Overall length of Unit: ±3/4 inch, Adjacent units shall not vary by more than 3/4 inch. Installation Installation shall be in accordance with the approved Installation Drawings. Closure Pour Concrete For Panels Meet with the Engineer one week in advance to coordinate all aspects of removal, preparation, and material placement including mixing, transport, and discharge, jointing, material requirements and testing, and personnel requirements.

Project Strength Determination. Provide an ACI Certified Concrete Field Testing Technician, Grade I, or higher, to cast all cylinders. Unless otherwise noted in the contract documents, use an agency accredited by the AASHTO Accreditation Program (AAP) in the field of construction materials testing of portland cement concrete to perform compressive strength testing. Cast and test in the presence of the

628 D262091

Page 103: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11020101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.65010101 PRECAST BRIDGE SYSTEM WITH EMBEDDED STRUCTURAL STEEL ITEM 557.65020101 PRECAST CONCRETE APPROACH SLABS

Page 7 of 7 April 4, 2012 Rev. 6/15/12

Engineer, or the Engineer=s representative. The Engineer, or the Engineer=s representative, will complete the Concrete Cylinder Report as cylinders are cast and tested.

Cast a minimum of 2 cylinder pair from each truck in a scheduled placement operation in accordance with Materials Method 9.2, Field Inspection of Portland Cement Concrete. A minimum of 6 cylinder pairs (12 total) is required for placement operations involving 3 or more trucks, with a minimum of 2 pair cast from the last truck of the operation. Develop an Engineer-approved marking system that allows a cylinder to be readily associated with the corresponding placement location and placement time.

Determine the concrete compressive strength in accordance with ASTM C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. Open the placement to traffic when the average compressive strength of the 2 cylinder pairs from each truck of the operation exceeds 2500 psi. Use other cylinders cast to properly anticipate the time frame required for that pair to reach 2500 psi.

If 2500 psi is not achieved, continue testing cylinders until 2500 psi is reached. If there are no more cylinders, then the concrete is defective and must be replaced at no additional cost to the state. METHOD OF MEASUREMENT The work for panels will be measured for payment as the number of square yards of panels satisfactorily installed, measured to the nearest 0.1 square yards. No deduction will be made for the width of closure pours. The work for barrier will be measured as the number of feet of concrete barrier installed. Measurement will be taken along the centerline of the top of the barrier. No deduction will be made for joints. BASIS OF PAYMENT The unit price bid shall include the cost of all engineering, labor, materials and equipment necessary to complete the work. Item No. Item Pay Unit 557.65010101 Precast Bridge System With Embedded Structural Steel Square Yard 557.65020101 Precast Concrete Approach Slabs Square Yard 557.11020101 Integral Precast Concrete Barrier Foot

629D262091

Page 104: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11030101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.43000001 LIGHTWEIGHT, HIGH-PERFORMANCE PRECAST

SUPERSTRUCTURE SLABS

Page 1 of 7 July 11, 2012

DESCRIPTION. This specification covers the material and fabrication and installation requirements for Lightweight, High-Performance Precast Superstructure Slab Panels and Integral Precast Concrete Barrier. The design and detail shown in the contract documents is only applicable when the panel layout as shown is used. If the Contractor proposes a different layout, all necessary revisions and supporting calculations, stamped by a Professional Engineer licensed in the State of New York, shall be submitted to the DCES. MATERIAL REQUIREMENTS. Lightweight Precast Superstructure Slab Panels See Lightweight Concrete Below Concrete for Precast Barrier See Lightweight Concrete Below Stainless Steel Bar Reinforcement §709-13 Concrete Repair Material §701-04, §701-06, §701-08, or §701-09. Stud Shear Connectors §709-05 Vertical Adjustment Devices ASTM A307 Field Placed Concrete for Panels and Barrier See Field Placed Concrete Below Penetrating Type Protective Sealer §717-03 Lightweight Concrete. Manufacture lightweight, high-performance concrete according to §501, and the following modifications:

A. Design. Design a lightweight high-performance concrete mixture, proportioned according to the American Concrete Institute Manual of Concrete Practice, ACI 211.2, Standard Practice for Selecting Proportions for Structural Lightweight Concrete.

1. Produce a homogeneous mixture of cement, pozzolan (fly ash or GGBFS), microsilica, fine

aggregate, lightweight coarse aggregate, air entraining agent, normal range set-retarding water-reducing admixture, and water as designed.

2. Use Type I, Type I/II, II, IT or Type IP (8) cements conforming to §701-01, or §701-03. Use a

minimum cementitious content of 675 lb/cy. Use 15-20% pozzolan (§711-10, Fly ash or §711-12, GGBFS), and 6-10% microsilica (§711-11). When blended cements (Type IT, Type SF (also known as Type IP(8)) are used, a separate addition of microsilica is not required.

3. Use lightweight coarse aggregate conforming to §703-10, with a gradation in the 1 inch to 3/16

inch size designation in Table 1, ASTM C330.

4. Determine the cement content for each trial batch by means of a yield test according to ASTM C138.

a. At least 10 working days prior to concrete placement, provide the DCES with a copy of the trial mix design with the following data:

Fine and coarse aggregate (saturated, surface dry condition) content in lb/cy. Cementitious content in lb/cy. Water content in lb/cy. Unit weight of freshly mixed concrete in accordance with ASTM C138. Dry unit weight in accordance with ASTM C567. 28-day compressive strengths. Batch weights.

630 D262091

Page 105: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11030101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.43000001 LIGHTWEIGHT, HIGH-PERFORMANCE PRECAST

SUPERSTRUCTURE SLABS

Page 2 of 7 July 11, 2012

b. The DCES, or their representative, will approve the batch weights prior to use. Use these values to manufacture all lightweight concrete for this project, and periodically correct the batch masses to account for changes in the fine aggregate fineness modulus and aggregate moisture contents in accordance with Materials Method 9.1, or current Department directives.

B. Batching. After the materials have been accepted for this work, determine the proportions for concrete and equivalent batch weights based on trials made with materials to be used in the work.

C. Stockpile Handling. Construct and periodically re-agitate lightweight coarse aggregate stockpile(s) at the production facility so as to maintain uniform moisture throughout the pile. Continuously and uniformly sprinkle the stockpile(s) with clean, potable water meeting the requirements of §712-01, using a sprinkler system approved by the DCES. Soak for a minimum of 48 hours, or until the stockpile has achieved a minimum internal moisture content of 15% by weight. If a steady rain of comparable intensity occurs, turn off the sprinkler system. If the rain ceases prior to the end of the wetting period, restart the sprinkling system. At the end of the wetting period, or when a rainfall ceases beyond the end of the wetting period, allow stockpiles to drain for 12 to 15 hours immediately prior to use, unless otherwise directed by the DCES.

The DCES, or his representative, will take a 1 quart microsilica sample in accordance with Materials Method 9.1 for each day’s placement, for testing by the Department.

Panels shall receive an interim sealing in accordance with §717-03 prior to leaving the production facility. D. Compressive Strength Determination. Achieve an average 28-day compressive strength of 5000 psi, or greater, with no individual cylinder compressive strength less than 4500 psi. E. Density Determination. Produce concrete with an average dry unit mass ranging from 110 to 115 lb/ft³ when tested in accordance with ASTM C567.

Field Placed Concrete for Panels and Barriers. This material will be used to fill in panel and barrier joints and to secure panels in the field. The maximum allowable total chloride content in the concrete shall not exceed 0.10 percent by weight of cement. Develop a mix design using §701-09 Rapid Hardening Concrete Repair Material (Normal weather), with an approved fine aggregate (§703-01) and coarse aggregate (§703-02). The mix shall meet the specified properties of Table 1. The proposed mix design must be submitted to the Director Materials Bureau for review. All materials used are subject to the approval of the Director Materials Bureau. Final approval will be based on the results of the trial batch. A mix design must be finalized at least 30 days prior to the beginning of the work.

631D262091

Page 106: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11030101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.43000001 LIGHTWEIGHT, HIGH-PERFORMANCE PRECAST

SUPERSTRUCTURE SLABS

Page 3 of 7 July 11, 2012

TABLE 1 – FIELD PLACED CONCRETE MIX REQUIREMENTS

3 Hour Strength 28 Day Strength

2600 psi 6100 psi

Minimum Set Time 15 min. Maximum Coarse Aggregate Size ⅜ inch Shrinkage 0.05 % max. Freeze-Thaw Loss 2% max Minimum Slump Maximum Slump

1 inch 8 inch

Capable of being retarded when necessary. Provide a working time which allows for placement in a continuous operation without cold joints.Be flowable such that the mix pours into and completely fills the panel joints. Match the color and texture of the surrounding concrete. Provide a durable, crack free final product.

NOTES: * Minimum slump provided the mix consolidates and finishes properly. Maximum slump provided the mix is nonsegregating and holds grade.

Field Placed Concrete Trial Batch. Design the mix to satisfy Table 1, Field Placed Concrete Mix Requirements. Submit the mix design to the Engineer. Include admixture brands and dosages as well as mixing, transporting, placing, curing, and anticipated strength gain details. Produce and place a 4.0 cy (minimum) trial batch at an off-project location approved by the Engineer. Produce the trial batch using the same materials and processes as those to be used to produce the project concrete. Provide the Engineer a 5 working day minimum advance notification of trial batch production. Coordinate trial batch production to ensure the presence of the Engineer, the DCES, and Materials Bureau personnel. Provide an American Concrete Institute (ACI) Certified Concrete Field Testing Technician, Grade I, or higher, to:

• Measure slump, air content, and unit weight. • Cast cylinders for compressive strength and freeze-thaw resistance.

Begin compressive strength testing of the trial batch concrete 1 hour after discharge. Unless otherwise noted in the contract documents, use an agency accredited by the AASHTO Accreditation Program (AAP) in the field of construction materials testing of portland cement concrete to perform compressive strength testing. Cast and test in the presence of the Engineer, or the Engineer’s representative. Provide acceptable proof of ACI Certification and AASHTO Accreditation to the Engineer before placing any concrete. Cast a minimum of 12 cylinders in accordance with Materials Method 9.2, Field Inspection of Portland Cement Concrete. Determine the concrete compressive strength in accordance with ASTM C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. The mix will be considered acceptable for use if 3 cylinder pairs (6 total) meet the following strength criteria:

632 D262091

Page 107: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11030101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.43000001 LIGHTWEIGHT, HIGH-PERFORMANCE PRECAST

SUPERSTRUCTURE SLABS

Page 4 of 7 July 11, 2012

• Average compressive strength of all cylinder pairs exceeds 2600 psi in 3 hours. • Compressive strength of each cylinder exceeds 2000 psi in 3 hours.

Cast a minimum of six (6) 4”x8” cylinders for freeze-thaw testing. The DCES will transport the cylinders for freeze-thaw testing conducted by the Materials Bureau. Changes other than minor fluctuations in admixture dosage rates require a new mix design and trial batch as determined by the DCES. The Engineer may halt placing and order additional trial batches whenever the specified properties are not achieved. Using material from the trial batch, construct a 9” wide by 9½” thick by 33’-2” long (min.) test panel joint in order to determine the mix’s crack susceptibility. Also test the mix’s pourability by placing the concrete in a simulated panel joint, 12” (min.) in length, which matches the dimensions of the panel joint shown on the project plans.

Equipment. Forms ......................................................................................................................................... §502-2.04B1 Vibrators ...................................................................................................................................... §502-2.04C Saw Cutting Equipment ............................................................................................................... §502-2.04E Curing Compound Applicators ..................................................................................................... §502-2.04F CONSTRUCTION DETAILS. Bar lists for the superstructure slab panels and integral barrier are not provided in the contract documents. Submit bar list and placement drawings in accordance with §557-3.17. Lightweight Concrete. Shop drawings and installation drawings shall be prepared and submitted as per the requirements of the Prestressed Concrete Construction Manual, (PCCM), and the following: The submitted drawings shall include details of lifting and handling of concrete units in the production facility and their storage, transportation, handling and storage at the construction site. Lifting holes will not be permitted in panels. The proposed handling and lifting shall be such that the maximum tensile stress in concrete due to handling and erection loads shall not exceed 4.5 (f’ci)1/2, where f’ci is the concrete compressive strength at the time being considered in psi. Calculations showing actual concrete stresses based upon the proposed support locations and expected dynamic loading of the panels during handling, storage and transportation of the panels shall be prepared by a Professional Engineer licensed in the State of New York and shall be submitted along with the drawings. These drawings and calculations shall be stamped and signed by a Professional Engineer licensed in the State of New York. Integral precast concrete barrier shall be cast integrally with the precast superstructure slab prior to shipping. Curing compound is acceptable for barrier. Proposed procedures for the casting, handling, and shipping shall be included in the drawings for the precast concrete panels. All precast concrete barrier shall conform to the tolerances contained in §704-03, §704-05 and to the misalignment tolerance in §569-2.02. The following shall apply (in addition to the provisions in the PCCM):

633D262091

Page 108: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11030101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.43000001 LIGHTWEIGHT, HIGH-PERFORMANCE PRECAST

SUPERSTRUCTURE SLABS

Page 5 of 7 July 11, 2012

1. Section 5.8 - Second sentence, change to: If no strength is indicated, the required minimum strength shall be 5000 psi at 28 days or at the time of shipping, if earlier.

2. Section 5.10.2 - Delete this subsection, replace with: The tops of all units shall be finished in an identical manner. The finished surface shall be that approved on the Shop Drawings and in accordance with §557-3.07.

3. Section 6.1 – Add the following: Lifting shall be done in the manner approved on the Shop Drawings.

4. Section 6.4.2 - Add the following: Honeycombing of concrete to such an extent that chipping away the honeycombed concrete exposes:

a. Any reinforcement comprising the top reinforcing mat. b. Reinforcement comprising the bottom reinforcing mat which is 24 diameters or longer, or

two or more reinforcing bars regardless of length. c. Any unit exhibiting a crack in any part of the concrete that is greater than ½ inch in depth

and 0.002 inches in width. 5. Section 7 - The following tolerances shall apply:

Precasting Tolerances - The units shall comply with the applicable tolerances listed below:

Overall Panel Width ±¼ inch Overall Depth of Structural Slab +3/8 inch, -1/8 inch Slope (Top of Unit) +½%, -0% Reinforcing Cover - Both Mats ±¼ inch Reinforcing Placement - Horizontal ±2 inches Inserts ±3/8 inch Deviation from square, or designated skew ±¼ inch (vertical) Deviation from theoretical diagonal length ±3/4 inch

Any movement of the forms during casting beyond the tolerances listed above is cause for rejection of the unit. The Inspector will document all form movements to the DCES. A determination will be made by the DCES regarding the unit’s acceptability. Post Lifting - All units shall be inspected for compliance with the tolerances listed below within 24 hours after lifting. All units failing to meet any one tolerance limit will be rejected with the concurrence of the DCES:

Horizontal Alignment (Deviation from straight line parallel to centerline of unit): 3/8 inch Deviation between adjacent steel stringer flanges: ±¼ inch (within units) Camber deviation from design camber (upright position): ±¼ inch Overall length of Unit: ±3/4 inch, Adjacent units shall not vary by more than: 3/4 inch.

Field Placed Concrete for Panels and Barriers. Meet with the Engineer five working days in advance to coordinate all aspects of removal, preparation, and material placement including mixing, transport, and discharge, jointing, material requirements and testing, and personnel requirements. The following shall apply (in addition to the provisions in the PCCM):

634 D262091

Page 109: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11030101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.43000001 LIGHTWEIGHT, HIGH-PERFORMANCE PRECAST

SUPERSTRUCTURE SLABS

Page 6 of 7 July 11, 2012

1. When rehabilitating a structure, and prior to panel installation, blast clean the top surface of beam flanges, and the surfaces of concrete or reinforcing that will be in contact with new concrete, according to §584-3.02A and B.

2. Form haunches, if required, with closure angles or install adhesive backed foam on the supporting steel beams as indicated on the plans, position panels on the steel beams and align with adjacent panels. Measure from fixed points to avoid cumulative error. Adjust elevations with the attached vertical adjustment devices and square-up as necessary.

3. After sheet metal form and miscellaneous form installation, attach the stud shear connectors through openings in the panels as per §556-3.04. With precise layout and the Engineer’s permission, stud shear connectors may be welded in place prior to placing the panels.

4. Break the ceramic ferrules around the welded studs and remove all debris. 5. Place Cast In-Place Concrete (Field Placed) where shown on the Contract Plans and conforming to

the following requirements:

a) Concrete shall be batched in a mobile mixer in accordance with 501-2.04C. No hand mixing will be allowed.

b) Place concrete in accordance with §557-3.05 only within an ambient temperature range of 50ºF to

77ºF. If temperatures are expected to fall below 50ºF, cold weather concreting procedures, in accordance to §557-3.12 Provisions for Concreting in Cold Weather, must be followed. If temperatures are expected to go above 77ºF, contact the Materials Bureau for appropriate placement procedures. Do not expose fresh concrete to direct rainfall.

c) Blast clean all surfaces to be in contact with fresh concrete prior to installation. Remove grease,

dirt and all other contaminants. Protect the rebar from damage due to the blast cleaning operation.

d) Prior to the placement of fresh concrete, thoroughly wet all surfaces to be in contact with fresh

concrete for as long as possible. Remove all standing water with oil-free compressed air, and protect the existing concrete from drying, so it remains in a saturated-surface-dry condition.

e) A representative of the concrete producer shall be on site to verify field conditions and placement

procedures for at least the initial placement.

f) Firmly work fresh concrete into place and consolidate with pencil vibrators to minimize voids. Vibrators should be hand held pencil vibrators having a maximum diameter of 1 inch and capable of operating through a frequency range of 6000 – 9000 vibrations per minute.

g) Hand screed fresh concrete to the level of the surrounding concrete, but do not over work or apply additional water to the surface.

h) Cure the concrete with wet burlap, placed immediately, for as long as possible. Do not allow the

burlap to dry. Prior to opening to traffic, apply a membrane curing compound.

635D262091

Page 110: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 557.11030101 INTEGRAL PRECAST CONCRETE BARRIER ITEM 557.43000001 LIGHTWEIGHT, HIGH-PERFORMANCE PRECAST

SUPERSTRUCTURE SLABS

Page 7 of 7 July 11, 2012

i) Do not open to traffic until the concrete has achieved a minimum compressive strength of 2600 psi. The time required to reach this strength should be determined through the trial batches.

Installation. Installation shall be in accordance with the approved Installation Drawings. Project Strength Determination. Provide an ACI Certified Concrete Field Testing Technician, Grade I, or higher, to cast all cylinders. Unless otherwise noted in the contract documents, use an agency accredited by the AASHTO Accreditation Program (AAP) in the field of construction materials testing of portland cement concrete to perform compressive strength testing. Cast and test in the presence of the Engineer, or the Engineer’s representative. The Engineer, or the Engineer’s representative, will complete the Concrete Cylinder Report as cylinders are cast and tested. Cast a minimum of 2 cylinder pair from each truck in a scheduled placement operation in accordance with Materials Method 9.2, Field Inspection of Portland Cement Concrete. A minimum of 6 cylinder pairs (12 total) is required for placement operations involving 3 or more trucks, with a minimum of 2 pair cast from the last truck of the operation. Develop an Engineer-approved marking system that allows a cylinder to be readily associated with the corresponding placement location and placement time. Determine the concrete compressive strength in accordance with ASTM C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. Open the placement to traffic when the average compressive strength of the 2 cylinder pairs from each truck of the operation exceeds 2600 psi. Use other cylinders cast to properly anticipate the time frame required for that pair to reach 2600 psi. If 2600 psi is not achieved, continue testing cylinders until 2600 psi is reached. If there are no more cylinders, then the concrete is defective and must be replaced at no additional cost to the State. METHOD OF MEASUREMENT. The work for panels will be measured for payment as the number of square yards of panels satisfactorily installed, measured to the nearest 0.1 square yards. No deduction will be made for the width of closure pours. The work for barrier will be measured as the number of feet of concrete barrier installed. Measurement will be taken along the centerline of the top of the barrier. No deduction will be made for joints. BASIS OF PAYMENT. The unit price bid shall include the cost of all engineering, labor, materials and equipment necessary to complete the work. Payment will be made under: Item No. Item Pay Unit 557.43000001 Lightweight, High-Performance Precast Superstructure Slabs Square Yard 557.11030101 Integral Precast Concrete Barrier Foot

636 D262091

Page 111: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

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

1 of 2 July 2009

DESCRIPTION. Under this work the Contractor shall furnish and apply, in accordance with this specification, a protective sealer to concrete surfaces, at locations indicated on the plans or where directed by the Engineer. MATERIALS. The protective sealer used on concrete surfaces shall be one appearing on the Department's Approved List and shall meet the requirements of one of the following subsections: 717-03 - Penetrating Type Protective Sealers 717-04 - Coating Type Protective Sealers CONSTRUCTION DETAILS. A. General. Only penetrating type sealers shall be applied to walking or riding surfaces. The

Contractor shall provide the Engineer with the sealer Manufacturer's written instructions for application and use, at least five (5) working days before the start of work. Only one (1) brand and specific type of sealer will be allowed for use on each individual element of a project (i.e. each pier, deck, abutment, etc.).

B. Surface Preparation.

1. New Concrete. All required surface texturing, and saw cut grooving, shall be completed before the surface is prepared. All concrete that is to be sealed shall air dry for fourteen (14) days after curing has been removed, or for the length of time specified in the manufacturer's written instructions, whichever is longer. If the concrete is subjected to rain or moisture from other project operations, the drying period shall be extended twenty-four (24) hours for every day the concrete is subjected to water. After the drying period has ended, the concrete surface shall be lightly sand or shot blasted, followed by vacuum cleaning, to remove loose particles.

2. Existing Concrete. Concrete surfaces to be sealed shall be thoroughly cleaned by light sand or shot blasting, followed by vacuum cleaning, to remove loose particles. If the concrete is subjected to rain or moisture from other project operations, the surface will be allowed to air dry for a minimum of forty-eight (48) hours before the sealer is applied.

Care shall be taken while blast cleaning that all dirt is removed with minimal exposure of coarse aggregate. After cleaning, no blasting residue, laitance, curing compounds, standing water, oil, dirt or other foreign particles shall be present, which may prevent penetration or adhesion of the sealer. All surface preparation work shall be completed and approved by the Engineer, before sealer application can commence.

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

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

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

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

637D262091

Page 112: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

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

2 of 2 July 2009

the sealer before and during its use shall be accomplished as recommended by the Manufacturer. Equipment for sealer application shall be clean of foreign materials and approved by the Engineer before use.

If a penetrating sealer is used, a minimum of two (2) coats of the sealer shall be applied to achieve uniform coverage. The total quantity of sealer applied by all coats shall be equal to the quantity required at the application rate specified in the Approved List. The second and each additional coat shall be applied perpendicular to the previous coat. Care shall be taken when applying each coat, such that running or puddling does not occur. Each coat shall be allowed to dry for a minimum of two (2) hours before the next coat is applied. The final coat shall be allowed to dry according to the manufacturer's instructions, before the removal of maintenance and protection of traffic.

On sloping and vertical concrete surfaces, sealer application shall progress from bottom to top. Care shall be taken to ensure that the entire surface of the concrete is covered and all pores filled.

METHOD OF MEASUREMENT. The work will be measured as the number of square feet of structural concrete sealed. BASIS OF PAYMENT. The unit price bid per square feet shall include the cost of furnishing all labor, materials and equipment necessary to satisfactorily complete the work. Payment will be made under: Item No. Item Pay Unit 559.16960118 Protective Sealing of Structural Concrete Square Foot 559.17960118 Protective Sealing of Structural Concrete Square Foot for Existing Bridge Decks

638 D262091

Page 113: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

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

1 of 2 July 2009

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

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

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

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

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

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

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

639D262091

Page 114: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

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

2 of 2 July 2009

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

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

640 D262091

Page 115: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 567.60000015 - REMOVAL OF EXISTING STEEL JOINT SYSTEMS

1 of 1 6/27/96

Description: The work shall consist of removing and disposing of existing steel joint systems from locations indicated on the Contract Plans. All materials removed under this item shall become the property of the Contractor and shall be removed from the work site. Materials: Not specified. Construction Details: Not specified. Method Of Measurement: The work will be measured as the actual length measured to the nearest tenth of a foot of existing steel joint system removed and disposed of. The length of existing steel joint system remove will be measured in the field horizontally and vertically along the centerline of the joint system. 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.

641D262091

Page 116: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 573.99000011- LOCALIZED CLEANING, APPLYING PENETRATING SEALER & CAULKING EXISTING STEEL

Page 1 of 3 November 6, 2001 U.S. Customary 5/10/12

DESCRIPTION: The work shall consist of cleaning and applying penetrating sealer to crevices, joints and back-to-back angles of the existing structural steel. The work shall also include applying caulking material to seal the joints and crevices of the existing steel. MATERIALS: A. Equipment: The Contractor shall provide all brushes, discs, wheel, scrapers, descalers, blast cleaning and other cleaning and surface preparation equipment including vacuum-shrouded tools, as needed to conduct the steel cleaning work as indicated. The contractor may supply any recyclable abrasive which contains less than one percent free silica, and is compatible with the requirements. Provide paint brushes, roller, spray equipment and caulking gun to apply the penetrating sealer and caulking material. All equipment shall be acceptable to the Engineer both prior to, and during, cleaning operations. B. Penetrating Sealer: The penetrating sealer used for this work shall be compatible with the paint system used for the localized painting of existing steel (preferably produced by the same paint manufacturer). A list of approved paint types and their manufacturers appears on the Department's approved list. The unopened containers of penetrating sealers in storage shall be protected from damage and maintained between 41°F and 77°F. The color of the penetrating sealer will be the Contractor's option. However, it shall be such that it can be completely hidden by a single coat of paint system applied at the minimum specified dry film thickness. The penetrating sealer shall have the following performance characteristics:

• Low V.O.C. (Volatile Organic Compound) • Formulated without lead, chromate or mercury components • Penetrates surface rust, crevices, joints between plates, back to back angles or

any tight rusted surfaces • Penetrates existing, tightly adhered rust to provide a “tight” substrate • 100% volume solids • No shrinkage • Low viscosity

C. Caulking: The caulking material for sealing the crevices of the existing steel shall be compatible with the paint system used for the localized painting of existing steel.

642 D262091

Page 117: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 573.99000011- LOCALIZED CLEANING, APPLYING PENETRATING SEALER & CAULKING EXISTING STEEL

Page 2 of 3 November 6, 2001 U.S. Customary 5/10/12

The color of the caulking material will be the Contractor's option. However, it shall be such that it can be completely hidden by a single coat of paint system applied at the minimum specified dry film thickness. The penetrating sealer and caulking material will be accepted on the basis of the manufacturer's written certification that the batch produced meets their product specification. Only sealer arriving at the work site in new, unopened containers and labeled with the manufacturer's name, product name, component part, batch number and shelf life date shall be used. Sealer in containers having expired shelf life dates shall be immediately removed from the work site and not used. CONSTRUCTION DETAILS A. Cleaning: The contractor is specifically forewarned that cleaning of corrosion, pack rusting, rust staining shall be required by this item at locations indicated by the contact documents, or where ordered by the Engineer. The contractor shall assume that all material removed is lead-based. Therefore, all wastes resulting from removals shall be treated and disposed as hazardous waste in accordance with all applicable Federal, State, and Local rules and regulations. The contractors attention is directed to subsection 107-05; SAFETY AND HEALTH REQUIREMENTS. All materials not collected by the steel cleaning equipment shall be collected by vacuum methods only. No shoveling, dry sweeping, wet sweeping, or air blowing will be permitted. All vacuums will be equipped with high efficiency particulate (HEPA) filters. Remove all rust scale and loose pack rust. Remove tight pack rust until highest point is a minimum of 1/8” below the surface or the surrounding sound steel. Pack rust that cannot be removed by prying and probing with a dull putty knife is considered to be adherent. Pay particular attention to the crevice areas when removing pack rust and rust scale, Exercise care to avoid nicking and gouging the steel during removal. B. Penetrating sealer: Penetrating sealer may be applied by brush, roller or airless spray method unless otherwise recommended by the manufacturer. Complete protection from sealer spatter, spillage, overspray, wind blown sealer, or similar releases of sealer shall be provided. Covers, tarps, mesh and similar materials shall be placed around the work area to protect the public and private property, pedestrian, vehicular, other traffic, all portions of the bridge, highway appurtenances and similar surrounding areas and property, upon, beneath, or adjacent to the structure. The penetrating sealer is a two components product. The mixing amount and method of mixing for these components must be in accordance with the manufacturer’s instruction. Using all material before pot life expiration, and cleaning lines and equipment immediately after use. Wet coat sufficiently to completely cover and penetrate to the steel surface but do not apply a heavy coat. Use a coat thickness as recommended by the manufacturer. The penetrating sealer shall be applied within 16-hours after completion of the cleaning operations and before the condition known as flash-rusting occurs. No bare steel surface prepared for penetrating sealer

643D262091

Page 118: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 573.99000011- LOCALIZED CLEANING, APPLYING PENETRATING SEALER & CAULKING EXISTING STEEL

Page 3 of 3 November 6, 2001 U.S. Customary 5/10/12

application shall be left uncoated long enough to allow the formation of rust. Cleaned areas upon which rust has formed shall be recleaned in accordance with the cleaning requirement at no additional cost. The presence of rust shall be determined by the Engineer. The receiving steel surface shall be clean and absolutely dry. The permissible steel surface temperature and the ambient temperature shall be as recommended by the sealer manufacturer. However, in no case, shall the penetrating sealer be applied when the steel surface or the ambient temperatures is below 41°F or above 100°F, and the relative humidity exceeds 85%. Drying time is temperature, humidity and film thickness dependent. Use manufacturer’s recommended drying schedule to estimate the drying time of the sealer for application of the other coatings. C. Caulking: Apply caulking to seal the crevices, joints between plates and areas of pack rust. The contractor shall apply caulking between the applications of the intermediate coat and finish coat of paint system. Painting shall be done in accordance with the standard specifications under the respective painting items. The contractor shall mix and install the caulking in strict accordance with the approved Cleaning, Surface Preparation, and Painting Plan and the caulking manufacturer’s instructions. Allow the caulking to cure in accordance with the manufacturer’s instructions prior to the application of additional coatings. METHOD OF MEASUREMENT. The work will be measured as the number of linear feet of length of steel cleaned, penetrating sealer applied and caulking installed. BASIS OF PAYMENT. The unit price bid per linear foot shall include the cost of all labor, material and equipment necessary to complete the work. Painting shall be paid for under the respective painting items.

644 D262091

Page 119: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 576.25000002 - REMOVE AND DISPOSE OF DOWNSPOUT SYSTEM

8/03/1998 Page 1 of 1

DESCRIPTION: The work shall consist of removing and disposing of the existing downspouts and supports where indicated on the plans or as ordered by the Engineer. Unless otherwise noted, all material removed as part of this work shall be removed from the work site. MATERIALS: Not applicable. CONSTRUCTION DETAILS: The existing downspouts shall be disconnected and removed from the structure for their entire length. Supports attaching the downspouts to the structure shall be cut flush with the existing concrete by means satisfactory to the Engineer. METHOD OF MEASUREMENT: The work shall be measured as the actual length measured to the nearest foot of downspouts removed and disposed of. Measurement will be taken along the center line of the downspout. BASIS OF PAYMENT: The unit price bid per linear foot shall include the cost of all labor, material and equipment necessary to complete the work including the removal of all supports.

645D262091

Page 120: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 582.08000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (PRECURED AND WET LAY-UP) SQ FT

ITEM 582.09000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (NEAR-SURFACE-MOUNTED) FT

ITEM 582.10000016 CONCRETE REPAIR FOR FIBER REINFORCED POLYMER SQ FT

EI 05-001 Page 1 of 8 10/20/10

DESCRIPTION Furnish and install fiber reinforced polymer (FRP) composite materials for bonded repair and retrofit

of concrete structures in accordance with the Contract Documents. The Contractor’s attention is directed to Source of Supply and Quality Requirements, with regard to advising Departmental Representatives of the sources of the proposed FRP composite materials for use in highway bridges.

MATERIALS FRP composite materials using isophthalic polyester, vinylester, and epoxy resins, and glass or

carbon fibers are covered by this specification. FRP composite materials are classified based on resin type, fiber type, and fiber architecture.

Use an FRP system from the Department’s Approved List of Materials and Equipment. Submit manufacturer's certifications for all delivered and stored FRP components before starting the project.

Furnish Samples of precured or near-surface-mounted (NSM) FRP or witness panels of wet lay-ups to the Engineer. Any material that does not meet the requirements of the Contract Documents will be rejected. Additional witness panels may be taken during the installation process.

Follow the tolerances recommended by the manufacturer, unless more stringent requirements are specified in this Specification or in the Contract Documents.

Provide all necessary equipment, in sufficient quantities and in clean and operating conditions, for continuous uninterrupted FRP installation.

Meet the requirements of the following subsections of §700 - Materials: Grout §701-05 Mortar §701-08

CONSTRUCTION A. SITE CONSIDERATIONS

Provide necessary pathways, scaffolding, and other means of access to the general project site and to the specific repair area for the personnel, equipment, and materials. Remove all obstructions such as pipes, conduits, and wiring, after making records for subsequent reinstallation at the completion of the project. Remove vegetation, fences, and other obstructions that prevent access for repair, and upon approval of the Engineer, reinstall or dispose of. B. SAFETY

Include this work in the Health and Safety Plan in accordance with §107-05. C. STORAGE, HANDLING, AND DISPOSAL 1. Storage

Deliver and store all components of the FRP system in the original factory-sealed, unopened packaging or containers with proper labels identifying the manufacturer, brand name, system identification number, and date. Store catalysts and initiators separately. Protect all components from dust, moisture, chemicals, direct sunlight, physical damage, fire, and temperatures outside the range specified in the system data sheets. 2. Handling

Handle all components of the FRP system, especially fiber sheets, according to the manufacturer’s recommendations. Protect them from damage and avoid misalignment or breakage of the fibers by

646 D262091

Page 121: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 582.08000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (PRECURED AND WET LAY-UP) SQ FT

ITEM 582.09000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (NEAR-SURFACE-MOUNTED) FT

ITEM 582.10000016 CONCRETE REPAIR FOR FIBER REINFORCED POLYMER SQ FT

EI 05-001 Page 2 of 8 10/20/10

pulling, separating, or wrinkling them or by folding the sheets. After cutting, stack sheets dry or with separators, or rolled gently at a radius no tighter than 1 foot, or as recommended by the manufacturer. 3. Disposal

Dispose of any component of the FRP system that has exceeded its shelf life or pot life, that has not been properly stored, and any unused or excess material that is deemed waste. D. SUBMITTALS

Submit the following documents to the Engineer prior to installing the FRP system. In addition, when a Professional Engineer (PE) designs the FRP system, the PE must sign and stamp all design documents, including Working Drawings, and submit two copies for approval to the Deputy Chief Engineer (Structures). Allow three (3) weeks for review after complete calculations, drawings, and any supplemental data are received by the D.C.E.S. 1. Qualifications of Contractor/ Applicator

Document a minimum of 3 years of experience or 15 similar field applications with acceptable reference letters from respective Owners and provide a certificate of completed training from the Manufacturer/Supplier for at least one field representative who will be present on site throughout the project.

2. Design Details and Working Drawings a. Design details

When only the required loads and capacities of FRP system are shown in the Contract Documents, engage the services of a Professional Engineer (PE) to design the FRP repair. Design the FRP in accordance with the American Concrete Institute (ACI) 440, “Guide for the Design and Construction of Externally Bonded FRP Systems for Strengthening Concrete Structures.” Use appropriate strength reduction factors for a minimum life span of 20 years. b. Working drawings

Prepare and submit Working (Shop) Drawings in accordance with the New York State Steel Construction Manual for shop drawings. Include the type of FRP system, work locations, relevant dimensions of the system and the work plan on the working drawings, including the necessary preparations of the existing structure in the case of repair. Include the time schedule for various steps in the work and clearly identify the environmental conditions that may affect the application and curing of the FRP system.

3. Quality control Provide a quality control plan for approval by the Engineer. Include specific procedures for

tracking and inspection of all FRP components prior to installation, inspection of all prepared surfaces prior to FRP application, inspection of the work in progress to assure conformity with specifications, obtaining quality assurance samples, inspection of all completed work, performing tests for approval, and repair of any defective work. Repair or remove and replace any part of the work that fails to comply with the requirements.

4. Other documents 1. The Manufacturer’s Safety Data Sheet (MSDS). Make the MSDS for each FRP component

available to all at the work site.

647D262091

Page 122: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 582.08000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (PRECURED AND WET LAY-UP) SQ FT

ITEM 582.09000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (NEAR-SURFACE-MOUNTED) FT

ITEM 582.10000016 CONCRETE REPAIR FOR FIBER REINFORCED POLYMER SQ FT

EI 05-001 Page 3 of 8 10/20/10

2. The manufacturer's system information sheet which identifies the mechanical, physical, and chemical properties of all components of the FRP system.

3. The application guide that contains the installation and maintenance procedures. E. CONCRETE REPAIR

Repair the concrete, if necessary, according to Section 582 of NYSDOT Standard Specifications, and clean and prepare all concrete surfaces prior to installing the FRP system. 1. Repair of Defective Reinforcement

Repair all defective steel reinforcement. Do not apply FRP systems to concrete suspected of containing corroded reinforcement. Clean and prepare corroded or otherwise defective reinforcement by abrasive cleaning to near white appearance. Cut damaged reinforcement that needs to be replaced at sufficient length to ensure full section and sound material in the remaining portion. Provide sufficient length for splices for ruptured or cut reinforcing or prestressing steel.

Place mechanical anchorage for the repair material if specified in the Contract Documents. Secure anchors in place by tying to other secured bars, and do not permit anchors to protrude outside concrete surface. If necessary, build up the concrete surface to cover the protrusions. 2. Restoration of Concrete Cross Section

Fill the area of removed concrete, and any void larger than ½ inch diameter and 1/8 inch depth, with repair material that conforms to NYSDOT Standard Specifications. Use a repair material that has a compressive strength equal to or greater than 4.5 ksi and 5.5 ksi at 7 days and 28 days, respectively. Submit the design mix for all repair materials to the Engineer for approval. Use a repair material that has minimum bond strength to the existing concrete of 200 psi in the pull-off test meeting ASTM D4541. Restore the section to concrete and exposed steel which is clean, sound, and free of surface moisture and frost. Apply water continuously to concrete for 12 hours before placement of patching materials. Fill all cracks and cuts in the concrete wider than 0.01 inch by pressure injection of epoxy according to NYSDOT Standard Specifications. If water is leaking through cracks or concrete joints, provide water protection and a water conveyance and weep holes before restoring the section. Cure the repair material a minimum of 7 days before installing the FRP system, unless the curing and strength are verified by tests. F. SURFACE PREPARATION

Prepare the surface after the Engineer approves the repair and restoration of the concrete section. Contact-critical applications are treated the same as bond-critical applications. Provide an adhesive bond with adequate strength between FRP and concrete. Promote continuous contact between FRP and concrete by providing a clean, smooth, and flat or convex surface. 1. Surface grinding

Grind all irregularities, unevenness, and sharp protrusions in the surface profile to a smooth surface with less than .04 inch deviation. Use a disk grinder or other similar device to remove stains, paint, or any other surface substance that may affect the bond. 2. Chamfering corners

Chamfer or round to a minimum radius of ½ inch all inside and outside corners and sharp edges. Grind ridges, form lines, and sharp or roughened edges greater than ¼ inch. Remove obstructions and embedded objects before installing the FRP system. 3. Grooves for near-surface-mounted FRP

648 D262091

Page 123: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 582.08000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (PRECURED AND WET LAY-UP) SQ FT

ITEM 582.09000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (NEAR-SURFACE-MOUNTED) FT

ITEM 582.10000016 CONCRETE REPAIR FOR FIBER REINFORCED POLYMER SQ FT

EI 05-001 Page 4 of 8 10/20/10

Make a properly dimensioned groove in the concrete, where the FRP bar or strip is to be placed. Take care to avoid local fracture of the concrete surrounding the groove. Free the groove of loose, unsound, or bond-inhibiting materials such as oil, efflorescence, or moisture. Remove all obstructions and embedded objects from the groove area. 4. Surface profiling

Fill and smooth over any remaining voids or depressions with diameters larger than ½ inch or depths greater than 1/8 inch, when measured from a 1 foot straight edge placed on the surface, using putty made of epoxy-resin mortar or polymer-cement mortar with strength equal to or greater than 4 ksi. Cure the patching material a minimum of 7 days before installing the FRP system, unless the curing and strength are verified by tests. 5. Surface cleaning

Remove any dust, laitance, grease, oil, curing compounds, wax, impregnations, stains, paint coatings, surface lubricants, foreign particles, weathered layers, or any other bond-inhibiting material. If power wash is used, allow the surface to dry thoroughly before installing the FRP system. Protect the cleaned surface against redeposit of any bond-inhibiting materials. Cover with a water-based epoxy any newly repaired or patched surfaces that have not cured a minimum of 7 days. G. INSTALLATION OF FRP SYSTEM 1. Shoring

Shore repaired members temporarily with conventional methods, if specified in Contract Documents, or required by the Engineer for safety. Do not remove until the FRP system has fully cured and gained its design strength. 2. Environmental Conditions

Examine environmental conditions before and during installation of the FRP system to ensure conformity to the Working Drawings. Do not apply primers, putty, saturating resins, or adhesives on cold, frozen, damp, or wet surfaces. Apply only when ambient and concrete surface temperatures are between 50°F and 90°F, or as specified by the manufacturer. Install the FRP system when the moisture level on all contact surfaces is less than 4.3%, as evaluated according to ACI 503R-93. Moisture restrictions are waived for resins that have been formulated for wet applications.

a. Moisture vapor transmission Do not continue application of bonded FRP systems when moisture vapor transmission is present.

Inject any bubble that develops from moisture vapor transmission with the same adhesive material used for the FRP system. b. Applications in inclement weather

Auxiliary measures may be employed to correct the conditions when inclement weather does not allow installation of the FRP system. An auxiliary heat source may be used in cold weather to raise the ambient and concrete surface temperatures to acceptable levels, as recommended by the manufacturer, but to no more than the glass transition temperature (Glass Transition Temperature (Tg) -the approximate midpoint of the temperature range over which a transition in material response from elastic to viscoelastic takes place). Pressurized oil-free air may be used to dry the surface dampness.

3. Application of Wet Lay-Up FRP Systems a. Mixing of resin components

649D262091

Page 124: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 582.08000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (PRECURED AND WET LAY-UP) SQ FT

ITEM 582.09000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (NEAR-SURFACE-MOUNTED) FT

ITEM 582.10000016 CONCRETE REPAIR FOR FIBER REINFORCED POLYMER SQ FT

EI 05-001 Page 5 of 8 10/20/10

Mix all resin components, including main agent and hardener, at the proper temperature, using the appropriate weight ratio and for a duration specified by the manufacturer, until thorough mixing with uniform color and consistency is achieved. Do not dilute resins with any organic solvents such as thinner. Manual stirring and small electrically powered mixing blades are allowed. Mix resin in quantities sufficiently small to ensure that it can be used within its pot life. Dispose of mixed resin that begins to generate heat or show signs of increased viscosity. b. Primer and putty

A primer coat is generally required in all available FRP systems. Apply one or two coats of primer on the concrete surface to penetrate its open pores as per manufacturer’s requirements. Apply the putty as soon as the primer becomes tack-free. If the putty is not applied within 7 days after the primer application, roughen the surface with sandpaper or a similar tool. Clean the resulting surface before applying the putty. Apply a thin coat of putty in one or two layers, and smooth over the surface to fill in any small voids, cracks, or uneven areas. After applying the putty, correct any swelling on the surface to meet the required surface profile. Protect the surfaces of primer and putty from dust, moisture, and other contaminants before applying the FRP. c. Saturant

Uniformly apply the first coat of saturating resin as an undercoat on all concrete surfaces where the FRP system is to be installed. Use saturant with sufficiently low viscosity to ensure full impregnation of the fiber sheets prior to curing. d. Applying fiber sheet and saturant

Install the fiber sheet in place and gently press onto the wet saturant. Release any entrapped air between the fiber sheet and concrete surface by rolling across the sheet in the direction parallel to the fibers, while allowing the resin to impregnate the fibers to the concrete. Rolling perpendicular to the fiber direction is not allowed. In bidirectional fabrics, roll initially in the fill direction end to end, and then in the warp direction. Apply sufficient saturant on top of the fiber sheet, as an overcoat, to ensure full saturation of the fibers. Apply undercoat, fiber sheets, and overcoat with no interruption. e. Multiple fiber plies

In multi-ply installations, repeat the sequence above for each additional fiber sheet. The amount of resin overcoat for intermediate plies is approximately 15% greater than a single-ply installation, because the saturant serves as overcoat for the applied ply and undercoat for the next ply. Follow the Contract Documents for the fiber orientation and ply stacking sequence. Apply each ply before the onset of complete gelation of the previous layer. Determine the number of plies that can be applied in a single day based on the manufacturer's recommendation. Multiple plies can also be applied in several days. When previous layers are cured, interlayer surface preparation, such as light sanding and filling with putty may be required. f. Overlapping

Construct a lap joint when an interruption occurs in the direction of the fibers. The minimum lap splice is 6 inches. Stagger lap splices on multiple plies and adjacent strips. No lap joint is necessary in the transverse direction. g. Alignment of FRP materials

Deviation in the alignment more than 5° (approximately ½ inch/foot) is not acceptable. Install the fibers free of kinks, folds, and waviness.

650 D262091

Page 125: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 582.08000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (PRECURED AND WET LAY-UP) SQ FT

ITEM 582.09000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (NEAR-SURFACE-MOUNTED) FT

ITEM 582.10000016 CONCRETE REPAIR FOR FIBER REINFORCED POLYMER SQ FT

EI 05-001 Page 6 of 8 10/20/10

h. Anchoring of FRP sheets Anchor the FRP sheets to the concrete following the method specified Working Drawings. Take

care to avoid damage to the FRP system and to the concrete when using mechanical clamps and fasteners. Take precautions when steel fasteners are used for carbon FRP to avoid galvanic corrosion. Embed FRP anchors sufficiently into the concrete.

4. Application of PreCured FRP Systems Follow the procedure for Wet Lay-Up Systems except as directed below. Prepare the surface with an

open roughened texture. a. Application of adhesive

Apply adhesive evenly to all concrete surfaces where the precured FRP system is to be installed. Follow the manufacturer's recommendation for the thickness and viscosity of the adhesive layer. b. Placement of precured system

Clean and cut the precured FRP system to the required length, then place it into the wet adhesive. Release entrapped air between the laminate and concrete and remove excess adhesive. Do not disturb the applied FRP system before the adhesive fully cures. c. Grouting of precured shells

Grout precured shells around concrete columns no less than 24 hours after installation following the procedure on the Working Drawings.

5. Application of Near-Surface-Mounted FRP Systems NSM FRP systems are an alternative to externally bonded FRP systems. In this system, a bar or strip

is inserted and anchored into a precut groove. Do not install the NSM FRP system when surface moisture is present on the concrete or when rainfall or condensation is anticipated.

a. Application of embedding paste Mix the components of the embedding paste to the ratio specified by the manufacturer until

thorough mixing with uniform color and consistency is achieved. Half-fill all the grooves with paste. b. Placing FRP reinforcement

Clean the round FRP bar or rectangular FRP strip, cut it to the proper length, and place it at the middepth of the groove. Lightly press it so as to force the paste to flow around it and completely fill the space between FRP and the sides of the groove. Then fully fill the groove with additional paste and level the surface.

6. Curing Follow the approved curing procedure. Elevated temperatures, not modified chemistry, may be used

to achieve a rapid cure. Installed plies must be cured before placing subsequent plies. Do not apply the full load until curing is complete. 7. Protective Coating and Finishing

Apply the protective coating on the surface of the FRP system. Use a nonvapor-barrier, flexible waterproofing compatible with the FRP system. The coating may be a polymer-modified Portland cement coating or a polymer-based latex coating. Use methods for vertical or overhead work. Match the color and texture of the adjacent concrete. Do not use solvent wipes to clean the FRP surface, unless approved by the FRP manufacturer. If abrasive cleaning is necessary, limit air pressure to avoid damage

651D262091

Page 126: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 582.08000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (PRECURED AND WET LAY-UP) SQ FT

ITEM 582.09000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (NEAR-SURFACE-MOUNTED) FT

ITEM 582.10000016 CONCRETE REPAIR FOR FIBER REINFORCED POLYMER SQ FT

EI 05-001 Page 7 of 8 10/20/10

to the fibers. Do not apply the coating when surface moisture is present or when rain or condensation is anticipated. 8. Temporary Protection

Install temporary protection after the resin has fully cured. H. INSPECTION AND QUALITY ASSURANCE

After 24 hours of initial cure: 1. Inspection for Debonding

The Engineer will perform a visual inspection of the surface for any swelling, bubbles, voids, or delaminations. If an air pocket is suspected, a hard object will be used to tap the FRP to identify delaminated areas by sound, with at least one strike per 1 square foot. Defects smaller than ¼ inch diameter will require no corrective action, unless they occur next to edges or there are more than five such defects in an area of 10 square feet. Repair defects larger than ¼ inch diameter. 2. Inspection for Adhesion

Before applying the protective coating, perform a direct pull-off test in the presence of the Engineer and following ASTM D4541 to verify the tensile bond between the FRP system and the concrete. At a minimum, perform three pull-off tests with at least one test per span or one test per 1000 ft2 of the FRP system. A failure at the bond line with a tensile stress below 200 psi is unacceptable. If one or more of the pull-off tests is found unacceptable, the work will be rejected and repaired. 3. Inspection for Cured Thickness

Take ½ inch diameter core samples in the presence of the Engineer to inspect the cured laminate thickness and number of plies. The sampling frequency is the same as Inspection for Adhesion. Repair cored areas. The FRP system is not acceptable if the number of plies is less than that specified in the Contract Documents, or if the cured thickness of the FRP system is less than that specified in the approved design calculations by more than 1/32 inch. Repair the entire area of FRP system that is marked unacceptable. 4. Auxiliary Tests

If witness panels are required, the FRP System is not acceptable when the average tensile strength or the lowest tensile strength is more than 5% and 10%, respectively, below that specified in the Contract Documents, as determined by ASTM D3039. I. REPAIR OF DEFECTIVE WORK

Submit a proposed repair procedure to the Engineer for approval for repairs for any condition not addressed in this Specification or in the Contract Documents. 1. Repair of Protective Coating

Defects in protective coatings can be of three types: small hairline cracks, blistering, and/or peeling. Apply a new coating to concrete with moisture content below 0.05%. Prior to any repair of protective coating, examine the FRP system, visually or otherwise, to ensure that no defect exists within or on the surface of the FRP. Repair defects in the FRP. If a protective coating appears to show small areas with cracks, lightly sand the local surface. Apply a new coating with the appropriate primer based on the manufacturer's recommendations. At the minimum, apply the coating over an area extending 1 inch on either side of the defect. If the protective coating shows signs of blistering, carefully scrape clean the entire area of blisters as well as the surrounding area to a distance of at least 1 foot. Completely remove

652 D262091

Page 127: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 582.08000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (PRECURED AND WET LAY-UP) SQ FT

ITEM 582.09000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (NEAR-SURFACE-MOUNTED) FT

ITEM 582.10000016 CONCRETE REPAIR FOR FIBER REINFORCED POLYMER SQ FT

EI 05-001 Page 8 of 8 10/20/10

the existing coating of a blistered surface before recoating. Wipe the area clean and then dry thoroughly. Once dry, the area can be recoated after application of the primer coat, if required by the manufacturer. If the surface shows signs of excessive peeling, scrape off the entire coating, and lightly sand, wipe clean, and thoroughly dry before applying a new coat. 2. Epoxy Injection of Small Defects

Small voids or surface discontinuities no greater than ¼ inch diameter are not defects, and require no corrective action, unless they occur next to edges or when there are more than five such defects in an area of 10 square feet. Repair small defects between ¼ inch and 1 ¼ inch diameter using low-pressure epoxy injection, as long as the defect is local and does not extend through the complete thickness of the laminate, in the case of multi-ply FRP systems. If any delamination growth is suspected between the FRP plies due to injection, halt the procedure and repair according to Patching of Minor Defects. 3. Patching of Minor Defects

Minor defects are those with diameters between 1 ¼ inch and 6 inch, and frequency of less than five per any unit surface area of 10 feet length or width. Remove the area surrounding the defects to an extent of at least 1 inch on all sides. Wipe the area clean and thoroughly dry. Patch the area by adding an FRP patch of the same type of the original laminate and extending at least 1 inch on all sides of the removed area. Repair can also be conducted using the procedure in Replacement of Large Defects. 4. Replacement of Large Defects

Mark defects larger than 6 inch diameters and scarify out to at least 1 inch on all sides. For multi-ply FRP systems, scarify progressively through the layers until past the defective area. If the defect extends to the first FRP ply adjacent to the concrete, remove the entire thickness of FRP and primer. Prepare the concrete and apply the primer after ensuring that the surface and FRP are clean and dry. Follow procedures for a new system when applying in the scarified area, except add an additional layer extending a minimum of 6 inch on all sides of the scarified area as a patch. After curing, apply the protective coating over the entire area.

METHOD OF MEASUREMENT The various types of composite repairs and strengthening will be measured by the linear foot to the

nearest 4 inches of each bar or strip for near-surface-mounted FRP systems and by the square foot to the nearest 1 square foot for precured and wet lay-up systems. The quantity to be paid for is the area of the existing concrete covered with FRP composite material or the length of the FRP bars and strips as incorporated into the work.

Concrete repair will be measured by the square foot to the nearest 1 square foot. The quantity to be paid for is the area of concrete repaired to receive the FRP composite material.

BASIS OF PAYMENT The unit price bid per linear foot or square foot for FRP repair and strengthening of concrete

substructures includes the cost of all materials, labor, equipment, testing, and other services necessary to satisfactorily complete the work in accordance with these specifications and the directions of the Engineer. Concrete repairs made to prepare for installation of the FRP will be paid for under a separate item. Include the cost of all repairs or replacement of the FRP resulting from failed test data in the unit price bid.

653D262091

Page 128: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 582.99000016 - EMBEDMENT OF GALVANIC ANODES IN CONCRETE

Page 1 of 2 June 2012

DESCRIPTION: This work will consist of installing galvanic anodes and testing for electrical conductivity at locations indicated in the plans. MATERIALS: A. Embedded galvanic anodes shall be compact, pre-manufactured, and consist of electrolytic High Grade Zinc in compliance with ASTM B 418 - Type 1 or Type II, cast around a pair of steel tie wires and encased in a highly alkaline cementitious shell. The anode shall be an approved product as noted in the table below or an approved equal:

Product Name Manufacturer Galvashield XP Vector Corrosion Technologies, Inc Sentinel-GL1 Euclid Chemical Company Emaco®CP Intact Galvanic Anodes 65g BASF Construction Chemicals, LLC –

Building Systems 1. Product requires approximately double the quantity of other products due to lower zinc content.

B. Reinforcement steel tie wire shall be 14 gauge or heavier, un-coated, black annealed wire, meeting the requirements of ASTM A 82-97a. C. Electrical sealant shall be as specified by the anode manufacturer. CONSTRUCTION DETAILS: The type of anode shall be as specified in the contract documents. The Contractor shall embed Galvanic Anodes in concrete where indicated in the contract documents or where directed by the Engineer. Installation methods shall be as specified by the anode manufacturer and shall be approved by the DCES. METHOD OF MEASUREMENT: This work will be measured as the number of galvanic anodes installed in accordance with the contract documents or as directed by the Engineer.

654 D262091

Page 129: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 582.99000016 - EMBEDMENT OF GALVANIC ANODES IN CONCRETE

Page 2 of 2 June 2012

BASIS OF PAYMENT: The unit price bid per galvanic anode shall include all material, equipment, and labor necessary to install, connect, test the anode, and electrically seal the splices and/or connections. Payment for concrete removal, steel reinforcement repair/replacement, and concrete replacement will be paid for under their respective items as shown in the contract documents.

655D262091

Page 130: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 604.07200010 - SETTING NEW DRAINAGE FRAMES ON EXISTING DRAINAGESTRUCTURES

12/05/08E 11/1/902/15/96 M

Revised 11/10/03Page 1 of 2

DESCRIPTION.

This work shall consist of setting new drainage frames, complete with grates or covers, to grade onexisting drainage structures and shall include removing, storing, and/or disposing of the existing frames,grates, covers, and appurtenances.

This item shall also include the setting of new drainage frames on existing drainage structures modifiedunder the item, "Rebuilding Top of Existing Drainage Structures."

MATERIALS.

The new drainage frames, grates, and covers will be furnished under separate items.

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

Precast Concrete Pavers 704-13Masonry Mortar 705-21

Concrete shall be Class A meeting the requirements of Section 501.

CONSTRUCTION DETAILS.

The existing frames, grates, covers, and appurtenances shall be removed and, as indicated in the plans ordirected by the Engineer, stored for pick up by others, used elsewhere on the contract, or disposed of offthe work site.

The existing masonry adjustment collar, or a portion of it, shall be removed where necessary for setting ofthe new frame. The new frames shall be set to the line and grade as indicated in the plans or as directed bythe Engineer, using precast concrete pavers and mortar and/or Class A concrete. The frames shall be setin a mortar bed on the existing structure.

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

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

METHOD OF MEASUREMENT.

This work will be measured by the number of new drainage frames complete with grates or covers, set tograde on existing drainage structures or on existing drainage structures modified under the item,"Rebuilding Top of Existing Drainage Structures."

656 D262091

Page 131: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 604.07200010 - SETTING NEW DRAINAGE FRAMES ON EXISTING DRAINAGESTRUCTURES

12/05/08E 11/1/902/15/96 M

Revised 11/10/03Page 2 of 2

BASIS OF PAYMENT.

The unit price bid for setting each drainage frame shall include the cost of all labor, materials, andequipment necessary to complete the work including any necessary sawcutting, removal and replacementof pavement and shoulder courses, subcourses, curbs, sidewalks, lawns and other top surfaces, unlessotherwise indicated in the plans or proposal. Removal and restoration of concrete/composite pavementwill be paid for separately.

New drainage frames, grates, and covers will be paid for under the appropriate items. Any frames, grates,covers or appurtenances broken thru carelessness on the part of the Contractor shall be replaced at theContractor's expense.

657D262091

Page 132: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

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)

Page 1 of 2 Rev. 8/07/1995 USC 3/10/2009

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.

658 D262091

Page 133: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 609.06010008 - REMOVAL OF CURB

03/19/03 USC 03/26/09

1 of 1

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

659D262091

Page 134: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

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

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

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

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

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

660 D262091

Page 135: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

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

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

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

661D262091

Page 136: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 617.01010024 – CONTROLLING INVASIVE PLANT SPECIES WITH HERBICIDES ITEM 617.01020024 – CONTROLLING INVASIVE PLANT SPECIES BY PULLING ITEM 617.01030024 – CONTROLLING INVASIVE PLANT SPECIES BY EXCAVATION ITEM 617.10000024 – DISPOSAL OF MATERIAL CONTAINING INVASIVE PLANT SPECIES ITEM 617.11000024 – EQUIPMENT CLEANING FOR INVASIVE PLANT SPECIES

EI 09-002 Page 1 of 4 L 09/03/09

DESCRIPTION. This work shall consist of control and disposal of identified invasive species and disposal of infested soil in accordance with the contract documents and as directed by the Engineer. The work described is to control the spread and/or re-growth of invasive species. Specific control methods to be used are identified in the Special Note entitled Controlling Invasive Plant Species. MATERIALS. Herbicide: EPA/NYSDEC Label-approved herbicide conforming to §713-13 Pesticides. Surfactants added to increase the effectiveness of the herbicide may be used, in accordance with manufacturers’ labels. Tracer dye shall be used in herbicide mixes to aid in identifying application coverage. Additional permitting from regulatory agencies may be required prior to application. CONSTRUCTION DETAILS. The work shall be performed in accordance with the requirements of Special Note entitled Controlling Invasive Plant Species. Site Preparation. Refer to the Special Note for specific control methods of targeted invasive species. Controlling Invasive Plant Species. Three methods are described: 1. Pulling.

a. Contractor shall hand-pull, or remove using hand tools, all stems and associated roots within the designated areas shown in the contract documents at the times specified.

b. All plant parts shall be carefully placed in black plastic bags (4 mil minimum) and securely tied or sealed.

c. Care shall be taken in pulling stems to remove as much of the root mass as possible.

d. Supplemental digging using hand tools to remove roots/ rhizomes or herbicide treatment may be required. Refer to the Special Note entitled Controlling Invasive Plant Species.

e. Plant material shall be treated and/or transported in accordance with Disposal of Material.

2. Excavation. a. Mechanical methods may be used to remove plant material. b. Removal perimeter shall extend no less than 16 ft beyond the leading edge of

662 D262091

Page 137: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 617.01010024 – CONTROLLING INVASIVE PLANT SPECIES WITH HERBICIDES ITEM 617.01020024 – CONTROLLING INVASIVE PLANT SPECIES BY PULLING ITEM 617.01030024 – CONTROLLING INVASIVE PLANT SPECIES BY EXCAVATION ITEM 617.10000024 – DISPOSAL OF MATERIAL CONTAINING INVASIVE PLANT SPECIES ITEM 617.11000024 – EQUIPMENT CLEANING FOR INVASIVE PLANT SPECIES

EI 09-002 Page 2 of 4 L 09/03/09

invasive species stand. c. Excavation shall extend to a minimum depth of 6 ft below proposed final grade. d. Excavated area shall be backfilled with uncontaminated suitable material. e. Excavated material shall be treated and/or transported according to Disposal of

Material. 3. Herbicide Application.

a. The herbicide applicator shall be a NYSDEC Certified Commercial Pesticide Applicator. In planning the use of herbicides to control invasive species, the Contractor and Certified Pesticide Applicator shall ensure that herbicides used are labeled for the target species- through the pesticide label or through the unlabeled pest process.

b. Herbicide shall be applied by hand-sprayer, back-pack, wick application, stem injection or herbicide clippers.

c. Site preparation for herbicide application shall include cutting dormant stalks and actively growing plants approximately 4 weeks prior to first annual treatment.

d. Contractor shall be responsible for all public notification and posting requirements.

Disposal of Material. Cut plant material shall be placed in (4 mil minimum thickness) black plastic bags for transportation out of the area. Bags shall be securely tied or sealed. Soil containing seeds, roots and/or rhizomes shall be wrapped in black plastic sheeting (4 mil minimum thickness) and transported in a manner which prevents the spread of the contaminated material during transport. Acceptable disposal methods can be one of the following: • Bury - Soil containing invasive plant material shall be buried either in an

excavated pit or fill section, covered with at least 6 ft of uncontaminated fill material (eg: embankment in place, topsoil, etc.) Soil containing invasive plant material shall not be buried within 100 ft of a water body (including wetlands). Disposal of surplus excavated material generated from this disposal method shall be at no additional cost to the State.

• NYSDEC Quarry/ Mine Reclamation - Where feasible and accessible, material shall be transported to an approved quarry/ mine accepting invasives-contaminated fill material.

• Landfill/ Incinerator - Plant material or spoil containing invasive plant material shall be disposed of in a municipal solid waste management facility or incinerator that is operated under current 6 NYCRR Part 360 regulations.

• Approved NYSDOT disposal facility - Where available, plant material or spoil containing invasive plant material may be disposed of in regional invasive species disposal facilities as identified in the contract documents.

663D262091

Page 138: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 617.01010024 – CONTROLLING INVASIVE PLANT SPECIES WITH HERBICIDES ITEM 617.01020024 – CONTROLLING INVASIVE PLANT SPECIES BY PULLING ITEM 617.01030024 – CONTROLLING INVASIVE PLANT SPECIES BY EXCAVATION ITEM 617.10000024 – DISPOSAL OF MATERIAL CONTAINING INVASIVE PLANT SPECIES ITEM 617.11000024 – EQUIPMENT CLEANING FOR INVASIVE PLANT SPECIES

EI 09-002 Page 3 of 4 L 09/03/09

Stockpiling and stockpile location(s) of soil containing invasive plant material shall be approved by the Engineer. Invasive species spoil stockpiled on site shall be identified as such so not to be inadvertently used in a manner that is not consistent with Disposal of Material. Stockpiles shall be stabilized to prevent erosion and transport of invasive material. Stockpiling shall be at no cost to the State. The Contractor shall identify the disposal location(s) and obtain approval from the Engineer at least 5 calendar days prior to disposal. Equipment Cleaning. Equipment used in areas containing invasive plant species shall be power-washed (1000 psi minimum) and cleaned with clean water (without using cleaning soaps or chemicals) before leaving the invasive control/removal area to prevent the spread of seeds, roots, or other viable plant parts. Water may be supplied by a municipal water source or may be pumped from an on-site or local surface water source. If water is drawn from a local water source, to protect aquatic life, there shall not be any loss of water elevation at the site of withdrawal or immediately downstream of the site. Withdrawal from surface waters may be subject to USACOE, NYSDEC and other regulations. Equipment cleaning stations shall include either a constructed cleaning station conforming to §209-3.13 Construction Entrances or a portable commercial cleaning station with a rack. Loose plant and soil material that has been removed from clothing, boots and equipment, or generated from cleaning operations, including constructed cleaning station material after use, shall be disposed of as described in Disposal of Material. If sufficient space is not available or precluded by terrain to provide a cleaning station on site, upon approval by Engineer, equipment used within an infested area may be power-washed adjacent to the invasive control/removal area, provided that the wash water (including spray) does not discharge within 100 ft of any stream, existing or proposed wetland, or stormwater conveyance (eg: ditch, catch basin, etc). If upon completion of construction, the area remains infested with invasive plants, the invasive material generated may remain in the infested area. Care of Controlled Areas During Construction. The Department will inspect all treated areas approximately every 4 weeks during the growing season (or during the following growing season for fall applications if contract continues into the following growing season). If additional treatments are necessary, the Contractor shall apply treatment to all identified areas within 10 calendar days of notification. Additional treatments will be considered extra work. METHOD OF MEASUREMENT. Herbicides. The quantity of controlling invasive species to be measured for payment will be in square feet of surface area controlled, measured to the nearest square foot. Pulling. The quantity of controlling invasive species to be measured for payment will be in

664 D262091

Page 139: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 617.01010024 – CONTROLLING INVASIVE PLANT SPECIES WITH HERBICIDES ITEM 617.01020024 – CONTROLLING INVASIVE PLANT SPECIES BY PULLING ITEM 617.01030024 – CONTROLLING INVASIVE PLANT SPECIES BY EXCAVATION ITEM 617.10000024 – DISPOSAL OF MATERIAL CONTAINING INVASIVE PLANT SPECIES ITEM 617.11000024 – EQUIPMENT CLEANING FOR INVASIVE PLANT SPECIES

EI 09-002 Page 4 of 4 L 09/03/09

square feet of surface area controlled, measured to the nearest square foot. Excavation. The quantity of controlling invasive species to be measured for payment will be in cubic yards removed, measured to the nearest cubic yard. Disposal of Material Containing Invasive Plant Species. The quantity to be measured for payment of contaminated material disposal will be in cubic yards removed, measured to the nearest cubic yard. Equipment Cleaning for Invasive Plant Species. The quantity to be measured for payment of equipment cleaning will be on a lump sum basis. BASIS OF PAYMENT. Herbicides. The unit price bid will include the cost of all labor, materials and equipment necessary to perform site preparation and satisfactorily complete the work. Pulling. The unit price bid shall include the cost of all labor, materials and equipment necessary to satisfactorily complete the work. Excavation. The unit price bid shall include the material and work required to perform site preparation, excavation, backfill the excavated area and surplus material removal. Backfill quantity shall not exceed the quantity of material excavated. Disposal of Material Containing Invasive Plant Species. The unit price bid shall include the cost of all labor, materials and equipment necessary to satisfactorily complete the work. Equipment Cleaning for Invasive Plant Species. The lump sum price bid shall include the cost of all labor, materials and equipment necessary to satisfactorily complete the work. Payment will be made under: Item No. Item Pay Unit 617.01010024 Controlling Invasive Plant Species with Herbicides Square Foot 617.01020024 Controlling Invasive Plant Species by Pulling Square Foot 617.01030024 Controlling Invasive Plant Species by Excavation Cubic Yard 617.10000024 Disposal of Material Containing Invasive Plant Species Cubic Yard 617.11000024 Equipment Cleaning for Invasive Plant Species Lump Sum

665D262091

Page 140: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 619.17060008 - LINEAR DELINEATION SYSTEM

Page 1 of 1 6/23/10

DESCRIPTION This work shall consist of furnishing and installing a Linear Delineation System on temporary concrete barrier in accordance with the contract documents and as directed by the Engineer. MATERIALS General Requirements:

Each panel shall be 34 inches long by 6 inches wide and shall be constructed of retro-reflective material permanently bonded to an aluminum substrate. The panels shall have a repeating raised lateral ridge approximately every 2.25 inches, 0.34 inches in height. Each panel shall have 14 raised lateral ridges spaced 2.25 inches. Each ridge shall be 0.34 inches with a 45 degree profile and a 0.28 inch radius top. The panels shall be designed to adhere to and shall be compatible concrete barrier systems. The reflective sheeting materials used on the panels shall conform to the requirements of §730-05 Reflective Sheeting, Type IX (Class E).

CONSTRUCTION DETAILS Linear Delineation System panels shall be applied to all temporary concrete barrier units that are installed parallel to the traveled way, in accordance with the manufacturer’s recommendations. The panels shall be adhered 6 inches below the top of the temporary concrete barrier with a maximum of 26 inches between panels. Gaps between panels may be modified for temporary concrete barrier units that are not 20 feet in length. White panels shall be used to the right of the traveled way. Fluorescent yellow panels shall be used to the left of the traveled way. Temporary concrete barrier installed in narrow medians shall have yellow panels installed on both sides of the barrier. The Contractor shall be responsible for maintenance of the Linear Delineation System. Any materials that fail to provide both daytime and nighttime delineation shall be replaced by the Contractor promptly. Temporary concrete barrier installed at the option of the Contractor, or required solely by a delay in the Contractor’s operations, shall include a Linear Delineation System at no additional cost to the State. METHOD OF MEASUREMENT This work will be measured as the number of feet of Linear Delineation System installed on temporary concrete barrier. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work. Payment for this item will only be allowed once in this contract for each temporary concrete barrier unit. No payment will be made for a subsequent movement of the barrier unit unless a different color is required.

666 D262091

Page 141: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 619.37010001 - Moveable Barrier Transfer Machine and Operation

Page 1 of 1 7/19/2012

DESCRIPTION:

Under this work, the Contractor shall furnish, install, maintain, operate, laterally move Quickchange Moveable Barriers, and remove from the work site the moveable barrier transfer machine, at the locations and schedules indicated in the contract documents.

MATERIALS:

Barrier Transfer Machine (BTM) manufactured by Barrier Systems Inc., (180 River Road, Rio Vista, CA 94571; Phone 888-800-3691; www.barriersystemsinc.com). The BTM shall be capable of laterally transferring the Quickchange Moveable Barrier wall, one lane or more, at speeds of up to 7 mph.

CONSTRUCTION DETAILS:

The Contractor shall install and move the Quickchange Moveable barrier in accordance with the manufacturer’s instructions to locations and schedules as shown in the Contract Documents.

Operational approval will be granted by the Engineer based on satisfactory demonstration of the operation of the machine and proper deployment of the Quickchange Barriers.

Once contract work requiring the Moveable Barrier Transfer Machine is completed, the Contractor shall promptly remove the machine from the work site.

METHOD OF MEASUREMENT:

The Moveable Barrier Transfer Machine and its operation will be measured for payment as a lump sum basis.

BASIS OF PAYMENT:

The lump sum price bid for this item shall include the cost of all labor, material, and equipment, necessary including, but not limited to, all moves of the Quickchange Barriers necessary to satisfactorily complete the work. Forty percent (40%) of the lump sum bid shall be paid upon operational approval of the moveable transfer machine. The remainder will be made in monthly payments based on the percentage of work completed requiring the Moveable Barrier Transfer Machine. The Quickchange Moveable barriers themselves will be paid for under a separate item.

667D262091

Page 142: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 619.37020001 – Quickchange Moveable Barrier

Page 1 of 2 7/19/2012

DESCRIPTION:

Under this work, the Contractor shall furnish, install, maintain, and remove Quickchange Moveable Barriers, at the locations and schedules specified in the contract documents.

MATERIALS:

The Quickchange moveable barriers shall be manufactured by Barrier Systems, Inc. (180 River Road, Rio Vista, CA 94571; Phone 888-800-3691; www.barriersystemsinc.com). The maximum deflection at NCHRP 350 Test Level 3 shall be 28 inches or less. The barrier segments shall be 32 inches high and 24 inches wide at the base. Each barrier segment shall have a six (6) inch wide, continuous yellow painted stripe applied to the lower six (6) inches of barrier face, prior to installation. The stripe shall be applied along the lower six (6) inches of each exposed face for the full length of the barrier segment. The stripe shall be reflectorized meeting the requirements of Section 727-03 of the Standard Specifications. The moveable barriers shall be fully compatible with the moveable barrier transfer machine.

CONSTRUCTION DETAILS:

The contractor shall install and move the barriers in accordance with the manufacturer’s instructions to locations and schedules as shown in the Contract Documents.

Prior to set-up, the Contractor shall provide the following to the Engineer for approval:

1. Manufacturer’s certification that the Barriers are NCHRP 350 approved and meets Test Level 3 conditions.

2. Shop drawings and weight of the barrier pieces.

3. Installation and maintenance details.

The Engineer will inspect the barrier following installation, after each impact, and periodically throughout the duration of the work. Any barrier segment having damage or defect that will adversely affect the performance of the barrier shall be repaired or replaced , within 24 hours, by the Contractor at no additional cost to the State.

Once contract work requiring the Quickchange Moveable Barriers and barrier is completed, the contractor shall promptly remove the barriers from the work site.

668 D262091

Page 143: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 619.37020001 – Quickchange Moveable Barrier

Page 2 of 2 7/19/2012

METHOD OF MEASUREMENT:

The Quickchange Moveable Barriers will be measured for payment by the number of feet of barrier satisfactorily deployed in a new work zone traffic control pattern as shown in the contract documents. Measurement shall be made only once for each work zone traffic control pattern. The number of work zone traffic control patterns is specified in the special notes. No separate measurements will be made for each lateral movement of the barriers by the transfer machine.

BASIS OF PAYMENT:

The price bid per foot of the Quickchange Moveable Barriers shall include the cost of furnishing all labor, material and equipment necessary to satisfactorily complete the work.

669D262091

Page 144: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 619.90100004 - TOW TRUCK SERVICE

06/99 Page 1 of 2

Description: Under this item, the Contractor shall provide tow truck service for emergency removal of all disabled vehicles, with the exception of vehicles owned or operated by the Contractor, as detailed in the contract documents or as directed by the Engineer. Materials: The Contractor shall provide tow trucks equipped with a minimum of an amber cab mounted flashing light (no strobe type lights are allowed ), cellular telephone, two-way communication equipment approved by the Engineer, tow rig, cushioned bumper and rear pintle hooks. Service Requirements: The Contractor, in providing tow truck service, may utilize one of two options available as follows: A. Towing Service Company The towing service may be furnished by a company that meets the approval of the New York State Department of Transportation. B. Contractor Towing Service Towing service may be provided by the Contractor. Vehicles provided by the Contractor for tow truck service must be approved by the Engineer, and meet the same criteria and standards established by the State relative to vehicle requirements, operational and safety equipment, that are used in granting authorized tow truck service. Tow truck vehicles shall only be operated by drivers who possess an appropriate licence to operate the vehicle. Construction Details: The tow truck service shall be located to expedite removal of disabled vehicles and shall be on call during periods specified in the contract documents. Disabled vehicles shall be towed to the nearest acceptable location, which may change as necessitated by construction activities, approved by the Engineer. The location(s) shall be selected such that the operators of the disabled vehicles may readily obtain or arrange to obtain further service at their own expense. If the operator, or his/her agent, of the towed vehicle will be unavailable upon delivery of the disabled vehicle to the approved location, the tow truck shall be required to tow the vehicle to an secured area, approved by the Engineer, and stored until such time that a representing agent of the vehicle can make arrangements for said vehicle. After discharge of any disabled vehicle to the appropriate location, the tow truck shall immediately return to its duty location (if not required for additional project towing) thus providing maximum towing coverage during the specified period. The operators of disabled vehicles shall not be charged for the Towing Service provided under this item.

670 D262091

Page 145: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 619.90100004 - TOW TRUCK SERVICE

06/99 Page 2 of 2

The tow truck(s) may be called to the scene by police or the Engineer. The tow truck(s) must respond and arrive at the scene of the disabled vehicle no later than10 minutes after receipt of the call. The Contractor must provide 10 minute response service even though there may be multiple disabled vehicles at different locations within the limits of the contract. In the case of serious vehicular accidents, the tow truck(s) must not remove the disabled vehicle or vehicles until authorized by the police or the Engineer. Method of Measurement: This service will be measured by the number of tows actually performed in accordance with these specifications. Basis of Payment: The unit price bid per tow shall include the cost of all labor, insurance, tools, equipment and materials necessary to provide the towing service. Should the Contractor not provide the specified tow truck service as required, the Engineer shall arrange for towing of disabled vehicles from the project site to the approved location and such towing charges shall be deducted from monies owed to the Contractor by the State.

671D262091

Page 146: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 637.4000nn20 - WEBCAM SYSTEM

Page 1 of 3 Rev. May 2012

DESCRIPTION This work shall consist of providing, installing, maintaining and removing a webcam system, with a camera mounted on wood utility pole. A single website for image storage and online access may be used for multiple cameras, provided the images are organized and available for each camera separately. MATERIALS The webcam system shall meet the following material requirements:

Camera • The high definition camera and lens assembly shall take high resolution (minimum 16

megapixel - 4928 x 3264) digital still color images and have digital pan, tilt, and zoom capabilities

• Imager: 23.6 X 15.6 CMOS. • Auto Features: Focus, Shutter, ISO, and white balance. • Powered by 120 VAC electrical supply, GFCI protected (provided, installed, maintained and

removed by Contractor). Camera Enclosure

• The camera enclosure shall be UL compliant and shall meet NEMA Type 3R standards. • Include provisions for a fixed installation to a pole or wall. • Shall include a thermal insulation package, heater, blower, window defroster kit, sun shroud

and shall operate within a minimum temperature range of -10°F to 110°F. • Powered by 120 VAC electrical supply, GFCI protected (provided, installed, maintained and

removed by Contractor). Interface and Online Access

• The system must provide wireless cellular modem as an option for uploading the digital still images.

• The online interface system shall allow viewing of all high-definition digital still images captured and stored during the duration of the contract over the internet with password-protection.

• The still images shall be in a non-proprietary format that can be freely viewed with most image viewing software (.bmp, .jpeg, .tif or .gif)

• Navigation: Calendar based navigation system for selecting specific images on specific days. • Capable of viewing actual live video. • HD Snapshot on Demand: HDR (High Dynamic Range) Imaging and Additional Special

Effects Including Architectural Miniature, Artistic Color Sketch and Cinematic Black & White • Graphical mark-up tools for detailing and creating overlays on images. • Graphical weather applet displaying ten points of local weather data and 48-hour forecast. • Remote cellular monitoring screen displaying connectivity, network traffic and modem

temperature. • Remote wireless radio monitoring screen displaying connectivity, network traffic and Google

Map features including wireless radio locations. • Image Comparison: Capability to choose and overlay images from two different dates in the

same viewing window • Zoom: Pan and zoom capability for zooming into the high definition images. • Remote Solar Monitoring Screen Displaying the DC Amperage Output of Solar Panels. • Fullscreen: Screen maximizing the view of the images on the users monitor. • Slideshow: Capability to browse through images, moving forward and backward in time by

individual image and by day. • Picture in Picture to view live video, while viewing high definition images.

672 D262091

Page 147: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 637.4000nn20 - WEBCAM SYSTEM

Page 2 of 3 Rev. May 2012

• All Images are the Copyright of the Department and Protected on Secure Servers Owned and Operated by the System Vendor.

Embedded Wood Utility Pole • The pole shall me a minimum 60 feet in length, Southern pine and meet the requirements of

ANSI #05.01 for Class 4 utility type poles. • The pole shall be given a water borne preservative treatment in accordance with §708-31.

CONSTRUCTION DETAILS The Contractor shall provide, install and maintain a fully functional webcam system including an electrical power supply, camera hardware, mounting pole and equipment, data connections, image storage, online interface for the system and technical support. The Contractor is required to have the webcam system’s vendor made available for support services and equipment maintenance/repairs. The Contractor shall provide, install, maintain and remove the webcam system. The Contractor shall coordinate with the Engineer to install the camera in an approved location and provide password access to the webcam system’s Internet site. The camera shall be installed so that the position of the sun or any man-made light source does not point directly into the camera. The camera shall be tested at the site both prior to and subsequent to installation, including having the webcam system’s vendor remotely confirm both successful tests. The Contractor shall clean the installed components in accordance with manufacturer’s recommendations at least monthly, or as needed to ensure image clarity. The pole shall be installed plumb, in a hole of sufficient depth to allow for a minimum of 10 feet embedment. The area around the pole shall be backfilled with suitable material and thoroughly compacted. The Contractor shall restore, in kind, all areas which were disturbed by the pole installation operation. The webcam system shall consist of all-weather, tamper/impact resistant, fixed mounted camera enclosure with integrated, fixed high definition camera. The camera shall have the ability to take a high-resolution digital still color image of the construction site at a set time interval, as least every fifteen (15) minutes, and securely upload the still images to a secure, password-protected website. The image data shall at all times be the property of the State. The digital still images shall be stored on a remote server (with sufficient storage capacity to store all images taken on the contract) and be made available for viewing on the website in chronological order. The website shall provide the ability to zoom in on the images. Password access to the website shall be granted to those parties specified by the Engineer (Department staff and the Contractor, at a minimum). The Contractor shall provide the Department with an archive in DVD or external hard drive format of all the digital still images in a sortable/identifiable format. The still image file names shall include the date and time taken. The Contractor shall maintain all equipment in working condition and shall provide replacement due to breakdown, damage, or theft within two (2) work days. The Contractor’s webcam system vendor shall proactively monitor the webcam system and if no system connection is made within normal working hours, not to exceed 24 hours, the vendor shall notify the Contractor and begin troubleshooting. The Contractor shall remove all webcam system equipment and wood utility pole within ten (10) work days after the Engineer requests the removal in writing. The webcam system equipment and pole shall remain the property of the Contractor. The State shall retain ownership of all data collected by the webcam system. The webcam system shall be operated in accordance with the “Policy for the Operation of Webcam Systems on Construction Contracts”, a copy of which will be provided to the Contractor by the Engineer.

673D262091

Page 148: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 637.4000nn20 - WEBCAM SYSTEM

Page 3 of 3 Rev. May 2012

METHOD OF MEASUREMENT The webcam system will be measured for payment on a monthly basis, measured to the nearest 0.25 months. BASIS OF PAYMENT The unit price bid per month for the webcam system shall include the cost of all labor, materials and equipment, including services to provide, install, maintain and remove all components of the webcam system and wood utility pole. A deduction of 1/30 of a month will be made for each 24-hour period, or portion thereof during which the webcam system is not operational. Payment will begin the first month the webcam system is installed, operational and made available for use, including having the website established and functional. Monthly payments will be terminated no later than two (2) weeks after written notification by the Engineer that the webcam system will no longer be required.

674 D262091

Page 149: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 1 of 29 11/12/2009

DESCRIPTION This work shall consist of preparing, maintaining and submitting a Progress Schedule using the Critical Path Method on Primavera P6 software, or newer release, which demonstrates complete fulfillment of all work shown in the contract documents. All work to prepare, and maintain the CPM Progress Schedule shall be performed using the scheduling software application provided by the Department on network servers and accessed through the Internet with Department provided user accounts. The Contractor shall regularly revise and update the Progress Schedule, and use it in planning, coordinating, and performing all work. Schedule activities shall accurately depict the entire scope of work to be performed to complete the project including, but not limited to, all work to be performed by the Contractor, subcontractors, fabricators, suppliers, consultants, the Department, and others, contributing to the project. DEFINITIONS Activity - A discrete, identifiable task or event that usually has an expected duration, has a definable Start Date and/or Finish Date, and can be used to plan, schedule, and monitor a project. Activity, Controlling - The first incomplete activity on the critical path. Activity, Critical - An activity on the critical path. Actual Start date- At the activity level, the Actual Start date represents the point in time that meaningful work actually started on an activity. Actual Finish date - At the activity level, the Actual Finish date represents the point in time that work actually ended on an activity (Note: in some applications areas, the activity is considered “finished” when work is “substantially complete.”); at the project level, the Actual Finish date represents the point in time that the Contractor completes all work on the project and it is accepted by the Engineer. Backward Pass – Calculation of the late start and late finish dates for each activity, based on the start or finish dates of successor activities as well as the duration of the activity itself. Also known as the second pass. Baseline Progress Schedule @ Award- The Progress Schedule submitted by the Contractor and accepted by the Department that shows the plan to complete the construction contract work. The Baseline Progress Schedule @ Award represents the Contractor’s plan at the time of contract Award for completing the Project. Bid Date – The date the contract is let and there is an announcement by the Department of an apparent low bidder. Completion Date, Contract - The date specified in the Contract for completion of the project or a revised date resulting from properly executed time extensions. Completion Date, Scheduled - The date forecasted by the Progress Schedule for the completion of the Project. Constraint - A schedule restriction imposed on the Start or Finish date(s) of an activity that modifies or overrides an activity’s relationships. Progress Schedule Delay - An event, action, or other factor that delays the critical path of the Progress Schedule and extends the time needed for completion of the construction project.

675D262091

Page 150: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 2 of 29 11/12/2009

Contemporaneous Period Analysis Method – A technique for evaluating schedule delays or time savings. The analysis period for the purpose of these provisions shall be the period covered in each regular progress update to the schedule, as they coincide with contract payments to the Contractor. Contractor Owned Float Activity – The activity that documents time saved on the critical path by actions of the Contractor. It is the last activity prior to the contract Completion Date milestone activity. Contractor Start Work date – The actual date the Contractor starts field work of a contract pay item, which is entered as a Start milestone activity in the schedule. Contractually no work may start until after the contract is awarded by the Office of State Comptroller, and the Contractor has received a Notice to Proceed from the Contract Management Bureau. Should the Contractor choose to show activities in the schedule that reflects their plan of work prior to the contract award, the Department does not incur any liability and such work being performed between the bid date and the contract award date shall be considered at risk work. Critical Path – In the Progress Schedule the critical activities shall be those activities being on the longest path. In a project network diagram, the series of activities which determines the earliest completion of the project. The critical path will generally change from time to time as activities are completed ahead of or behind schedule. Critical Path Method (CPM) – A network analysis technique used to predict project duration by analyzing which sequence of activities (which path) has the least amount of scheduling flexibility (the least amount of float). A scheduling technique utilizing activities, durations, and interrelationships/dependencies (logic), such that all activities are interrelated with logic ties from the beginning of the project to the completion of the project. Early dates are calculated by means of a forward pass using a specified start date. Late dates are calculated by means of a backward pass starting from a specified completion date (usually the forward pass’s calculated project early finish date). Data Date – The date entered in the Project Details, in the Dates tab, which is used as the starting point to calculate the schedule. For the Baseline Progress Schedule @ Award submission the Data Date shall be the contract Award Date; for Monthly Progress Schedule submissions, the Data Date shall be the date up to which the Contractor is reporting progress (generally the last working day for the corresponding contract payment period, and for Weekly Status Reports the Data Date shall be the Saturday of that week). If the Contractor submits a Baseline Progress Schedule @ Bid submission, the Data date shall be the date of the schedule submission to the Engineer and not prior to the bid date. Everything occurring earlier than the data date is "as-built" and everything on or after the data date is "planned." Deliverable – Any measurable, tangible, verifiable outcome, result, or item that must be produced to complete a project or part of a project. Often used more narrowly in reference to an external deliverable, which is a deliverable that is subject to approval by the Department. Duration, Original - The original estimated number of working days (not including holidays or other non-working periods) in which the work task associated with the activity is expected to be performed. (The number of calendar days may be different based on the calendar assigned to the activity.) For certain activities such as concrete curing, or others approved by the Engineer, the calendar shall reflect no non-working days. Duration, Remaining - The estimated time, expressed in working days (not including holidays or other non-working periods), needed to complete an activity that has started but has not finished. Early Dates – The earliest date an activity can start or finish based upon logic and durations. Calculated by the software application when scheduling the project.

676 D262091

Page 151: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 3 of 29 11/12/2009

Early Completion Date(s) - A progress schedule shall be considered to have an early completion date when the schedule submitted by the Contractor indicates an anticipated completion date(s) that is/are earlier than the specified contract milestone date(s), which includes:

(i) the Scheduled Completion Date appearing as the “Finish” date in the Project Details, in the Dates tab, is earlier than the current contract Completion Date as of the Data Date of the progress Schedule.

(ii) the Finish Date of any interim Milestone activity, that describes an item of work in the contract with a required completion date, is earlier than the date specified in the contract as of the Data Date of the progress Schedule. This includes, but is not limited to, B-Clock activities, activities subject to Incentive/Disincentive provisions, activities subject to specific Liquidated Damages provisions, and Lane Rental activities.

Enterprise Project Management Database (EPMD) – The Department’s database of construction project Progress Schedules.

Final Baseline Progress Schedule @ Award - The original plan against which the Contractor’s progress is measured. The Final Baseline Progress Schedule @ Award represents the original plan at the award of the contract, of what is expected to happen. Once the Final Baseline Progress Schedule @ Award is accepted by the Engineer it is saved and used as a basis to compare against Progress Schedules Updates. Float Suppression - Utilization of zero free float constraints which allows an activity to start as late as possible by using all its' available free float. This technique allows activities to appear more critical than if the activity's total float was based on early dates. Assigning zero free float prevents true sharing of total float between Department and the Contractor. Examples of float suppression techniques include preferential sequencing (arranging the critical path through activities more susceptible to State caused delay), extending activities durations, incorporating several activities that actually require a half day or less of effort with Finish to Start relationships but showing each as full day durations where one activity would be appropriate, manipulating calendars, or any other such methodology. Float, Free - The amount an activity can slip without delaying the immediate successor activities. Free Float is the property of an activity and not the network path.

Float, Total - The amount of time an activity (or chain of activities) can be delayed from its early start without delaying the contract completion date. Float is a mathematical calculation and can change as the project progresses and changes are made to the project plan. Total Float is calculated and reported for each activity in a network, however, Total Float is an attribute of a network path and not associated with any one specific activity along that path. Fragnet – A subdivision of a project network diagram usually representing some portion of the project. Global data – Data classified by Primavera software as Global, including Project Codes, Global Activity Codes, Global Calendars, Resource Calendars, Global Filters, Resources, Global Reports, User Defined Fields and Unit of Measure. Global Activity Codes are used to organize project activities across the enterprise project structure according to specific categories, such as the Code Value STG1 for Stage 1 under the Global Activity Code STAGE. Whereas Project Activity Codes are used to organize project activities for a specific project only.

Initial Baseline Progress Schedule – The Contractor’s schedule prior to submittal to the Engineer of the Baseline Progress Schedule @ Award, that reflects the Contractor’s plan to perform work during the time period while the full Baseline Progress Schedule is being developed, reviewed and accepted.

677D262091

Page 152: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 4 of 29 11/12/2009

Key Plans - Key Plans are graphic representations made by the Contractor’s project Scheduler on paper copies of the appropriate contract plan sheets that reflect the Contractor’s planned breakdown of the project for scheduling purposes to efficiently communicate the Contractor’s activity coding scheme to State scheduling staff. The key plans prepared by the Contractor shall clearly define the boundaries of the work for each designated Area, the operations contained in various Stages of work, and work in the Work Zone Traffic Control (WZTC) Phases. The alphanumeric codes on the key plans shall match the code values for the activity code "Area", “Stage”, and “WZTC Phase” in the Progress Schedule. Late Dates – “Drop dead dates”. The latest an activity can start or finish without delaying the day of completion. Calculated by the computer during the backward pass.

Longest Path - The sequence of activities through the Progress Schedule network that establishes the Scheduled Completion Date

Look-Ahead Schedule – Commonly a one or two week time segment generated from the accepted Progress Schedule that forecasts the work planned for the one or two week period following the Data Date, and includes any major materials to be delivered and any lane closings or anticipated shifts in WZTC. Milestone – An activity with zero duration that typically represents a significant event, usually the beginning and end of the project, milestones set forth in the contract proposal, construction stages, a major work package, or the contract interim time-related clauses. Narrative Report - A descriptive report submitted with each Progress Schedule. The required contents of this report are set forth in this specification. Open End - The condition that exists when an activity has either no predecessor or no successor, or when an activity’s only predecessor relationship is a finish-to-finish relationship or only successor relationship is a start-to-start relationship. Predecessor - An activity that is defined by Schedule logic to precede another activity. A predecessor may control the Start Date or Finish Date of its successor.

Progress Schedule – A general Primavera P6 Schedule as defined by this Specification. Progress Schedule Update – Changes to the Progress Schedule that reflect the status of activities that have commenced or have been completed, including the following items: (a) Actual Start date and or Actual Finish date as appropriate; (b) Remaining Duration for activities commenced and not complete; and (c) Suspend or Resume dates for activities commenced and not complete. Progress Schedule Revision – Revisions to the Progress Schedule ensure it accurately reflects the current means and methods of how the project is anticipated to progress, including modifications made to any of the following items: (a) changes in logic connections between activities; (b) changes in constraints; (c) changes to activity descriptions; (d) activity additions or deletions; (e) changes in activity code assignments; (f) changes in activity resource assignments; and (g) changes in calendar assignments. Project Scheduler – The person that is responsible for developing and maintaining the Progress Schedule.

Projects Planned Start Date – The date entered in the Project Details, in the Dates tab, that reflects the Contractor’s planned start of work (based on contract requirements, and reasonable expectation for a Notice to Proceed) at the time the bid was submitted to the Department.

678 D262091

Page 153: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 5 of 29 11/12/2009

Projects Must Finish By Date – A date constraint entered in the Project Details, in the Dates tab, that reflects the Contract Completion Date set in the Contract Documents or through a formal contract extension of time. Recovery Schedule – A schedule depicting the plan for recovery of significant time lost on the project. This separate CPM schedule submission shall provide the resolution and include appropriate changes in network logic, calendar adjustments, or resource assignments. Relationships - The interdependence among activities. Relationships link an activity to its predecessors and successors. Relationships are defined as:

Finish to Start - The successor activity can start only when the current activity finishes. Finish to Finish – The finish of the successor activity depends on the finish of the current activity. Start to Start – The start of the successor activity depends on the start of the current activity. Start to Finish – The successor activity cannot finish until the current activity starts.

Resources, Contract Pay Item – Contract Pay Item resources shall be identified as a Material resource type. When required, Contract Pay Item resources are developed for each Pay Item in the contract, with the Resource ID matching the contract Pay Item and the Resource Name matching the description of the contract Pay Item.

Resources, Equipment – Equipment resources shall be identified as a Nonlabor resource type. A unique identifier shall be used in the Resource Name or Resource Notes to distinguish this piece of equipment from a similar make and model of equipment used on the project. Resources, Labor – Labor resources shall be identified as a Labor resource type. Labor Resources shall identify resources that encompass direct labor at the Crew level. Scheduling/Leveling Report – The report generated by the software application when a user “Schedules” the project. It documents the settings used when scheduling the project, along with project statistics, errors/warnings, scheduling/leveling results, exceptions, etc. State Business Days – Monday through Friday, with the exception of State Holidays. State Owned Float Activity – The activity that documents time saved on the critical path by actions of the State. It is the last activity prior to the Completion Date activity and any Contractor Owned Float activity. Substantial Completion - the day, determined by the Engineer, when all of the following have occurred:

1. The public (including vehicles and pedestrians) has full and unrestricted use and benefit of the facilities both from the operational and safety standpoint, and

2. All safety features are installed and fully functional, including, but not limited to, illumination, signing, striping, barrier, guard rail, impact attenuators, delineators, and all other safety appurtenances, and

3. Only minor incidental work, replacement of temporary substitute facilities or correction or repair remains for the Physical Completion of the Contract, and

4. The Contractor and Engineer mutually agree that all work remaining will be performed without lane closures, trail/sidewalk closures, or further delays, disruption, or impediment to the public.

Successor - An activity that is defined by Schedule logic to succeed another activity. The Start Date or Finish Date of a successor may be controlled by its predecessor.

679D262091

Page 154: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 6 of 29 11/12/2009

Time Impact Analysis - A technique to demonstrate the comparison of a time impact of a Progress Schedule revision prior to a change in the Contract work, against the current accepted Progress Schedule. Also known as a “What-If” analysis. Weekly Status Report – The report generated weekly from the updated Progress Schedule in an electronic Adobe Acrobat PDF format that reflects a Data Date for that Progress Schedule Update period. The report shall be formatted to fit ANSI Size D paper (610 mm x 914 mm) (24 inch x 36 inch), listing all work activities from the data date to contract completion, using the NYSDOT Status Report Layout, sorted by Early Start Date, Total Float in increasing order, showing the Activity ID, Activity Description, Original Duration, Remaining Duration, Total Float, Early Start date, Early Finish date, Start date, Finish date and Calendar ID. Work Breakdown Structure (WBS) - A deliverable-oriented grouping of project elements, which organizes and defines the total scope of the project. Each descending level represents an increasingly detailed definition of project components or work packages. Work Package - A deliverable at the lowest level of the work breakdown structure. A work package contains activities. Working Day - A Working Day is a calendar day scheduled for active prosecution of the work. CONSTRUCTION DETAILS A. Project Scheduler: The Contractor shall designate an individual, entitled the Project Scheduler, who will develop and maintain the construction progress schedule. The Project Scheduler shall be present at the Preconstruction Schedule Meeting, prepared to discuss, in detail, the proposed sequence of work and methods of operation, and how that information will be communicated through the Progress Schedule. The Project Scheduler shall attend all meetings, or receive meeting minutes that outline schedule related issues of those meetings, which may affect the CPM schedule, including but not limited to those between the Contractor and their Subcontractors and between the Contractor and the Department. The Project Scheduler shall be knowledgeable of the status of all aspects of the work throughout the length of the Contract, including but not limited to: original contract work, additional work, new work, and changed conditions of work. B. Scheduling Software: The State will provide Primavera P6 software, or newer release, and computer system for use by the Engineer to review the schedules submitted by the Contractor. The Department has installed Primavera P6 software, or newer release, on internet accessible servers for use by the Department’s construction inspection staff. Appropriate Department personnel, Consultants, and Contractors will also have access to these schedules on the Department’s Enterprise Project Management Database (EPMD). The Department will determine the location to store the project schedule files on the EPMD, and will provide the Contractor the naming convention for all progress schedule submissions. The Contractor shall submit Request for Access Forms to the Regional Construction Engineer for each proposed Primavera user to obtain the User ID’s and Passwords for access to software and data on the Department’s network servers. The form can be downloaded from the following web page https://www.nysdot.gov/main/business-center/contractors/construction-division/primavera, or can be provided by the Department’s Construction Supervisor. These forms may submitted any time following the contract letting date and announcement by the Department that the Contractor is the apparent low bidder. The Department will process these requests and should generally provide the User ID’s and Passwords within two weeks of receipt by the Regional Construction Engineer. Upon approval and authorization by the Regional Construction Engineer, required User ID’s and passwords will be provided to the Contractor (for the Project

680 D262091

Page 155: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 7 of 29 11/12/2009

Scheduler plus one other person) to obtain secure Internet access to the Primavera software and project schedule data. If the Contract is not awarded to this Contractor, the Contractor’s access to this project will be removed. Department provided User Id’s and Passwords are assigned to specific individuals and shall not be shared with any other users. The Department will provide the Contractor either a Preliminary Construction Schedule or a project schedule template for the Contractor’s use in developing their CPM Progress Schedule. The Contractor shall develop, update, and revise the Progress Schedules using Primavera P6 software that has been loaded on the Department’s network servers and the Contractor shall store all Progress Schedule files on the Department’s network servers. The Department will generally not “Import” or accept Progress Schedule files from any other computer system. However, the Department may consider a request to Import a Baseline Progress Schedule developed by the Contractor prior to the contract Letting Date using Primavera P6 that meets the requirements of this specification, if the request is made by the apparent low bidder to the Department within two weeks of the Letting Date with a copy of the file attached. The schedule file shall not contain any User Defined fields, all Calendars assigned to activities must be project level Calendars not Global or Resource Calendars, all Activity Codes shall be project level and not Global or EPS level Activity Codes, no Resources shall be assigned to activities, and no Project Codes shall be assigned. Access rights within the Primavera network solution will be created and maintained by the Department. As this software is an enterprise application, the Department will be the sole entity to modify the EPS structure, the OBS Structure, Project Codes, Global Activity Codes, Global Calendars, User Defined Fields, Security Profiles, Admin Categories, and Admin Preferences.

TABLE 1 – Schedule Filename convention Progress Schedules 1st Version 2nd Version 3rd Version Initial Baseline Progress Schedule D26####-1IB D26####-2IB D26####-3IB Baseline Progress Schedule @ Award D26####-1BPS D26####-2BPS D26####-3BPS Final Baseline Progress Schedule @ Award D26####-1FB D26####-2FB D26####-3FB Month #1 Progress Schedule Submission D26####-1SU1 D26####-2SU1 D26####-3SU1 Month #2 Progress Schedule Submission D26####-1SU2 D26####-2SU2 D26####-3SU2 As-Built Progress Schedule (Last Progress Schedule) D26####-1AB D26####-2AB D26####-3AB 1st Time Impact Analysis D26####-1TIA1 D26####-2TIA1 D26####-3TIA11st Recovery Schedule D26####-1RS1 D26####-2RS1 D26####-3RS1

Primavera software and schedule data on the Department’s EPMD will generally be available for the Contractor’s use at all times unless system maintenance (i.e. backups, upgrades, etc) is being performed. System maintenance will generally be conducted over short time periods between the hours of 10 PM – 6AM, Monday - Friday and on weekends. The Department does perform regular backup of data contained in the EPMD, and will make every effort to restore the latest historical copy of schedule submissions in the event of any data failure of the EPMD. The Contractor shall also be responsible for exporting copies of project progress schedules, recovery schedules, TIA schedules, after data modifications have been made as their backup of these submissions. In the event a Contractor’s authorized user cannot access the software from 6AM to 10PM Monday through Friday, the Contractor shall provide written notification to the Engineer. Project schedules are developed from the Contractor’s knowledge of the project, and the means and methods represented in those schedules are based on the Contractor’s understanding of the contract documents, and the Contractor’s past experience, which are unique to the Contractor. Schedule activity data and logic are therefore the intellectual property of the Contractor and will not be made available to other Contractors. All other schedule data, and all Enterprise data residing on the network servers, are the sole property of the Department.

681D262091

Page 156: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 8 of 29 11/12/2009

C. Preconstruction Schedule Meeting: The Contractor shall contact the Regional Construction Engineer after notification they are the apparent low bidder, but no later than two (2) State Business Days following the notice of contract award to schedule a Preconstruction Schedule Meeting. The purpose of this meeting will be to discuss all essential matters pertaining to the satisfactory scheduling of project activities, and to resolve any known questions regarding interpretation of the contract requirements for this work. The Project Scheduler shall be prepared to discuss the following:

1. The proposed hierarchal Work Breakdown Structure (WBS) for the Progress Schedules. The Project Scheduler shall provide a paper copy at the meeting.

2. The proposed project calendars. 3. The proposed project activity codes, and various code values for each activity code. The Project

Scheduler shall provide a paper copy at the meeting. 4. Specifics of any contract Time-Related Clauses (A+B Bidding, Incentive/Disincentive, Liquidated

Damages, Lane Rental, etc.); 5. The Contractor’s schedule methodology to be employed, proposed work sequence and any proposed

deviations from the contract plans with respect to Staging or Work Zone Traffic Control phasing. 6. The Key Plans shall be provided at the meeting. 7. The factors that the Contractor determines to control the completion of the project and any milestone

activity completion dates contained therein. 8. The Project Scheduler shall provide an outline for the content of the Narrative report for future

Progress Schedule submissions. 9. Schedule submission protocol for Final Baseline Progress Schedule @ Award and Monthly Progress

Schedule submissions.

The Engineer will be available to answer questions regarding scheduling, including: the availability of Department supplied electronic file(s) containing sample project schedule information, sample progress schedule narratives, Special Notes for CPM Scheduling, and required standard format for CPM Progress Schedules for contract work. The Contractor shall schedule meetings as necessary with the Engineer to discuss schedule development and resolve schedule issues, until the Final Baseline Progress Schedule @ Award is accepted by the Engineer.

The Contractor is encouraged, but not required, to submit an Initial Baseline Progress Schedule that demonstrates a sample of how the Project Scheduler’s proposed alphanumeric coding structure and the activity identification system for labeling work activities in the CPM progress schedule will conform to the detailed requirements of this specification. The review and comment by the Engineer of the sample schedule should assist the Project Scheduler in assuring the first submittal of the Baseline Progress Schedule @ Award will be in general conformance with the requirements of the specification and other contract requirements, and that major rework of the Baseline Progress Schedule @ Award will not be required. This submission shall reflect the Contractor’s anticipated plan to complete the contract work in accordance with the contract documents, as envisioned by the Contractor at the time of contract bid. This submittal may be made anytime following notice to the Contractor that they are the anticipated low bidder on the contract. Critical items for this review should include but are not limited to: the proposed WBS for subsequent progress schedules; the proposed project Calendars; project Planned Start date; project Must Finish By date; major milestone activities (i.e. - Award, Notice to Proceed, Contract Completion); and between fifty to one hundred summary activities for the major work deliverables of the contract (i.e. - pave EB from STA x to STA y, construct roundabout 1, construct bridge xyz, etc) that have assigned Activity Ids, Activity Descriptions, Activity Durations, Predecessors, Successors, and Activity Relationships. These summary activities will be broken down into, or supplemented with, individual work activities for the baseline submission. If any Crew resources are included, the composition of the staffing (the number and titles of the various staff) shall be

682 D262091

Page 157: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 9 of 29 11/12/2009

listed in the Notes tab of the Crew resource, and the composition of the crews shall be included in the narrative. To the extent practicable, the Initial Baseline Progress Schedule should include administrative and procurement activities to be accomplished during the contract; planned submittal, review, and approval dates for shop drawings, working drawings, fabrication drawings, and contractor supplied plans, procedures, and specifications. If the Contractor proposes deviations to the construction staging or Work Zone Traffic Control Plans shown on the contract documents, then the Contractor must present a second Baseline Progress Schedule submission that reflects these proposed changes. Any submission of a Initial Baseline Progress Schedule should be accompanied by a written Narrative that provides details of the Calendar assignments of working days versus non-working days, outlines the sequence of planned operations to complete the project work, and provides the proposed Activity Codes and Code values to be assigned to activities in future submissions of project progress schedules. The Engineer will review the logic diagram, coding structure, activity identification system, and Narrative; and provide comments for required changes by the Project Scheduler for implementation in the submission of the Baseline Progress Schedule @ Award. The Engineer will provide written comments on major deficiencies within five (5) State Business Days of receipt. The Department reviews Initial Baseline Progress Schedules solely for format, and will not consider any submission of an Initial Baseline Progress Schedule for approval as an Early Completion Schedule. The Contractor shall schedule meetings as necessary with the Engineer to discuss schedule development and resolve schedule issues, until the Baseline Progress Schedule at Award is accepted by the Engineer. D. Progress Schedule:

1. General

In addition to the attributes of the Progress Schedule provisions as set forth in §108-01, the Contractor shall prepare, furnish, and maintain a computer-generated Progress Schedule using the Critical Path Method (CPM) utilizing Primavera scheduling software on the Department’s network servers. The CPM Progress Schedule shall be prepared based on the principles defined by the latest issue of the Construction Planning & Scheduling Manual published by the Associated General Contractors of America, except where superseded by the contract documents such as the CPM Special Notes and this specification. The Contractor and the Department shall use the Progress Schedule to manage the work, including but not limited to the activities of subcontractors, fabricators, the Department, other involved State agencies and authorities, other entities such as utilities and municipalities, and all other relevant parties involved with the project. No work other than installation of the Engineer’s Field Office, mobilization, procurement and administrative activities, installation of construction signs, installation of erosion and pollution protection, clearing and grubbing, field measurements, and survey and stakeout will be permitted to start until the Baseline Progress Schedule @ Award has been submitted to the Engineer, and the Engineer determines there are no deficiencies consistent with those identified in paragraph E.1. The Contractor will be the sole entity allowed to physically modify the following data within the progress schedule: activity IDs; activity descriptions; activity durations; relationships between activities; successors and predecessors, actual start and actual finish dates of activities; planned start and planned finish dates of

683D262091

Page 158: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 10 of 29 11/12/2009

activities; and activity resources (with the exception that activities assigned resources labeled to reflect Department personnel may be changed to reflect specific individuals, or job roles, within the Department). The Department may modify certain data associated with the progress schedule to ensure conformance to the Department’s Enterprise Project Management standard schedule format. This means that the Department may: create additional layouts, filters and reports; create and edit additional user defined custom data fields; assign Project Codes; add and assign additional project Activity Codes; add and assign additional Cost Account Codes; add and assign additional Resource Codes; enter data in Notebook tabs; modify calendar ID’s (although not the calendar itself); etc; that do not alter the established activities or schedule logic of the Contractor. The Engineer shall communicate to the Project Scheduler the types and scope of changes planned to be made to the progress schedules prior to the implementation of those changes. The Contractor shall not delete or modify any schedule data entered by the Department without prior approval by the Engineer. The schedule data added by the Department shall be incorporated into future schedule submissions of the Contractor. The Contractor shall develop the Progress Schedule using, to the maximum extent practicable, the Global Activity Codes (DOT GLOBAL) and Resources (NYSDOT Pay Item Resources) identified in the Department’s Primavera enterprise solution. Any schedule “Layouts”, “Filters” and “Report” formats that the Contractor develops for the various Progress Schedules submissions to the Engineer shall be saved and made available to all other users of the project schedule with a name that includes the contract D#. The Department may make copies of the progress schedules to perform what-if type analysis, which may involve any type of modification to those copies of the schedules. The purpose of the Progress Schedule shall be to:

● ensure adequate planning and staffing during execution of the work by the parties to the contract; ● ensure communication and coordination of activities among all affected parties; ● assist the Contractor and the Department in monitoring the progress of the work, and evaluating

proposed changes to the contract and/or requests for additional time to project completion; ● establish a standard methodology for time adjustment analysis based on the principles of the

Critical Path Method of scheduling, for use in time-related dispute resolution; ● determine appropriate extensions or reductions of Contract Time.

In scheduling and executing the work, the Contractor shall:

a) Sequence the work commensurate with the Contractor’s abilities, resources and the contract

documents. The scheduling of activities is the responsibility of the Contractor. b) Ensure that Progress Schedules prepared by the Project Scheduler for submission to the Department

are in compliance with the Contract. The intent should be that Schedule submissions and accompanying Narratives are timely, complete, accurate, and in compliance with the Contract.

c) Communicate all Contract changes, and decisions or actions taken by the Contractor and all subcontractors, fabricators, etc, that effect the Progress Schedule to the Project Scheduler in a timely manner to allow appropriate development, maintenance, and update of the Progress Schedule.

d) Include all work contained in the Contract and all work directed in writing by the Engineer. Work activities directed by the Engineer to be added to the Contract shall be included in the next Monthly Progress Schedule submission.

e) Assure that Progress Schedule Updates reflect the actual dates that work activities started and completed in the field.

f) Break a schedule activity into multiple activities to reflect a discontinuity in the work if a work activity is suspended in the field and restarted at a later date, and the break between when the work was suspended to when it was resumed is significant compared to the original activity duration.

684 D262091

Page 159: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 11 of 29 11/12/2009

g) Ensure the Progress Schedule contains all work constraints and Milestones defined in the Contract. h) Schedule the work using such procedures and staging or phasing as required by the Contract. Work

designated as part of separate stages may be performed concurrently with other stages where allowed by the Contract or where approved by the Department.

Failure by the Contractor to include any element of work required by the Contract in the accepted progress schedule does not relieve the Contractor from its responsibility to perform such work. Errors or omissions on schedules shall not relieve the Contractor from finishing all work within the time limit specified for completion of the contract.

2. Baseline Progress Schedule @ Award

a) The Contractor shall ensure the schedule accurately reflects the proposed approach to accomplish the work outlined in the Contract documents and conforms to all requirements of this specification.

b) The schedule shall define a complete logical plan that can realistically be accomplished, to execute the work defined in the Contract.

c) The schedule shall comply with the work constraints and milestones defined in the Contract as well as all other contractual terms and conditions. The schedule shall be consistent in all respects with the specific interim Time-Related Contract Provisions, and any order of work requirements of the contract documents. The schedule shall meet all interim milestone dates and shall not extend beyond the contract completion date. This submission shall reflect the Contractor’s plan at the time of contract award, and prior to the start of any work. No negative float is allowed in the Baseline Progress Schedule @ Award submission.

d) Detailed Schedule Requirements - As a minimum, the Contractor shall address the following in the Baseline Progress Schedule: i) Defining Project details and defaults – Within the Dates tab, the “Planned Start” shall be either

the Letting Date or the contract Award Date, the “Data Date” shall be the date of Contract Award, the “Must Finish By” date shall be the contract Completion Date. Within the Settings tab, define the Critical Activities as the “Longest Path”. The Project Scheduler role does not have security privileges to change this data in the project Details tab, so requests for changes to this data needs to be forwarded to the [email protected]; include in your request the contract Dnumber and the ProjectID.

ii) Sufficient activities shall be included to assure that there is adequate planning for the entire project. The appropriate number of activities will be largely dependent upon the nature, size, and complexity of the project. In addition to all site construction activities, network activities shall include: activities necessary to depict the procurement/submittal process including shop drawings and sample submittals; the fabrication and delivery of key and long-lead procurement elements; testing of materials, plants, and equipment; settlement or surcharge periods activities; sampling and testing period activities; cure periods; activities related to temporary structures or systems; activities assigned to subcontractors, fabricators, or suppliers; erection and removal of falsework and shoring; major traffic stage switches; activities assigned to the Department and other involved State agencies and authorities, including final inspection; activities to perform punch list work; and activities assigned to other entities such as utilities, municipalities, County government/agencies, and other adjacent contractors. The schedule shall indicate intended submittal dates, and depict the review and approval periods as defined in the Contract Documents for Department review.

The following activities shall be incorporated into the Progress Schedule:

685D262091

Page 160: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 12 of 29 11/12/2009

Activity ID Activity Description Duration (Min) Follows Logic

Tie

Responsibility

00001 Contract Letting Date 0 - Start Milestone ---- SS NYSDOT

00005 Preconstruction Schedule Meeting 1 Working Day 00001 SS NYSDOT

00010 Preconstruction Meeting 1 Working Day 00001 SS NYSDOT

00011 DMWBE Goals Submitted 00001 SS Contractor

00015 DMWBE Goals Approved 15 Working Days 000011 FS NYSDOT

00020 Contract Award Process 45 Calendar Days 00001 SS NYSDOT

00025 Contract Award Date 0 - Finish Milestone 00020 FF NYSDOT

00030 Submit Proof of Insurance 1 Working Day 00001 SS Contractor

00035 Notification to Proceed 1 Working Day 00025, 00030 FS NYSDOT

00040 Submit Safety & Health Plan 1 Working Day 00001 SS Contractor

00045 Approve Safety & Health Plan 20 Working Day 00040 FS NYSDOT

00050 Contractor Starts Contract Work 0 - Start Milestone 00035, 00045 FS Contractor

00055 Set Up Engineer’s Field Office 00035 FS Contractor

00060 Prepare & Submit Baseline Progress Schedule @ Award

See Note 1 00005 FS Contractor

00065 Review Baseline Progress Schedule @ Award

See Note 2 00060 FS NYSDOT

00070 Accept Baseline Progress Schedule @ Award

1 Working Day (see Note 3)

00065 FS NYSDOT

00075 Mobilization 20 Working Days 00050 SS Contractor

00100 Field Work Begins 0 duration 00050, 00055, 00060

Contractor

09000 Substantial Completion 0 duration See definition FS Contractor

09010 Other Agency Inspection 20 Working Days 09000 FS Others

09020 NYSDOT Inspection 20 Working Days 09000 FS NYSDOT

09030 Punchlist work 20 Working Days 09020 FS Contractor

09040 Demobilization 10 Working Days 09020 FS Contractor

09100 Project Acceptance by the Engineer 0 duration 09040 FS NYSDOT

Note 1 – Use Timeframe required in Table 2 column 1 of specification for Item 639.1022 xx. Note 2 – Use Timeframe required in Table 2 column 2 of specification for Item 639.1022 xx. Note 3 – Acceptance Date should not exceed Timeframe from Notice of Award required in Table 2 column

3 of specification for Item 639.1022 xx.

686 D262091

Page 161: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 13 of 29 11/12/2009

The Logic Tie shown shall be used as a relationship to the predecessor activities contained in the column named Follows.

iii) Work Breakdown Structure (WBS) - A multi level hierarchal WBS shall be incorporated. The levels (nodes) shall include, but not be limited to:

Level 1 - is the project level; Level 2 - shall have three nodes; Preconstruction Activities, Construction Activities, and Post

Construction Activities; Level 3 - Preconstruction activities shall have two sub nodes; Submittals/Shop

Drawing Activities, and Procurement /Fabrication Activities); - Construction activities shall be broken into nodes for various geographic “Areas”

of work within the project limits; Level 4 - the Areas of work shall have sub nodes for the various Stages of work; Level 5 - the Stages of work shall have sub nodes for the various highway features: bridges, highway segments, interchanges, intersections/roundabouts, etc; Level 6 - the highway features should be broken into their components (a bridge into

components such as Piles, Substructure, Superstructure), and a highway segment into components such as pavement, drainage, earthwork, lighting, traffic signals, etc.

An example Work Breakdown Structure is shown below in Figure 1

FIGURE 1

687D262091

Page 162: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 14 of 29 11/12/2009

iv) Activity ID - Include a unique identification number for each activity. Activity ID numbers shall not be changed, or reassigned.

v) Activity Name - Clearly and uniquely define each activity name with a description of the work that is readily identifiable to inspection staff and the progress of each activity can be measured. Each Activity shall have a narrative description consisting at a minimum of a verb or work function (i.e. form, pour, excavate, etc), an object (i.e. slab, footing, wall, etc), and a location (i.e. STA, bridge or retaining wall number, street, etc). The work related to each Activity shall be limited to one Area of the contract, one Stage of the contract, one WZTC Phase of the contract, and one Responsible Party of the contract.

vi) Milestone Activities - Include activities for all contract milestones that define significant contractual events such as Contract Award, Notice to Proceed, Contractor Start Work, Substantial Completion, Physical Completion, Contract Completion, and coordination points with outside entities such as utilities, State agencies, Authorities, municipalities, Time-Related Contract Provisions, etc. All milestone activities in the schedule shall be assigned the standard Global calendar named ‘NYSDOT Milestone/Curing 365 Day / 8 hour”, this calendar should also be assigned to any activities for concrete curing. • The Contract Award milestone shall have a primary constraint of “Finish On” and the date

of Contract signature by the State Comptroller, • The Contract Completion milestone shall have a primary constraint of “Finish on or before”

and the contract Completion Date. • The Contractor Start Work” Start milestone activity, that will eventually reflect the actual

date the Contractor started work authorized under the contract. vii) Activity Durations – Define the Original Duration of each activity in units of whole work days,

except for activities of less than one day duration which should be shown in units of tenths of a day. Except submittal/procurement activities, durations shall not exceed 15 work days unless approved by the Engineer. Durations for Department submittal reviews shall meet the requirements set forth in the contract documents. If requested by the Engineer, the Contractor shall justify the reasonableness of planned activity time durations.

viii) Activity Relationships - Clearly assign predecessors and successors relationships to each activity, and assign appropriate logic ties between activities (Finish to Start, Start to Start, Finish to Finish, etc). Do not have any open ended activities, with the exception of the first activity and last activity in the schedule. An activity may only appear once as a predecessor or successor to another specific activity, but may be assigned as a predecessor or successor to many different activities. Do not include inappropriate logic ties with Milestone activities (i.e. – a finish milestone activity, and a predecessor assigned with a Finish to Start logic tie; or a start milestone, and a successor assigned with a Finish to Start logic tie). Lag time may not exceed 10 days. The Contractor shall not use negative Lag times.

ix) The Contractor shall assign the “Contract Award Date” activity as a predecessor to all Review and Approval type activities to be performed by Department staff.

x) Activity Constraint Dates – The Contractor shall not have any constrained activities, with the exception of contractual dates, unless the Engineer accepts such constraints in writing. Milestone activities shall be included for the Contract Award which shall have a primary constraint of “Finish On” and the date of contract signature by the State Comptroller, and for the Contract Completion which shall have a primary constraint of “Finish on or before” and the contract completion date indicated in the contract documents. Only contractual/owner-designated constraints are allowed unless specifically authorized by this specification or the Engineer.

xi) Activity Dates – With the exception of contract Milestone dates, “Actual Start” and “Actual Finish” dates and “Planned Start” and “Planned Finish” dates, activity dates shall be calculated by the project scheduler tool within the Primavera software. No Actual Start or Actual Finish dates

688 D262091

Page 163: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 15 of 29 11/12/2009

shall be entered in the Baseline Progress Schedule @ Award, with the exception of activities that were completed prior to the Contract Award.

xii) Calendars - Use clearly defined calendars that account for expected seasonal weather conditions (including winter shutdown periods) and environmental permit requirements, for the planning and scheduling of activities. Do not incorporate an activity with a description of “Winter Shutdown” that requires constraints. Provide the working days per week, holidays, the number of shifts per day, and the number of hours per shift by using the Calendar modifier in the P6 software. Incorporate any seasonal restrictions to the work within calendars assigned to activities. ● Calendars related to specific resources (i.e., a specific person or piece of equipment) shall be

established as Resource Calendars, with the Calendar name clearly identifying the resource. ● All other calendars developed by a Contractor shall be established as Project Calendars, with

the calendar name including the contract D# and describing the function (i.e., D260000 - Asphalt Calendar, D260000 - Concrete Calendar, D260000 - Landscape Calendar, D260000 - Painting Calendar, D260000 – Contractor’s 5 Day/8 Hour Workweek). All work activities of the Contractor shall be assigned to Project Calendars.

● Any Global calendars used in the progress schedule shall be those established by the Department. There are only two Global Calendars developed and maintained by the Department for use by Contractor’s, they are the following:

• NYSDOT Milestone/Curing 365 Day / 8 hour • State Business Days, 5 Day Work Week w/State Holidays, Field

Changes desired for these calendars shall be forwarded to [email protected], and if appropriate these changes will be performed by the Office of Construction system admin staff. This will be accomplished by making a copy of the existing Global calendar, then the new calendar will be renamed and modified as necessary.

● Activities for shop drawing reviews and other approvals by Department personnel shall be assigned the Department’s standard Global – “State Business Day, 5 Day Work Week w/State Holidays, Field” Calendar that reflects all holidays observed by the State.

xiii) Clearly define significant interaction points between the Contractor, the Department, and other entities including but not limited to: Federal, State and local agencies/authorities; and utilities. All activities of the Department, utility companies, adjacent contracts, and other entities that affect progress and influence any contract required dates including durations shall be shown in the schedule. This includes dates related to all Permits or Agreements. The schedule shall give special consideration to sensitive areas such as road closures and parklands and shall indicate any time frames when work is restricted in these sensitive areas as outlined in the permits issued by the regulatory agencies, and provided in the contract documents.

xiv) Activity Resources – The Contractor will generally not be required to develop Labor resources, Equipment resources or Contract Pay Item resources in the Resource Dictionary, or assign them to schedule activities. The Contractor may be required by the Engineer to assign Labor and Equipment resources if submitting a Progress Schedule when contract milestone activities are projected to have Early Completion dates, as described in paragraph I of this specification. The Contractor will not be required to assign costs to resource assignments in the schedule. The Department will assume when reviewing the schedule that the Contractor’s resources are unlimited; unless the Contractor either assigns equipment, labor and contract pay item resources to each activity in the schedule (and performs resource leveling), or indicates in the schedule narrative what resource limitations are present. If labor, equipment and contract pay item resources are not assigned to activities in the schedule, it shall be the Contractor’s responsibility to assure the activity logic in the schedule properly reflects their resource limitations. If labor and equipment resources are not assigned to activities in the schedule, and the Contractor anticipates multiple crews for the same schedule activity, these resources shall be documented in

689D262091

Page 164: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 16 of 29 11/12/2009

the schedule narrative. As an activity can have only one responsible party, no activity shall involve multiple crews comprised of the Contractor and a subcontractor, or multiple subcontractors.

xv) Activity Codes – The Contractor shall include a well-defined activity coding structure that allows project activities to be sorted and filtered. Activity Codes shall include, but not be limited to: Responsible Party; Stage; Area of Work; Type of Work; Subcontractor; and additionally as required by the Engineer to meet the needs of the specific contract work to facilitate the use and analysis of the schedule. ● No Global Activity Codes shall be incorporated in any progress schedule submission to the

Engineer except those established by the Department. ● The Global activity codes established by the Department shall be used to the maximum extent

practicable. The Contractor shall assign the appropriate activity code values to each activity in the progress schedule for the following Global Activity Codes that are in the Department’s enterprise database:

1) RESPONSIBLE PARTY (DOT GLOBAL) 2) STAGE (DOT GLOBAL) 3) AREA (DOT GLOBAL) 4) TYPE OF WORK (DOT GLOBAL) 5) PAY ITEM (DOT GLOBAL) 6) CHANGED (ADDED/DELETED) WORK (DOT GLOBAL) 7) TIME Related Clauses (DOT GLOBAL) 8) DELAY (DOT GLOBAL)

● Additional Activity Codes developed for specific projects shall be established as Project Activity Codes.

xvi) Activity Code Values – Each Activity Code shall be broken down into various Activity Code Values that are then assigned to activities. For example, the Activity Code “Stage” shall include a hierarchal arrangement of Activity Code Values as shown below in Figure 2:

FIGURE 2

690 D262091

Page 165: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 17 of 29 11/12/2009

xvii) Activity Code Assignments - For each activity, within the activity details the Contractor shall assign Activity Code values to identify the “Responsible Party” (i.e. – Contractor, NYSDOT, Utility Co, Municipality) for the work to be performed (one and only one responsible party shall be assigned to each activity), the “Stage” of the contract for the work that will be performed, the “Area” where the work is to be performed, the “WZTC Phase”, and the Type of Work (i.e. - Procurement, Paving, Embankment, Excavation, Electrical, Signing, etc). For activities included in work governed by time-related contract provisions, the appropriate “Time Related” activity code shall be utilized. For activities included in work added and/or changed within an Order-On-Contract, the appropriate “Added/Changed Work” code shall be utilized. For all work activities performed by the Contractor or subcontractors/fabricators/suppliers, “Contactor” shall be designated as the Responsible Party. If the Contractor wants a separate activity code to enable sorting the activities of subcontractors, fabricators, or suppliers a separate “Subcontractor” code shall be utilized.

xviii) Interim Milestone Dates with Liquidated Damages and Special Time-Related Contract Provisions (i.e. – A+B Bidding, Incentive/Disincentive provisions, Lane Rental) – Each time-related contract provision in the contract shall be represented in the progress schedule by having a start and finish milestone, with appropriate predecessors and successors assigned to all schedule activities considered part of that time-related contract provision work including the start and finish milestone activities. In addition, the Start milestone for the time-related contract work shall have predecessors and/or date constraints assigned that include those defined in the contract documents, and the Finish milestone for the time-related contract work shall have successors and/or date constraints assigned that include those defined in the contract documents. All schedule activities associated with each specific time-related contract provision shall be assigned to a separate node within the project WBS and the WBS node description shall be labeled accordingly, in addition these activities shall be assigned the appropriate Time-Related Clauses (DOT GLOBAL) activity code value. A Level Of Effort activity shall be used for each time related contract provision (i.e - “Incentive 1 Duration” or “B Clock 1 Duration”), this activity shall have the Start Milestone as a predecessor with a SS relationship and the Finish Milestone as a successor with a FF relationship and the duration of this activity shall be calculated when the project is scheduled.

xix) Narrative - Include a narrative in Microsoft Word and/or Adobe Acrobat format that describes: ● The Contractor’s general approach to construct the Work outlined in the baseline schedule.

Address the reasons for the sequencing of work and describe any resource limitations, potential conflicts, and other salient items that may affect the schedule and how they may be resolved.

● If not provided in the contract plans, or if modified by the Contractor, provide copies of the appropriate contract plan sheets marked up as Key Plans, to correlate values on the contract plans (for Area of Work, Stage of Work, and WZTC Phase) to the Contractor’s planned breakdown of the project (ie- Activity Codes, Activity Descriptions) for scheduling purposes.

● The justification(s) for each activity with a duration exceeding 15 working days. ● The reason for any lags assigned to any activities. ● The justification(s) for Contractor imposed activity constraints proposed in the schedule. ● A list of calendars which have been used in the schedule, along with the general reason for

their use. ● The project critical path and challenges that may arise associated with the critical path. ● Anticipated coordination issues related to work activities by other entities, that require

additional information from or action by the Engineer. ● Appendix 1 to the narrative shall be the “Schedule Log” report created when the project was

scheduled.

691D262091

Page 166: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 18 of 29 11/12/2009

● Appendix 2 to the narrative shall be an electronic schedule plot (Adobe Acrobat format) using the Global Layout named “Baseline Schedule submission”, with activities sorted by Start Date in ascending order, Grouping of activities by WBS, and only the “Longest Path” filter applied. This plot shall provide a clear critical path from the Data Date to the last activity in the schedule.

xx) List of Submittals – The Contractor shall submit with the Progress Schedule a list of all

Submittals (i.e. - Shop Drawings, required permits, Erection/Demolition plans, Heath and Safety Plan, etc.) generated from the Baseline Progress Schedule for review and approval by the Engineer. The Contractor shall use a Filter to limit the schedule activities shown in the report to only the prepare/submit, and review/approve activities related to submittals. For construction contracts that utilize Primavera Contract Manager, Shop Drawing submittal activities in the Progress Schedule shall be at the Submittal Package level. The report shall be in Adobe PDF format and transmitted to the Engineer by email.

e) Schedule Submission i) Within the timeframe indicated in Table 2 column 1, submit one electronic copy of the Baseline

Progress Schedule @ Award in a Critical Path Method (CPM) format for the Engineer’s review and acceptance.

ThThe

ii) The Engineer will review the schedule and return it, accept it with comments, or reject it within the timeframes indicated in Table 2 column 2, following the date of receipt of the Contractor’s submission.

iii) If the schedule is returned with comments, the Contractor shall address all comments and revise the schedule as necessary. The Contractor shall complete the Final Baseline Progress Schedule @ Award and obtain the acceptance of the Engineer within the timeframe required in Table 2 column 3.

iv) If the schedule is accepted by the Engineer without any comments, the Contractor shall copy the schedule and rename it for submission as the Final Baseline Progress Schedule @ Award.

v) In no way does the Baseline Progress Schedule modify the contract documents. vi) The Contractor shall assign appropriate Activity Codes and provide custom Layouts, Filters,

and/or report formats necessary to allow the Engineer to generate a report from the each Progress Schedule submission of all submittals required under the contract (i.e., shop drawings, required permits, erection/demolition plans, etc). The list shall show scheduled submission date, review date, and acceptance date for each submittal and identify the earliest activity affected by each of these submittals. This list shall be generated from each Progress Schedule submission until all such activities are completed.

3. Final Baseline Progress Schedule @ Award

a) If the Baseline Progress Schedule @ Award is returned to the Contractor with comments, the Contractor shall make a copy of the schedule and rename it as the Final Baseline Progress Schedule @ Award with comments addressed and revisions made as necessary. The Contractor shall complete the Final Baseline Progress Schedule @ Award and obtain acceptance of the Engineer within the

TABLE 2 (in State Business Days) Timeframe from receipt of

Notice of Award to Submission of complete Baseline Schedule.

(Column 1)

Timeframe for Engineer’s

Review (Column 2)

Timeframe from Notice of Award to acceptance by the Engineer not to exceed

(Column 3)

10 10 40

692 D262091

Page 167: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 19 of 29 11/12/2009

timeframe required in column 3 of Table 2, or within one week of the Contractor’s receipt of the final comments by the Engineer, whichever is sooner.

b) The Engineer shall review the schedule and return it, accepted or with comments, within 5 State Business days following the date of receipt of the Contractor’s submission.

c) The Final Baseline Progress Schedule @ Award must be “accepted” or “accepted as noted” by the Engineer prior to the Department evaluating any Contractor disputes associated with time impacts. This does not preclude the Contractor from submitting a dispute while the schedule is being reviewed for acceptance.

4. Monthly Progress Schedule Submissions. a) First Monthly Progress Schedule Submission – Within three State Business Days following

acceptance of the Final Baseline Progress Schedule @ Award or the closing date for the first months contract payment period whichever is later, the Contractor shall perform a Progress Schedule Update to reflect the status of all activities where work was performed in the time period between the start of work and acceptance of the Final Baseline Progress Schedule @ Award. This shall include actual dates entered in the Actual Start and Actual Finish columns, and percentage of work complete for uncompleted activities, in addition the Contractor shall incorporate any Progress Schedule Revisions that reflect any changes in how future work activities are to be completed.

b) Subsequent Monthly Progress Schedule Submissions - On a monthly basis, the Contractor shall submit a copy of the current Progress Schedule that includes all Progress Schedule Revisions and Progress Schedule Updates to reflect the actual and planned prosecution and progress of the contract work. Progress Schedule Updates shall reflect the status of activities that have commenced or have been completed, including the following items: (a) actual dates in activity Actual Start and Actual Finish columns as appropriate; (b) actual Remaining Duration for activities commenced and not complete; and (c) actual activity Suspend or Resume dates for activities commenced and not complete. Progress Schedule Revisions reflect modifications made to activities in the current project baseline schedule in any of the following items: (a) activity Original Duration; (b) changes in logic connections between activities; (c) changes in Constraints; (d) changes to Activity Descriptions; (e) activity additions or deletions; (f) changes in Activity Code assignments; (g) changes in activity Resource assignments; and (h) changes in Calendar assignments. All "Out of Sequence" activities noted in the scheduling log shall be corrected to reflect the current construction operations.

When preparing a formal submission of the progress schedule, the Contractor shall make a copy of the current Progress Schedule and name it according to the file naming convention provided by the Department in Table 1.

c) Additional Schedule Requirements - In addition to the schedule requirements detailed for the submission of the Baseline Progress Schedule @ Award, the following shall be provided by the Contractor: i) Data Date - the “Data Date” shall be the date the Project Scheduler last edits the schedule prior to

submission to the Engineer (generally the last working day of the contract payment period). The Project Scheduler can modify the project’s Data Date through the Schedule tool.

ii) Activity Status - a. Durations – the Original Duration shall not be changed without prior written justification

by the Contractor, and written approval by the EIC. The Contractor shall edit the Remaining Duration to reflect progress made on work activities, and shall not use Duration % . If a proposed change to Original Duration is due to additional or changed work to the contract the Contractor shall instead add an activity to reflect this additional work, and assign the appropriate Activity Code.

b. Started and Finished dates – for each activity where work was started during the month, the Contractor shall enter the date the work Started. For each activity where work was completed during the month, the Contractor shall enter the date the work Finished.

c. Suspended work – The first time that work has been suspended on a schedule activity, the Contractor shall enter the Suspend and Resume fields within the Project Details under the

693D262091

Page 168: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 20 of 29 11/12/2009

Status tab. For any subsequent suspensions of work to that activity the Contractor shall break that activity into two or more activities to accurately reflect the suspension and resumption of work dates in the field, and to more accurately reflect the relationship to other work activities.

iii) Activity Resources – For each activity that resource limitations are affecting the prosecution of work, as determined by the Engineer, labor and equipment resources shall be entered in the schedule. Unit costs or pricing is not required. Labor Resources shall identify resources that encompass direct labor at the Crew level (i.e. – Grade Crew 1, Paving Crew 1, Pipe Crew 1, Bridge Footing Crew 1, Bridge Deck Crew 1, etc), the makeup of the Crew shall include the various Labor classes and equipment that comprise the Crew along with the quantity of each labor class and type of equipment. The Contractor shall provide the makeup of each Crew in the Schedule Narrative, and assign those Crews to the appropriate activities in the Progress Schedule. Equipment resources shall be shown for major or specialty equipment such as tower cranes, pile drivers, barges, asphalt pavers, concrete pavers, dozers, front end loaders, backhoes, rollers, excavators, graders, long line striping trucks or other equipment that cannot be rented easily.

iv) Calendars – To change a project calendar for activities scheduled in the future, the Contractor shall copy the calendar and use a revised name that includes a reference to which Monthly Update the change was incorporated (i.e. - D260000 - Concrete Calendar should be revised to D260000 – 2 - Concrete Calendar to reflect the 2nd Monthly Update when the change was made to the calendar). The reason for the change in the calendar shall be documented in the Narrative.

v) Notebook - For any activities on the critical path that are delayed, the Contractor shall enter the dates the activity was delayed and the reason for such delay in the Notebook tab of that activity.

d) Monthly Progress Schedule Narrative - For each Monthly Progress Schedule submission, the Contractor shall submit a narrative in Microsoft Word, or Adobe Acrobat format that includes, but is not limited to: (The narrative may be an annotated copy of the Claim Digger Report that includes the information below.) i) The contract D number, project name, project location, and name of Prime Contractor. ii) Actual contract Award Date, current contract Completion Date, and scheduled completion of all

project work. iii) Any contact Interim Milestone dates (I/D, B-Clock, LD, etc), and scheduled Start and Finish

dates for those Milestone activities. iv) List all activities on the Critical Path (include Activity ID’s and Activity Descriptions) where

work is currently being delayed, and for each such activity provide detailed information including:

• the events that caused the delay. • the party(s) responsible for the delay event(s). • the number of days the activity has been delayed (negative float). • the activities in the construction schedule affected by the events. • the reasonable steps needed to minimize the impact of the delay, and which party needs to

take the action(s). v) List any other problems experienced during this Progress Schedule submission period, the party

responsible for the problems, and the Contractor’s intentions to resolve the problems. vi) List all activities for procurement of long lead time materials that are behind schedule and the

reason(s) why. vii) For major work items describe the differences between the actual work performed and the work

planned for the period as represented in the preceding Progress Schedule submission, including explanations for the deviations.

viii) For all suspended work activities that could otherwise logically be progressed, identify the responsible party prohibiting the progression of the work, as well as the detailed reasons why.

ix) Description of any changes to the critical path since the last Monthly Progress Schedule submission and the impacts of such changes.

694 D262091

Page 169: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 21 of 29 11/12/2009

x) Change to State Owned Float and/or Contractor Owned Float based on changes to the critical path.

xi) List of all added or deleted activities included in this Monthly Progress Schedule submission, and the reason(s) for and the impact(s) of such changes.

xii) List all changes in activity Original Durations, the justification for such change(s), and the impact(s) of such changes.

xiii) List all changes in relationships between activities included in this Progress Schedule submission, and the reason(s) for and the impact(s) of such changes.

xiv) List any addition or deletion of activity or project constraints, and the reason(s) for and the impact(s) of such changes.

xv) List all changes to the project calendars, and the reason(s) for and the impact(s) of such changes. xvi) The major work elements, as defined in the WBS, to be accomplished during the next monthly

work period. xvii) Any potential problems that are anticipated for the next monthly work period and the proposed

solutions to such problems. Identify potential problems or risks that either the Department or Contractor may be potentially responsible for. Explain what action the responsible party (i.e. - Department or Contractor) needs to take and the date by which time the action needs to taken to avoid the problem.

xviii) Any planned acceleration of activities that the Contractor anticipates to undertake within the next monthly work period that either the Department directed, or that the Contractor believes is necessary.

xix) The following appendix in Adobe Acrobat PDF file format, formatted to fit ANSI Size D paper (610 mm x 914 mm) (24 inch x 36 inch) paper, shall be included with the narrative.

● APPENDIX 1 – A listing of all work activities as of the data date, using the Classic Schedule Layout, sorted by Early Start Date, Total Float in increasing order, showing the Activity ID, Activity Description, Original Duration, Remaining Duration, Total Float, Early Start date, Early Finish date, Start date, Finish date, and Calendar ID. The grouping of activities shall be by Area, Stage, WZTC Phase, and Type of Work. The Gantt Chart shall clearly indicate the project critical (longest) path. Graphical representations shall be shown at a suitable scale to be legible and readable.

The following appendices in Adobe Acrobat PDF file format, formatted to fit 216 mm x 279 mm size (8.5 inch x 11 inch) paper, shall be included with the narrative. ● APPENDIX 2 – A complete Scheduling/Leveling Report (SCHEDLOG.TXT file

generated by the Department’s Primavera scheduling software application) which includes the Schedule Settings, Statistics, Errors, Warnings, Scheduling/Leveling Results, Exceptions, Activities with unsatisfied constraints, Activities with unsatisfied relationships, and Activities with external dates. The statistics shall include, # of Activities, # of Activities Not Started, # of Activities In Progress, # of Activities Completed, # of Activity Relationships, and # of Activities with Constraints. Total number of activities on the critical path, percent complete, activities without predecessors, activities without successors, and activities out of sequence.

● APPENDIX 3 – Claim Digger Report (generated by the Primavera software application) providing a comparison between this Progress Schedule submission and the previous Progress Schedule submission.

e) The Contractor shall include a Time Impact Analysis (TIA) with any request for an extension of contract time.

f) Schedule Submission - The Contractor shall submit the Monthly Progress Schedule to the Engineer monthly using the closing date for the monthly contract payment. The schedule submission to the Engineer shall be made within three (3) State Business Days of the Data Date, whether or not the Engineer has accepted the previous Monthly Progress Schedule submission. Schedule submittals will only be considered complete when all documents and data have been provided.

695D262091

Page 170: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 22 of 29 11/12/2009

Immediately prior to submitting the schedule the Project Scheduler shall “Schedule” the project, when scheduling the project the Scheduling Options shown in Figure 3 shall be used unless approval to vary from these settings is given by the Engineer, or if the schedule has an Early Completion Date(s) as outlined in paragraph I of this specification the option to Level Resources during Scheduling shall be checked. The Project Scheduler shall use the same Scheduling Options for all Progress Schedule submittals for the duration of the contract, unless directed otherwise by the Engineer.

FIGURE 3

g) Schedule Submission Method - The Contractor shall submit the schedule to the Engineer electronically for review and acceptance. The filename shall conform to the requirements of Table 1. The Project Scheduler can change the Project ID and Name through the WBS at the top node, as they do not have privileges to edit data through the Project Details tab. The Contractor’s submission shall be documented by an E-mail to the Engineer, with a copy to [email protected] and all appropriate project participants, that the project schedule on the network is ready for review. The Contractor’s E-mail to the Engineer shall also consist of the following:

i) The subject of the E-mail shall include the Region #, contract D number, the Project Name, the Progress Schedule’s ProjectID, and construction company name. (i.e. – Region 8, D260000, Rehabilitation of Main Street viaduct, D260000-1UD2, ABC Contractors)

ii) The E-mail message shall include the name of the EIC, the current anticipated Finish date of the last activity in the project schedule, a statement as to how that date compares to the current Contract Completion Date, and the name of the Area Construction Supervisor.

iii) Electronic files of all Narrative Reports and required attachments associated with the schedule shall be submitted by the Contractor in Adobe Acrobat format.

696 D262091

Page 171: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 23 of 29 11/12/2009

5. As-Built Progress Schedule. The Contractor shall submit the As-Built Progress Schedule with Actual Start and Actual Finish dates for all activities, within ten (10) State Business Days following final acceptance of work by the Regional Director.

6. Look-Ahead Schedule.

Except during winter shutdown periods the Contractor shall prepare a Look-ahead Schedule as either a plotted report from the current progress schedule, or as a narrative report, and provide it to the EIC on a weekly basis, or if approved by the Engineer on a mutually agreed upon interval. The Look-ahead schedule shall include work activities planned for the next one or two week period, as determined by the Engineer, and shall include, but is not limited to: anticipated lane closures, road closures and detours, environmental issues, and utility issues. The Engineer will provide the Project Scheduler with guidelines for determining the begin dates and end dates for the one or two week reporting periods, along with the how the plotted schedule report or narrative report shall be formatted. The Department generally uses this Look-ahead schedule to facilitate communication with other Federal or State agencies, local municipalities, utility companies, railroads, emergency service providers, public news media and other affected parties.

E. Progress Schedule Review and Analysis: 1. Immediate Rejection of Progress Schedule Submissions.

The following deficiencies in a Contractor’s progress schedule submission shall be grounds for the immediate rejection by the EIC, without further review, analysis and/or comments.

a) Failure of the Project Scheduler to “schedule” the project, as of the data date. b) Failure to attach a copy of the complete Scheduling/Leveling Report (SCHEDLOG.TXT file

generated by Primavera software application). c) Any activities without predecessors, or activities without successors, appearing in the

Scheduling/Leveling Report with the exception of the first and last activity in the schedule. d) Any activity constraints appearing in the Scheduling/Leveling Report that have not been

approved in writing by the EIC, or that are not specifically allowed by this specification. e) Any Activities with Actual Dates > Data Date appearing in the Scheduling/Leveling Report. f) Any Milestone Activities with invalid relationships appearing in the Scheduling/Leveling Report. g) Failure to have a clearly defined Critical Path from the Data date to the last activity in the

schedule, using the Longest Path method. This would reflect logic errors in the project schedule. h) Failure to attach the schedule Narrative and required appendices. i) Failure to attach the Claim Digger Report (generated by the Department’s Primavera scheduling

software application) providing a comparison between this Progress Schedule submission and the previous Progress Schedule submission. (Not required for baseline submissions)

If any of these deficiencies are found, the Contractor’s submission shall be considered deficient, and Engineer will notify the Contractor immediately by return E-mail of the rejection of the schedule submittal. If the Contractor fails to submit a CPM Progress Schedule conforming to the provisions required under this specification, to the degree that such failure is deemed by the Regional Construction Engineer to adversely affect the management of the project and/or the administration of the construction contract, liquidated damages will be assessed as determined under Basis of Payment.

2. Schedule Analysis Method. Events, actions, and progress that cause delays or gains to the Progress Schedule will be analyzed solely

by the "Contemporaneous Period Analysis" method.

697D262091

Page 172: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 24 of 29 11/12/2009

3. Project Progress Meetings. One topic of the regular progress meetings held by the Engineer and attended by the Contractor shall be a review of the Weekly Status Report generated from the Progress Schedule. The Contractor shall be represented by the Field Superintendent and Project Scheduler. The Project Scheduler shall bring a copy of the printed plot of the current Weekly Status Report to the progress meeting, the report shall show the current anticipated schedule for all remaining work with the critical path activities highlighted. a) The review of the Status Report serves as the forum to discuss project progress and delays, suggested

remedies, necessary Progress Schedule revisions, coordination requirements, change orders, potential Contractor time extension requests, and other relevant issues. If contract work is falling behind the Progress Schedule, the responsible party (i.e.- Contractor or Department) shall be ready to discuss what measures it will take in the next thirty (30) days to put the work back on schedule so as to meet the contract Completion Date specified in the contract.

b) Items of discussion will include, but are not limited to: project progress; schedule progress; near term and long-term schedule issues, including RFIs, Shop Drawing submittals, permit work, utility relocations, mitigation work; project issues and risks; proposed solutions; and any relevant technical issues that are schedule related.

c) At the meeting the Project Scheduler shall compile an action item list that describes who is responsible for existing or pending issues and the date by which the issue needs to be resolved to avoid delays. The Contractor shall forward a copy of the action item list to the Engineer within 2 business days following the meeting.

4. Department Review and Acceptance of Progress Schedules.

The Engineer will review the Monthly Progress Schedule submissions and will prepare a written response (Progress Schedule Review Report) to the Contractor’s submission within five (5) State Business Days following receipt of the Contractor’s complete schedule submission. The Engineer will either “accept” the schedule, “accept as noted”, or “reject” the schedule for re-submittal by the Contractor. If the Progress Schedule submission is not in compliance with contract requirements, the Engineer may reject the submittal and shall forward any comments and requests for schedule revisions to the Project Scheduler with a copy to the Contractor. The Project Scheduler shall address all comments in writing and/or make the requested revisions, and resubmit the revised schedule within three (3) State Business days of the Engineer’s reply. If the Engineer determines the revised submission still does not meet the contract requirements, any further revisions required thereafter shall also be submitted for acceptance within (3) business days of the request for revisions by the Engineer. For schedules that are “accepted as noted” the Engineer shall forward any comments, or requests for revisions, to the Contractor. The Project Scheduler shall address all comments in writing and/or make the requested revisions as part of the next scheduled Progress Schedule submission. The Project Scheduler shall make adjustments to the Progress Schedule in accordance with the Engineer’s comments and resubmit copies for review consistent with the requirements of this section. The Engineer, by accepting the progress Schedule, does not agree that the Progress Schedule is reasonable or that by following the Progress Schedule the Contractor can complete the work in a timely manner. If, after a Progress Schedule has been accepted by the Engineer, either the Contractor or the Engineer discover that any aspect of the Schedule is on error, or something significant has been omitted, the Contractor shall correct the Progress Schedule in the next Progress Schedule submission and describe this revision in the Narrative report. Acceptance of progress schedules by the Engineer shall not be construed to imply approval of any particular construction methods or sequence of construction or to relieve the Contractor from its

698 D262091

Page 173: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 25 of 29 11/12/2009

responsibility to provide sufficient materials, equipment and labor to guarantee the completion of the contract in accordance with the contract documents. Acceptance of the progress schedule by the Engineer does not attest to the validity of assumptions, activities, relationships, sequences, resource allocations, or any other aspect of the progress schedule. Within the contractual constraints, the Contractor is solely responsible for the planning and execution of the work. Acceptance of the progress schedule by the Engineer shall not be construed to modify or amend the contract agreement or the date of completion therein. Completion dates can only be modified or amended by standard contractual means, through an official HC-250b Request For Extension of Completion Date. If any resources are included in the Progress Schedule, it is not intended that the Engineer, by accepting the schedule should use the Contractor’s resource data for anything other than determining the reasonableness of achieving the Contractor’s production rates. Resources included with the accepted CPM schedule shall not be misconstrued as a cost benchmark for the performance of planned or actual work. Once the progress schedule has been accepted, the Contractor shall not deviate from it without first notifying the Engineer in writing. Upon receipt from the Contractor of the corrected schedule, a new review period by the Engineer of five (5) State Business days will begin.

F. Changes to Progress Schedule due to Added/Deleted/Changed Work:

1. Changes to the contract. In the event a notice of a change to the contract is received, the appropriate changes to the progress schedule shall be made, as necessary, to incorporate the anticipated added/deleted/changed work and the Contractor shall notify the Engineer in writing within 10 (ten) calendar days if there is any effect of such change to the schedule. Change to the contract includes, but is not limited to, extra work, Agreed Prices, Orders on Contracts, Suspensions of Work Directed by the Engineer, Changed Condition, and Value Engineering Change Proposals. Added, deleted and/or extra work associated with Orders On Contract shall be reflected in the next Monthly Progress Schedule Submission in anticipation of and prior to the date in which the work physically takes place without regard to the dates when the actual Order On Contract was approved. The effect of the change to the contract on the projects Critical Path shall be stated. Extra work or additional work that does not affect the controlling operation on the critical path will not be considered as the basis for a time extension. All schedule activities effected by added, deleted or changed work that is included in a signed Order-On-Contract, Field Change Order, or Authorization of Extra Work (with the exception of minor quantity changes that do not impact contract milestones), or work activities performed by the Contractor at risk in anticipation of such Department approval, shall be assigned the appropriate Activity Code (Added/Changed Work) and Code Value (sequentially numbered) to denote which “Changed Contract Work” order number correlates to those activities of work.

2. Time Impact Analysis.

A Time Impact Analysis (TIA) shall be submitted to the Engineer for each request by the Contractor for an adjustment of contract time, or when the Contractor or Engineer consider that an approved or anticipated change to the contract may impact the critical path and contract progress by more than a calendar month. The TIA shall be based on a revised Progress Schedule and shall be submitted as an electronic file (using Microsoft Word for the narrative) containing:

699D262091

Page 174: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 26 of 29 11/12/2009

a) The TIA shall illustrate the impacts of each change or delay on the current scheduled completion date or internal milestone, as appropriate.

b) The analysis shall use the accepted Monthly Progress Schedule that has a data date closest to and prior to the event as the “Current Baseline”, this shall then be compared against the “What-if Project Plan Baseline” for the purpose of the TIA.

c) If the Engineer determines that the accepted schedule used does not appropriately represent the conditions prior to the event, the accepted schedule shall be updated to the day before the event being analyzed.

d) The TIA shall include an impacted schedule (“What-if Project Plan Baseline”) developed from incorporating the actual or anticipated event into the accepted schedule by adding or deleting activities, or by changing durations or logic of existing activities.

e) If the impact schedule shows that incorporating the event negatively modifies the critical path and scheduled completion date of the accepted schedule, and the Engineer accepts the impacted schedule, the difference between scheduled completion dates of the two schedules shall be equal to the proposed adjustment of contract time.

f) The Engineer may construct and utilize an appropriate project schedule or use another recognized method to determine adjustments in contract time until the Contractor provides the TIA.

g) The Contractor shall submit a TIA within fifteen (15) State Business Days of receiving a written request for a TIA from the Engineer.

h) The Contractor shall allow the Engineer ten (10) State Business Days after receipt to accept or reject the submitted TIA. All accepted TIA schedule changes shall be included in the next Monthly Progress Schedule submission.

i) If a TIA submitted by the Contractor is rejected by the Engineer, the Contractor shall meet with the Engineer to discuss and resolve issues related to the TIA. If agreement is not reached, the Contractor will give notice in conformance with §104-06 Notice & Recordkeeping, and submit in accordance within the provisions in §105-14.E "Required Content of Dispute Submissions".

j) The Contractor shall only show actual as-built work, not unapproved changes related to the TIA, in subsequent Monthly Progress Schedules submissions. If agreement is reached at a later date, approved TIA schedule changes shall be included in the next Monthly Progress Schedule submission.

k) Request for a contract time extension will not be processed until the receipt and approval of a Time Impact Analysis.

G. Failure to Submit Progress Schedules and/or Recovery Schedules:

1) No progress payment for this item of work shall be made until the progress schedule is “accepted” or “accepted as noted” by the Engineer.

2) If the Contractor’s Progress Schedule submission is rejected due to any deficiency noted in paragraph E.1(a) through (i), it shall be considered an incomplete submission and therefore substantially deficient.

3) If the Contractor’s revised Progress Schedule submission does not address the written comments provided by the Engineer, and does not include a written explanation with a reasonable rational for not addressing those comments, the submission shall be considered deficient.

H. Recovery Schedule

1) If the latest completion time for any work on the current Progress Schedule results in an activity being delayed ten percent or more of the time beyond the required Contract duration or any specified Milestone duration, as adjusted if appropriate, the Engineer may require the Contractor to submit a Recovery Schedule and written description of the plan to recover all lost time and maintain the required Completion Date or specified Interim Milestone Date(s).

2) With the Recovery Schedule the Contractor shall submit a narrative that identifies where additional labor and/or equipment resources will be allocated. Alternately, the Contractor may elect to provide

700 D262091

Page 175: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 27 of 29 11/12/2009

the makeup of their Crew resources in the narrative, and assign those Crew resources to the appropriate activities in the Progress Schedule. The makeup of the Crew shall include the various Labor classes and equipment that comprise the Crew along with the quantity of each labor class and type of equipment. Equipment resources shall be shown for major or specialty equipment such as tower cranes, piledrivers, barges, asphalt pavers, concrete pavers, dozers, front end loaders, backhoes, rollers, excavators, graders, long line striping truck or other equipment that cannot be rented easily. Either of these alternatives may be supplemented with a request for a Contract Time Extension. The Contractor shall provide a reasonable plan for accomplishing the work of the contract within the current completion date, or to the requested contract extension date. The Engineer will use the Recovery Schedule to evaluate time extensions, with or without charges.

I. Additional requirements for progress schedules with projected Early Completion date(s):

1) The Contractor may show a projected early completion date on any progress schedule submission provided that all of the requirements of the contract are met. The Contractor may increase early completion time by incorporating a longer work week (6 Day/8 Hr Workweek instead of 5 Day/8 Hr Workweek), adding additional shifts, increasing the number of crews, reallocating resources to be more efficient, or adopting aggressive scheduling and construction management processes.

2) If the Contractor submits a progress schedule that indicates an anticipated early completion date(s) that is/are less than 90% of the specified contract milestone duration, the Progress Schedule submission shall be supplemented with Labor and Equipment resources assigned to every task activity in the schedule. The Contractor shall use resource leveling when scheduling the project and include time-scaled resource histograms with the Progress Schedule submission. The resource allocations must be shown to a level of detail that facilitates report generation based on labor crafts and equipment classes for the Contractor and subcontractors work. The Contractor shall, as a minimum, use average composite crew resources to display the labor loading of on-site construction activities and these crew resources in the resource dictionary shall identify the individual labor crafts comprised within the crew under the Notes tab of the crew resource. The Contractor shall optimize and level labor to reflect a reasonable plan for accomplishing the work of the contract and to assure that resources are not duplicated in concurrent activities.

J. Float During the course of contract execution, Total Float generated due to the efficiencies of either party (State or Contractor) will generally be considered Project Float that is not for the sole use of the party generating the float; rather it is a shared commodity to be reasonably used by either party. Any party assigned activity responsibility within the schedule has the full use of the Project Float until it is depleted. However, if the Contractor submits a request for an Early Completion that includes a revised Progress Schedule supplemented with resource allocations for each task activity and time-scaled resource histograms that is accepted by the Department, then Total Float actually resulting from additional Contractor resources, additional work shifts, longer work weeks or adoption of more aggressive scheduling and construction management practices of the Contractor’s work activities may be considered Contractor Owned Float for the exclusive use of the Contractor. Refer to paragraph I for resource loading requirements for Early Completion Dates. The Department may accrue State Owned Float by generating Total Float through different means. This includes: change(s) to the contract that relaxes restrictions on the Contractor, removes contract work or reduces quantities of items of work; early completion of Utility company activities; and early completion of Shop Drawing or submittal reviews. State Owned Float is considered a resource for the exclusive use by the State. The Engineer documents State Owned Float by directing the Contractor to update the State Owned Float activity on the next Monthly Progress Schedule submission. The Engineer may use State owned Float

701D262091

Page 176: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 28 of 29 11/12/2009

to mitigate past, present or future State delays by offsetting potential time extensions for contract change orders. For either the State or Contractor to reserve Total Float as State Owned Float or Contractor Owned Float the party must document within the schedule submission narrative in advance of generating the Total Float the additional resources or measures that will taken to shorten the critical path, and then document within the schedule submission narrative that immediately followed when the Total Float was actually generated the change to State or Contractor owned float based on entry of Actual Start and Actual Finish dates and percentage of work completed, and this must be agreed to by both parties in the next project Progress Meeting. Without this timely documentation any Total Float generated will be considered project float.

K. Progress Schedule Updates and Weekly Status Reports:

1) The Contractor shall perform a Progress Schedule Update on a minimum of a weekly basis, and every fourth schedule update period shall be consistent with monthly contract payment period.

2) The Contractor shall generate a Weekly Status Report after performing the Progress Schedule Update and Scheduling the project with a Data Date of day the schedule was updated, and submit it to the Engineer within one (1) State Business Day of the Data Date for that update period. The Weekly Status Report shall be generated using the activity Layout named Weekly Status Report, with activities grouped by the WBS, and using the standard default filter named Longest Path. The Gantt Chart shall clearly indicate the project critical (longest) path. Graphical representations shall be shown at a suitable scale to be legible and readable.

3) During any time periods within the contract that special time-related contract provisions are in effect, including B-Clock periods or Incentive/Disincentive Periods, the Engineer may require more frequent Progress Schedule Updates and/or Progress Schedule Status Reports.

METHOD OF MEASUREMENT: The quantity shall be measured for payment on a Lump Sum basis. The minimum lump sum bid for this item shall be the unit price shown in the itemized proposal. Failure of the Contractor to bid at least the minimum amount will result in the Department adjusting the Contractor’s bid to include the minimum bid amount for this item. BASIS OF PAYMENT: The lump sum price bid for CPM Progress Schedules shall include all labor, material, equipment, and incidentals, required to complete the work. Progress payments will be made as follows:

A. A total of twenty-five (25) percent will be paid upon achieving all of the following: 1. Attendance at the Preconstruction Schedule Meeting 2. Acceptance of the Baseline Progress Schedule @ Award. 3. Acceptance of the Final Baseline Progress Schedule @ Award. 4. Acceptance of the List of Submittals.

B. A total of forty five (45) percent will be paid for acceptance of Monthly Progress Schedule submissions, acceptance of any necessary Time Impact Analysis, and acceptance of any necessary Recovery Schedules. Progress payments for this item will be calculated by multiplying the Daily Payment Amount by the calendar days in the estimate period, less any deductions for unsatisfactory CPM Progress Schedules, Time Impact Analysis, or Recovery Schedules. The Daily Payment amount will be calculated by taking 45 percent of the total item cost divided by the number of calendar days in the contract duration as designated in the proposal, without regard to any extension of time

702 D262091

Page 177: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 639.10220001 – CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - Type 2

Page 29 of 29 11/12/2009

C. A total of twenty five (25) percent will be paid for submittal of Weekly Status Reports, participation in progress meetings, and submittal of Look-Ahead Schedules. Progress payments for this item will be calculated by multiplying the Bi-weekly Payment amount by the number of Bi-weekly periods (1 or 2) in the estimate period, less any deductions for unsatisfactory Status Reports or Look-Ahead Schedules, or non attendance at progress meetings. The Bi-weekly Payment amount will be calculated by taking 25 percent of the total item cost divided by the number of bi-weekly periods in the contract duration as designated in the proposal, without regard to any extension of time

D. A total of five (5) percent will be paid upon acceptance of the As-Built Progress Schedule. Following notification by the Engineer that there are deficiencies in compliance with the specification requirements, as described in paragraph E.1, with the submittal of any Progress Schedule no payment will be made under CPM Progress Schedules for each calendar day during which those deficiencies continue to exist. The amount of such calendar day non-payment will be the Daily Payment Amount as calculated above multiplied by the number of days there are deficiencies in compliance with the specification requirements. Non-refundable liquidated damages may be assessed for each subsequent calendar day or part thereof that a cited deficiency resulting in non-payment is not corrected or is permitted to recur. Non-refundable liquidated damages will be assessed at the rate equal to four times the Daily Payment Amount as calculated above. In the event the contract completion date is extended, no additional payment will be made for CPM Progress Schedules for Non-compensable Delays. If the contract completion date is extended due to a Compensable Delay than payment for maintaining and submitting additional CPM Progress Schedules, Weekly Status Reports, and weekly Look-Ahead Schedules shall be equal to the Daily Payment Amount as calculated above multiplied by the number of calendar days the contract is extended plus the Bi-weekly Payment Amount multiplied by the number of bi-weekly periods the contract is extended. Payment will be made under: Item No. Item Pay Unit 639.10220001 CPM (Critical Path Method) Progress Schedule – Type 2 LS

703D262091

Page 178: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 647.21000001 – REMOVAL OF BRIDGE-MOUNTED SINGLE SPAN OVERHEAD SIGN STRUCTURE AND PANEL(S)

Page 1 of 1 4/27/2012

DESCRIPTION This work shall consist of removing and disposing of individual sign panels, sign panel assemblies, sign supports, and bridge-mounted sign support structures.

MATERIALS High strength bolts, nuts and washers §715-14

CONSTRUCTION DETAILS Bridge-mounted sign support structures, including all attached sign panels, and sign panel assemblies shall be removed in accordance with the contract documents. Sign locations in the contract documents are approximate. Fill all open bolt or rivet holes in elements to remain after removal of the overhead sign structure with a high strength bolt of the applicable size in accordance with §715-14. Tighten all such bolts to a snug tight condition. Removal of overhead sign structures shall be done in accordance with §644-3.06 A. Lifting of overhead sign structures shall be done in accordance with §107-05P. Lifting. Written Lift Plans prepared by a PE are required. No lifting shall be permitted over traffic. Designated sign structures and any attached sign panel assemblies or overhead signs requiring disposal, shall become the property of the Contractor and shall be removed from the work site.

METHOD OF MEASUREMENT The work will be measured as the number of overhead sign structures removed.

BASIS OF PAYMENT The unit price bid for removing and disposing of sign structures and signs shall include the cost of all labor, equipment and materials necessary to satisfactorily complete the work.

704 D262091

Page 179: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 655.07010010 - CAST FRAME F1, WITHOUT CURB BOX AND WITH RETICULINE GRATE G1 ITEM 655.07020010 - CAST FRAME F2, WITHOUT CURB BOX AND WITH RETICULINE GRATE G2 ITEM 655.07030010 - CAST FRAME F3, WITHOUT CURB BOX AND WITH RETICULINE GRATE G3

Page 1 of 1 04/24/09E

All conditions and requirements of Items 655.0701, 655.0702, and 655.0703 of the Standard Specifications shall apply except for the following modifications: These shall be cast frame without curb box and with reticuline grate as detailed on the plans.

705D262091

Page 180: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 660.6500NN01 - ALTERING UTILITY MANHOLES AND VAULTS

01/31/11 Page 1 of 1

DESCRIPTION: The work shall consist of the alteration of existing utility manholes and vaults in accordance with the contract plans. MATERIALS: Materials used for the alteration of utility manholes and vaults shall meet the requirements of §604-2.01 and shall be as indicated on the contract plans. Structures originally constructed with concrete block, common brick, or concrete brick shall be altered with Precast Concrete Pavers, §704-13, unless indicated otherwise on the contract plans. CONSTRUCTION DETAILS: Excavation shall be in conformance with the construction details of Subsection 206-3, Trench Culvert and Structure Excavation. Reconstruction and adjustment of existing utility manholes and vaults shall be as detailed and specified on the contract plans. Construction with cast-in-place concrete shall conform to the requirements of Section 555, Structural Concrete. Frames and covers to be reused shall be removed, cleaned, and reset at the required elevations. New frames and manhole covers shall be installed when specified. No structure shall be backfilled until all the mortar has completely set. The requirements of Subsection 203-3.15, Fill and Backfill at Structures, Culverts, Pipes Conduits, Direct Burial Cable, shall apply. METHOD OF MEASUREMENT: Altering utility manholes and vaults will be measured by the number of structures altered. BASIS OF PAYMENT: The unit price bid for each shall include the cost of all materials, labor, and equipment necessary to satisfactorily complete the work, including all necessary cleaning, excavation, backfill, and replacement of any pavement, shoulder, and sidewalk courses, subcourses, curbs, drives, lawns, and any other surface. Frames and covers to be reused that are broken by the Contractor's operations shall be replaced in-kind at the Contractor's expense. New frames and covers will be paid for under the appropriate payment items for Frames and Grates in Section 655. Payment will be made under: ITEM NO. ITEM DESCRIPTION PAY UNIT 660.6500NN01 Altering Utility Manholes and Vaults Each NN = Serialized 01 to 99

706 D262091

Page 181: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 665.98000001 - NAVIGATION LIGHTS

  Page 1 of 7  2/6/2010 

DESCRIPTION

This work shall consist of furnishing, installing, and placing in permanent operating condition all navigation lights, including wiring, conduit, junction boxes, safety appurtenances and attachments to the bridge structure in accordance with the contract documents and as directed by the Engineer.

MATERIALS

A. Channel Margin Lights

1. The channel margin navigation lights shall be designed for use as a marine signal light for marking channel margin, per U.S. Coast Guard Bridge Administration General Construction Requirements, as listed herein at the end of this specification.

2. The housing shall be plastic and suitable for marine environment. Contractor shall submit catalog cuts of all Channel Margin Lights to the DCES for approval. Construction shall be raintight and fully gasketed. The light assembly shall be designed for heavy duty, long life service. Design shall provide ready access for lamp service.

3. The lens shall be tempered fresnel glass. Lens section shall be 180 degrees red.

4. Lamp shall be 120V AC, medium base LED with a rated life of 50,000 hours (over 11 years of operation when burned 24 hours per day), and shock and vibration resistant.

a. Lamp shall consist of a dense array of individual LED’s, each encased in a solid clear epoxy lens per industry standards. In the event of failure of one or more individual LED’s, remaining LED’s shall continue to operate. Entire assembly shall be neatly potted into a molded non-metallic stem fitted to a standard medium base.

b. Lamp shall be designed for 120V operation and shall consume 8W.

c. Overall luminosity of the LED array shall be 840 candelas for both red and green arrays (similar visibility to a 75W incandescent lamp). Beam viewing angle shall be 22 degrees for red and 20 degrees for green.

707D262091

Page 182: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 665.98000001 - NAVIGATION LIGHTS

  Page 2 of 7  2/6/2010 

d. Lamp color shall match the color of the fixture lens for maximum light output. Red LED’s shall have a wavelength of 630 nm. Green ("marine" green or blue-green) LED’s shall have a wavelength of 510-515 nm.

e. Medium base receptacles shall be rated for 250V, 660W and shall be porcelain with a nickel-plated brass shell to resist lamp freezing.

f. Lamp mounting shall center the array on the focal plane of the lens. Receptacles shall be mounted on a bracket, which shall be isolated from the navigation light fixture with rubber grommets to minimize shock and vibration. Mounting bracket shall position the center of the lamp at the focal plane of the fixture lens for optimal light transmission.

g. Each completely assembled lamp shall be dipped in clear silicon to provide a moisture barrier.

5. The Stem: Lamp fixture shall be suspended from the swivel on a galvanized steel pipe of the size and strength recommended by the manufacturer for the required pivot length. Dimension from center of swivel to focal plane of lens shall be 6’-3”.

6. The swivel design shall provide for all wiring to be completely contained inside the light assembly. Gaskets and o-rings shall be used to provide a weather-tight assembly. Swivel shall be of heavy-duty construction, galvanized steel. Spindle shall be of galvanized steel.

7. A manual locking device shall hold the light securely in normal operating and service positions and shall be capable of accepting a padlock.

8. Base shall be galvanized steel. Light assembly shall mount via four ½ in. diameter bolts through the base, provided by installer to suit installation.

9. A galvanized steel, #25 sash type service chain shall be provided to facilitate raising and lowering light for service. Chain shall be securely fastened to the light assembly and to the structure in an accessible location for maintenance.

10. A cast junction box with gasketed access cover shall be provided when specified. Junction box shall be of the same material as the fixture assembly and shall match the navigation light base footprint. Orientation of junction box shall be capable of rotation in 90-degree increments.

11. Submit channel margin light shop drawing for DCES’s approval.

B. Center Channel Lights

708 D262091

Page 183: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 665.98000001 - NAVIGATION LIGHTS

  Page 3 of 7  2/6/2010 

1. The center channel navigation lights shall be designed for use as marine signal lights for marking center of channel, per U.S. Coast Guard Bridge Administration General Construction Requirements and are similar to the Channel Margin Lights described above except that the lens section is 360 degrees green.

2. Submit center channel margin light shop drawing for DCES’s approval.

C. Conduits, wires and supports

1. The conduits shall be galvanized steel sizes as shown on the plans.

2. The wires shall be single conductor RHH rated and sized as shown on the plans.

3. Conduit clamps and supports shall be provided for a rigid installation and as shown on the plans.

CONSTRUCTION DETAILS

The navigation lights shall be installed in conformance with the plans as follows:

A. Channel Margin and Center Light Installation

1. Connect new conduit and wire to the permanent lighting circuits and route as shown on plans. Each side of the bridge shall be on a separate circuit.

2. Conduit for the wiring shall be attached to the bridge structure with clamps for a rigid installation, as approved by the Engineer.

3. Test the installation to insure proper functionality. The test shall consist of energizing the lights and insure that all the splices and wireways are properly attached to the bridge structure. If testing fails, the remedy shall be done at no additional cost to the State.

Service position shall be 120 degrees from vertical. Fixture assembly shall be dual-handed (i.e. light may be pulled up from either side).

The maintenance and re-lamping shall be accomplished from the sidewalk by a firm pull on the service chain with a manual locking device, allowing the fixture to pivot. As the light is raised, latch shall be manually engaged to hold light in the service position.

709D262091

Page 184: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 665.98000001 - NAVIGATION LIGHTS

  Page 4 of 7  2/6/2010 

METHOD OF MEASUREMENT

This work will be measured on a lump sum basis.

BASIS OF PAYMENT

The price bid shall include the cost of furnishing all labor, materials, and equipment necessary for the installation of the navigational lights system. Included in the price bid are the furnishing and installation of the navigational lights complete with the junction box, mounting hardware and any other material and associated labor not identified in this specification or on plans but required for the installation and operation of the navigational lights system. All wires, conduit and main distribution junction box associated with the installation of the proposed navigational light system shall be approved by the engineer in charge prior their installation and they will be paid separately under their respectively pay items. . The price bid shall also include all necessary coordination with the Bridge Program Manager of First Coast Guard District.

710 D262091

Page 185: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 665.98000001 - NAVIGATION LIGHTS

  Page 5 of 7  2/6/2010 

U.S. Coast Guard Bridge Administration

GENERAL CONSTRUCTION REQUIREMENTS

1. All bridge closures, or bridge operating schedule changes, must be requested in writing, 30 days in advance, from the First Coast Guard District Bridge Branch Office. No channel restrictions, or vertical clearance reductions may be made without written approval from the above office. Waterway closures or safety zones must also be requested 30 days in advance.

2. All submissions to the Coast Guard for review and approval must first be approved by the owner of the bridge or their authorized agent. All submission of plans, scope of work, and schedules of operation must be sent to the First Coast Guard District, Bridge Branch Office.

3. At least 30 days prior to commencement of any work, we must have for our review, a copy of the construction plans, contractor’ schedule, preferably depicted in a time line graphic format, and the contractor’s daily hours of operation. The construction plan package must show the following: (1) a plan of the entire waterway area in the vicinity of the project. (2) The location of work barges and any anchor lines during working and off-hours. (3) In addition, a drawing must be included, if applicable, depicting any scaffolding or containment used indicating the location and the total vertical or horizontal channel reduction. All vertical clearance reductions below low steel or concrete under the bridge as a result of the use of scaffolding must be clearly detailed on the drawings shown in total feet. (4) Emergency 24 hour telephone numbers for all responsible individuals for this project must be submitted to this office before any phase of construction begins in case of an emergency situation during off-hours.

4. Scaffolding used under ANY span of the bridge must be lighted with constant burning red lights every 50 feet and on all corners. The placement of scaffolding must not interfere with the ability of a moveable bridge to open for vessel traffic. Moveable bridges must continue to operate according to their normal schedule unless special drawbridge operation regulation changes have been requested. Warning signs must be posted on both sides of the bridge, visible for a 1-mile range, to warn mariners of the vertical clearance reduction. The signs shall face upstream and downstream so as to draw the mariner's attention to the fact that the clearance has been reduced.

5. All barges placed in the waterway must be lighted with constant burning white lights on all four corners of the barge. The contractor is required to comply with all provisions of the Navigation Rules International-Inland, regarding the use of work barges or floating equipment in the waterway. Copies are available from the U.S. Government Bookstore,

711D262091

Page 186: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 665.98000001 - NAVIGATION LIGHTS

  Page 6 of 7  2/6/2010 

710 N Capitol Street NW, Washington, DC 20403, (202) 512-0132, or www.navcen.uscg.gov.

6. Placement of construction barges in the navigable channel shall be done so as to provide a minimum horizontal clearance reduction. Only one navigation channel of a swing bridge may be blocked by work equipment at anytime. Barges must be moved out of the navigable channel after working hours unless approved in writing by this office.

7. Barges held in place by anchor lines must be marked by anchor buoys, which should be lighted.

8. An as built survey must be taken upon completion of this project, approved by a professional engineer or land surveyor verifying the bridge clearances.

9. The on-scene contractor must have a VHF-FM marine radio set to the bridge communication channels 16/13 or the designated channel for the bridge. Additional marine radios monitoring the above channels must also be maintained at the main control of any floating equipment or barges on station.

10. Preventive measures must be taken to prevent any hot work, debris, or construction material from entering the waterway. This includes sandblasting material, paint, and any concrete work by-products. Welding and burning must cease upon approach of a vessel and shall not start again until the vessel has passed the bridge.

11. The project manager must contact the Coast Guard Sector Northern New England via marine radio before commencement of any and after completion of any Hot Work. A cell phone back-up may be used to contact the above Coast Guard Unit at (207) 780-3251.

12. If permanent bridge navigational lighting cannot be maintained operational during any phase of this project, temporary battery/power lights must be installed at the same locations. These temporary lights must be visible for a distance of 2,000 yards on 90% of the nights of the year. Generally, a lamp of 50 candela will meet these requirements. Plans for temporary lighting shall be submitted to this office for written approval. Deviations from the approved temporary lighting shall be permitted only upon written authorization from this office.

13. All newly constructed bridge piers, or those in the process of demolition, must be lighted with either red or white flashing (60 flashes per minute) lights. All cofferdams used during construction must also be lighted with red or white flashing (60 flashes per minute) on all four corners.

14. Bridge protective fenders shall not be constructed or rebuilt with any metal surfaces on the rubbing face of the fender system. All bolts, spikes, or other metal fastening devices

712 D262091

Page 187: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 665.98000001 - NAVIGATION LIGHTS

  Page 7 of 7  2/6/2010 

must be countersunk. Metal splicing plates, if used, shall be mounted on back of outer wales.

15. All piles including those previously damaged or broken that are not being used in the new or repaired fender shall be extracted rather than cut off at the mud line. Upon completion of all fender repairs a bottom sweep is required to determine if any piles or debris are present in the waterway. A wire-drag sweep or side-scan sonar is the preferred method.

16. During the progress of work should any debris or equipment enter the waterway and become a hazard to navigation, immediate notice shall be given to the Coast Guard and the object removed as soon as possible. Until removal can be effected, the obstruction shall be properly marked.

17. Spillage of oil and hazardous substances is specifically prohibited by the Federal Water Pollution Control Act, as amended. Approved spill containment equipment and absorbent material must be located at the project site in the event of a spill into the waterway or the shoreline. The Coast Guard must be notified immediately at (800) 424-8802.

18. The bridge owner is responsible to ensure that channel depths are not affected by this work. Any material, machinery or equipment lost, dumped, thrown into, or otherwise entering the waterway must be removed immediately. If immediate removal is impractical and the object entering the waterway could possibly obstruct or hazard navigation, the object must be marked immediately to protect navigation and the Coast Guard shall be notified as soon as possible. Upon request of the Coast Guard or Corps of Engineers, the bridge owner/contractor shall provide the necessary equipment and personnel to determine the presence of any suspected obstructions in the waterway.

19. The bridge owner/contractor shall provide any and all necessary equipment and personnel to determine the presence of any “suspected” obstructions in the waterway at any time either during or following the completion of bridge construction or demolition operations.

20. Upon project completion, the bridge owner shall provide the Coast Guard with a written certification by a registered professional engineer that the waterway depths have not been impaired as a result of any construction or demolition operations, that the waterway is clear of any and all construction debris or remnants from the existing or previous bridge construction or demolition.

21. This approval may be revoked and/or civil penalties imposed for failure to ensure that the above listed stipulations are adhered to or if work is determined to hazard or impair navigation.

713D262091

Page 188: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.51200001 - CAST ALUMINUM PULL BOX

Page 1 of 1 04/09

DESCRIPTION Furnish and install a cast aluminum pull box where indicated on the plans or where directed by the Engineer. MATERIALS The cast aluminum pull box shall be approximately 9” long, 7⅝” wide, and 5½” deep. The box shall be moisture proof and have a removable cover. The cover shall have holes threaded for 7/16” - 14 diameter bolts (7/16” diameter bolts are screwed into the cover and bear against the box to remove the cover); ⅝” – 11 diameter bolts shall be used to secure the cover to the box. Bolts, nuts and washers shall be non-magnetic and conform to Section 715-16 Stainless Steel Connecting Products of the Standard Specifications. The ⅝” bolt heads shall be recessed so that they are flush with or below the top of the cover. The box shall have three service entrances threaded for 1¼” diameter NPT conduit: one each on the 9” long sides and one in the bottom. The service entrances in the sides shall have the center line of the holes located approximately 4” from the top of the box. The junction box must be strong enough to withstand the shock transmitted by traffic. The manufacturer must certify that the pull box meets this specification. Also, the manufacturer must certify that extension collars are available for the pull box. Concrete shall be Class D and conform to Section 501 Portland Cement Concrete - General. The surface areas of the box that will be in contact with concrete shall be treated with zinc chromate primer in accordance with Section 708-04. CONSTRUCTION DETAILS Section 680-3.01 Equipment List and Drawings applies. The cover shall be stamped to read “NYS TRAFFIC SIGNAL.” The service entrances that are not utilized shall be capped with standard polyvinyl chloride plastic caps. The box shall be installed in a concrete foundation flush with the roadway, as shown in the plans, or as directed by the Engineer. METHOD OF MEASUREMENT The number of cast aluminum pull boxes furnished and installed. BASIS OF PAYMENT The unit price bid for furnishing and installing the pull boxes shall include the cost of all labor, materials, and equipment necessary to complete the work.

714 D262091

Page 189: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.51500111 - ELECTRICAL PULL BOX (24” X 18” X 36”) ITEM 680.51500211 - ELECTRICAL PULL BOX (36” X 24” X 36”)

12/07/00

Revised 12/13/00 Page 1 of 1

DESCRIPTION: This work shall consist of furnishing and installing concrete pull boxes in accordance with the details indicated in the plans at the locations indicated on the plans or where directed by the Engineer. MATERIALS: Each precast pull box shall be concrete, rectangular with a cast steel or cast iron cover and cast iron frame. Except for inside dimensions, the pull box construction shall conform to Division of Street Lighting drawings #J3179-A(grade/sidewalk) and #J3179-B(roadway/shoulder). Pull box size shall meet the minimum internal dimensions mentioned in item title. The cover of the pull box should have ANYSDOT ELECTRICAL@ embossed on it. CONSTRUCTION DETAILS: A drain shall be provided at the bottom of the pull box. A drywell shall be installed below the drain and consist of 1 cubic foot of broken stone. A copperweld ground rod shall be installed at the drain and connected to the equipment grounding conductor. Ground rod shall be a minimum of 8 feet by ¾ inch. Install pull box with top flush with finished surface. Install internal rigid plastic brackets for looping excess cable as shown on the pull box detail drawing. Conduits shall ride freely through box to allow for expansion/contraction. See Plans for details of ground rod installation, cable brackets, conduit entries, cover, and nameplate. METHOD OF MEASUREMENT: The AELECTRICAL PULL BOX@ item will be measured for payment as the actual number of each unit furnished and installed. BASIS OF PAYMENT: The unit price (each) bid for the AELECTRICAL PULL BOX @item shall include the cost of all equipment, materials, and labor necessary to complete the work.

715D262091

Page 190: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.53010010 - CLEAN EXISTING CONDUIT

12/24/08E 12/06/95 MPage 1 of 1

DESCRIPTION –The Contractor shall clean existing conduit at the locations indicated on the plans or as directedby the Engineer to make certain that the conduit is clear and satisfactory for the installation ofcable. The work does not include cleaning of a conduit following repair in place or replacementof a defective conduit.

MATERIALS –Not applicable.

CONSTRUCTION DETAILS –All existing cable shall be removed and a steel mandrel with wire brush cleaner no less than 2inches long and having a diameter no less than 70 percent of the inside diameter of the conduitshall be passed through the entire run of conduit from one end to the other between pullboxesand/or poles without binding. Conduits which will not allow the mandrel with brush to be pulledthrough will be repaired under other contract pay items. After the conduit has been cleaned, theContractor shall furnish and install a No. 10 AWG galvanized steel drag wire or nylon orpolypropylene rope with a tensile strength of at least 495 lbf in the conduit from one end to theother, leaving no less than 3 ft of slack at each end in each pullbox or base of pole. Thegalvanized wire shall be grounded to a suitable grounding device at each end of the conduit inaccordance with Section 680-3.12.

METHOD OF MEASUREMENT –This work will be measured for payment as the number of feet of existing conduit actuallycleaned in accordance with the Contract Documents and as directed by the Engineer.

BASIS OF PAYMENT –The unit price bid shall include the cost of furnishing all labor, materials and equipment requiredto satisfactorily complete the work.

716 D262091

Page 191: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.58800008 WIRELESS VEHICLE DETECTION SYSTEM ACCESS POINT ITEM 680.58810008 WIRELESS VEHICLE DETECTION SYSTEM REPEATER ITEM 680.58820008 WIRELESS VEHICLE DETECTION SYSTEM FREEWAY SENSOR ITEM 680.58830008 WIRELESS VEHICLE DETECTION SYSTEM INTERSECTION SENSOR ITEM 680.58840008 WIRELESS VEHICLE DETECTION SYSTEM MASTER CONTACT CLOSURE CARD ITEM 680.58850008 WIRELESS VEHICLE DETECTION SYSTEM EXTENSION CONTACT CLOSURE CARD ITEM 680.58860008 WIRELESS VEHICLE DETECTION SYSTEM MASTER CONTACT CLOSURE ETHERNET ACCESS BOX

1 August 5, 2010

DESCRIPTION

Under these items the contractor shall furnish and install a wireless, battery‐powered magnetometer vehicle detection system as shown in the contract documents or where directed by the engineer.

The detection system shall provide accurate roadway information as needed to support traffic signal control. The wireless, battery‐powered magnetometer vehicle detection system shall consist of one or more of the following:

• battery‐powered sensors installed in‐pavement in each traffic lane • access points mounted on the side of the roadway, serving as the communications hub for the

installation • optional wireless repeaters mounted on the side of the roadway, serving to extend the radio range

of an access point • Contact Closure Interface (CCI) cards to support the interface between an access point and a

standard 170/2070 controller using contact closure signals • software to control and configure the sensors, access points, and repeaters • software to store and retrieve detection data

Communications between the sensors and the access point or repeater and between the repeater and access point shall be via radio. Detection data shall be relayed from each access point to a local 170/2070 controller for real‐time vehicle presence detection using contact closure signals. As an option, data shall be capable of being relayed from each access point to a central software system or central server over standard IP (Internet Protocol) networks.

MATERIALS

All sensor components shall be contained within a single housing. The sensor housing shall conform to NEMA Type 6P and IEC IP68 standards. All access point components shall be contained within a single housing. The access point housing shall conform to NEMA Type 4X and IEC IP67 standards. All repeater components shall be contained within a single housing. The repeater housing shall conform to NEMA Type 4X and IEC IP67 standards.

The sensor components shall be fully encapsulated within the housing to prevent moisture from degrading the components. The sensor housing shall be capable of being installed in a 4” diameter hole approximately 2 1/4” deep. An access point shall be no larger than 12” H x 8” W x

717D262091

Page 192: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Page 2 of 5 August 5, 2010

ITEM 680.58800008 WIRELESS VEHICLE DETECTION SYSTEM ACCESS POINT ITEM 680.58810008 WIRELESS VEHICLE DETECTION SYSTEM REPEATER ITEM 680.58820008 WIRELESS VEHICLE DETECTION SYSTEM FREEWAY SENSOR ITEM 680.58830008 WIRELESS VEHICLE DETECTION SYSTEM INTERSECTION SENSOR ITEM 680.58840008 WIRELESS VEHICLE DETECTION SYSTEM MASTER CONTACT CLOSURE CARD ITEM 680.58850008 WIRELESS VEHICLE DETECTION SYSTEM EXTENSION CONTACT CLOSURE CARD ITEM 680.58860008 WIRELESS VEHICLE DETECTION SYSTEM MASTER CONTACT CLOSURE ETHERNET ACCESS BOX 4” D. A repeater shall be no larger than 5” H x 4” W x 4” D. An access point and a repeater shall weigh no more than 4 pounds (1.8 kg) each. An access point shall support at least 48 sensors. A repeater shall support at least 10 sensors.

The sensor, access point and the repeater shall operate at temperatures from -37 F to +176 F. A sensor shall be battery-powered with an average lifetime of ten (10) years when the sensor is configured for and operating under normal traffic conditions. A repeater shall be battery-powered and the battery shall be field replaceable. An access point shall be factory-configurable to support at least two (2) different power options:

• Power shall be supplied via an isolated nominal 48 VDC (36-58 VDC) input, consuming a maximum of 3W and providing 1500 V isolation and 5 kV surge protection

• Power shall be supplied via a non-isolated nominal 12 VDC (10-15 VDC) input, consuming a maximum of 2W

Each sensor shall detect a vehicle by magnetometer-type detection by measuring changes in the earth’s magnetic field near the sensor as caused by a stopped or passing vehicle. The sensor shall sample the earth’s magnetic field at a rate of 128 Hz and shall communicate time-stamped ON and OFF vehicle detection events. As an option, the sensor shall provide a mode where the complete X-Y-Z magnetic signatures of detected vehicles are transmitted as data. In the event of a detector lock, each sensor shall automatically recalibrate. Each sensor shall communicate by radio to a nearby access point or repeater. Each sensor shall transmit its detection data within 150 ms of a detected event. Each sensor shall automatically re-transmit a detected event if no acknowledgement is received from the access point. Each sensor may stop retransmission after 8 attempts. After losing radio contact because of stopped vehicles over or near the sensor, each sensor shall be capable of re-establishing the radio link with its supporting access point or receiver in less than 2 seconds. Each sensor shall transmit a unique identifying code and shall respond within 100 seconds when the access point is powered on. When no access point or repeater is present or powered on, the sensors shall not be required to detect vehicles.

The radio links between each sensor and access point or repeater and between each repeater and access point shall conform to the following requirements: The physical layer of the radio links between each sensor and access point or repeater and between each repeater and access point shall conform to published standards. The center frequencies, bandwidths, and transmit power levels of the radio links shall allow operation in an unlicensed frequency band. Frequency channels shall be employed by the sensors, access points, and repeaters to avoid interference with other devices operating in the unlicensed band. The frequency channels shall be user-configurable and at least 16 frequency channels shall be supported. The link budget (transmit power plus transmit antenna gain plus receive antenna

718 D262091

Page 193: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

3 August 5, 2010

ITEM 680.58800008 WIRELESS VEHICLE DETECTION SYSTEM ACCESS POINT ITEM 680.58810008 WIRELESS VEHICLE DETECTION SYSTEM REPEATER ITEM 680.58820008 WIRELESS VEHICLE DETECTION SYSTEM FREEWAY SENSOR ITEM 680.58830008 WIRELESS VEHICLE DETECTION SYSTEM INTERSECTION SENSOR ITEM 680.58840008 WIRELESS VEHICLE DETECTION SYSTEM MASTER CONTACT CLOSURE CARD ITEM 680.58850008 WIRELESS VEHICLE DETECTION SYSTEM EXTENSION CONTACT CLOSURE CARD ITEM 680.58860008 WIRELESS VEHICLE DETECTION SYSTEM MASTER CONTACT CLOSURE ETHERNET ACCESS BOX

gain minus receive sensitivity, where receive sensitivity shall assume a 1% packet error rate) for all radio links shall be 93 dB or greater.

Each sensor in an installation shall be capable of being individually configured with its own sensitivity level. A single sensor shall be capable of being configured with a sensitivity level that approximates the detection zone of a standard 6’ x 6’ inductive loop. Each sensor shall be capable of being configured with relatively higher or lower sensitivity levels as may be required to detect bicycles or motorcycles. Up to two sensors properly configured shall be capable of detecting motorcycles in a standard traffic lane and bicycles in a designated bicycle lane.

An access point shall support the relay of sensor detection data through several interfaces as required by the application. Detection data shall be communicated to a standard roadside 170/2070 controller via CCI cards capable of being installed in standard contact closure input shelves. As an option, detection data shall be communicated over TCP/IP via an integrated 10Base-T Ethernet interface. As an option, detection data shall be communicated as IP data over GSM-based cellular data services via an integrated GPRS cellular modem. As an option, detection data shall be communicated as IP data over CDMA-based cellular data services via an integrated 1xRTT cellular modem. The access point shall be capable of simultaneously communicating detection data via the contact closure interface, optional Ethernet interface, and optional cellular data modem interface.

Each sensor, access point, and repeater shall be capable of accepting software and firmware upgrades. The wireless battery-powered magnetometer vehicle detection system shall provide software operating on conventional notebook/portable PCs to support configuration of a sensor, access point, repeater and store & retrieve detection data.

Each Contact Closure Interface (CCI) card shall provide detector data as contact closure signals to the 170/2070 controller. A CCI card shall directly plug in to standard 170/2070 input files or NEMA detector racks. One or more CCI cards shall provide up to 256 channels of detection data from a single access point’s supported sensors, where each channel comprises an optically isolated contact closure relay and, if configured for TS2 operation, an additional contact closure relay to indicate the channel status. Each CCI card shall be configurable by providing contact closure signals in either presence or pulse mode with up to 31 seconds of delay timing and 7.5 seconds of extension (carryover) timing. The CCI card front panel shall provide status LEDs to monitor detection channel status, line quality and fault monitor. The CCI card front panel shall provide switches to select and configure presence or pulse mode, delay timing and extension timing. A CCI card shall be powered by the 170/2070 controller backplane via an 11-26 VDC input. A CCI card shall be surge protected to GR-1089 standards. A CCI card shall operate at

719D262091

Page 194: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

4 August 5, 2010

ITEM 680.58800008 WIRELESS VEHICLE DETECTION SYSTEM ACCESS POINT ITEM 680.58810008 WIRELESS VEHICLE DETECTION SYSTEM REPEATER ITEM 680.58820008 WIRELESS VEHICLE DETECTION SYSTEM FREEWAY SENSOR ITEM 680.58830008 WIRELESS VEHICLE DETECTION SYSTEM INTERSECTION SENSOR ITEM 680.58840008 WIRELESS VEHICLE DETECTION SYSTEM MASTER CONTACT CLOSURE CARD ITEM 680.58850008 WIRELESS VEHICLE DETECTION SYSTEM EXTENSION CONTACT CLOSURE CARD ITEM 680.58860008 WIRELESS VEHICLE DETECTION SYSTEM MASTER CONTACT CLOSURE ETHERNET ACCESS BOX

temperatures from -37 F to +176 F. A CCI card shall operate in humidity up to 95% (non-condensing).

Silicone sealant used to secure and cover the sensor in the cored hole in the pavement shall conform to the provisions of §705-05, Silicone Joint Sealants for Pavements.

CONSTRUCTION DETAILS

Each sensor shall be installed in the roadway at the locations shown on the contract drawings or as ordered by the engineer. The roadway shall be core drilled to provide a 4’’ diameter hole, 2.25’’ deep. A small layer of silicone sealant shall be applied to cover the bottom of the hole. The sensor shall then be placed on top of this layer in the correct orientation as clearly marked on the sensor. The sensor shall be fully encapsulated with the silicone sealant to the lip of the cored hole.

The maximum distance between a sensor installed in the roadway and an access point or a repeater with a clear line-of-sight between devices shall be at least 150’ for an access point or repeater installed 24’ above the roadway, at least 100’ for an access point or repeater installed 18’ above the roadway and at least 75’ for an access point or repeater installed 12’ above the roadway. The maximum distance between an access point and a repeater shall be at least 750’ when both units are installed 18’ above the roadway and with a clear line-of-sight between devices.

Each installation of the wireless battery-powered magnetometer vehicle detection system shall consist of one or more sensors installed in each traffic lane where presence detection is required, avoiding sources of magnetic noise such as underground power cables, overhead high tension power cables, light rail or subway tracks, and power generation stations and sub-stations. The sensors shall be located as specified by the contract drawings, with each sensor’s supporting access point or receiver installed no farther than the maximum range indicated above.

The contractor shall not damage the sensors and other equipment during construction. The sensors shall be removed and installed during various phases and sub-phases in accordance with the contract drawings. Core holes left in the pavement upon removal of sensors shall be filled with asphalt cold patch by the contractor at no additional cost to the State. The contractor shall ensure that the wireless battery-powered magnetometer vehicle detection system operates according to specification during all phases and sub-phases of construction. All equipment shall become the property of NYSDOT upon project completion.

720 D262091

Page 195: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

5 August 5, 2010

ITEM 680.58800008 WIRELESS VEHICLE DETECTION SYSTEM ACCESS POINT ITEM 680.58810008 WIRELESS VEHICLE DETECTION SYSTEM REPEATER ITEM 680.58820008 WIRELESS VEHICLE DETECTION SYSTEM FREEWAY SENSOR ITEM 680.58830008 WIRELESS VEHICLE DETECTION SYSTEM INTERSECTION SENSOR ITEM 680.58840008 WIRELESS VEHICLE DETECTION SYSTEM MASTER CONTACT CLOSURE CARD ITEM 680.58850008 WIRELESS VEHICLE DETECTION SYSTEM EXTENSION CONTACT CLOSURE CARD ITEM 680.58860008 WIRELESS VEHICLE DETECTION SYSTEM MASTER CONTACT CLOSURE ETHERNET ACCESS BOX

METHOD OF MEASUREMENT

The wireless, battery‐powered magnetometer vehicle detection system will be measured as the number of units satisfactorily installed in accordance with the contract documents.

BASIS OF PAYMENT

The unit price bid for furnishing and installing each item shall include the cost of furnishing all labor, materials, equipment, tools and all necessary tests to satisfactorily complete the work in accordance with the contract documents.

721D262091

Page 196: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.77XXXX05 - MODIFY TRAFFIC SIGNAL INSTALLATION ITEM 680.79XXXX05 - REMOVE TRAFFIC SIGNAL INSTALLATION ITEM 680.50XXXX05 - ALTER ELEVATION OF POLE FOUNDATION ITEM 680.50500005 - REMOVE POLE FOUNDATION ITEM 680.51XXXX05 - ALTER ELEVATION OF PULL BOXES ITEM 680.90000005 - RESET POLE

7/96

DESCRIPTION: This work shall consist of modifying, removing, storing and/or disposing, reinstalling, refurbishing or replacing of elements of a traffic signal system in accordance with the contract documents and/or directions of the Engineer. Where not specifically covered in the contract documents the work shall be in accordance with the latest national, local and industrial standards or codes which are usually applied to such work and the requirements of the maintaining agency. MATERIALS: When an existing system is to be altered, modified or relocated, the existing material shall be reused in the revised system, removed, salvaged or disposed of as shown in the contract documents, as specified in the special provisions or as directed by the Engineer. When new materials must be provided under the modification work they shall conform to the requirements of Standard Specifications Section 680-2, Materials whenever applicable. Materials not specified in Section 680-2 shall match the existing system as nearly as possible and meet the requirements of the owning agency. CONSTRUCTION DETAILS: The applicable provisions of Standard Specifications Section 680-3, Construction Details shall be complied with, in addition to the following: Removing and Salvaging Care shall be exercised in removing signal and electrical equipment and any appurtenances attached to them so that elements to remain or be salvaged will not be damaged. The Contractor will be required to replace or repair, to the satisfaction of the Engineer, any equipment damaged, destroyed or lost by the Contractor's operations or negligence as determined by the Engineer. Existing equipment or material intended to be reused and found to be missing or unsatisfactory, through no fault of the Contractor, shall be properly replaced by the Contractor, using equipment or material supplied by the owning agency or under other items. All equipment or materials specified for removal but not intended to be incorporated in the work shall be removed and disposed of as specified in the contract documents. The owners of appurtenances attached to signal equipment (e.g. street lighting) must be given adequate notification to allow sufficient time for them to remove or maintain their work Alter Elevation of Pole Foundation or Pull Boxes When adjustments to existing pole foundations and pull boxes are specified, the poles or frames and covers shall be removed and the foundation (anchor bolts, conduits, ground wires, conductor cables, etc.) or walls reconstructed as required in the contract documents.

722 D262091

Page 197: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.77XXXX05 - MODIFY TRAFFIC SIGNAL INSTALLATION ITEM 680.79XXXX05 - REMOVE TRAFFIC SIGNAL INSTALLATION ITEM 680.50XXXX05 - ALTER ELEVATION OF POLE FOUNDATION ITEM 680.50500005 - REMOVE POLE FOUNDATION ITEM 680.51XXXX05 - ALTER ELEVATION OF PULL BOXES ITEM 680.90000005 - RESET POLE

7/96

Remove Pole Foundations Support poles are to be removed in their entirety to permit reuse by the owner. Anchor base poles shall be removed from the foundation and the foundation shall be cut one foot below final grade surface or subgrade, whichever is lower, unless the foundation interferes with the construction and will have to be removed in order to complete the work. Embedded poles shall be removed in their entirety (including all foundation materials from around the pole) unless it is determined by the Engineer that such removal will cause damage to existing underground facilities. If the Engineer orders the Contractor in writing to leave an embedded pole foundation in place, the pole and foundation shall be cut one foot below finished grade or subgrade, whichever is lower. Holes All holes resulting from this work shall be backfilled with suitable material and if so specified the disturbed areas restored to match the adjacent surface as approved by the Engineer. METHOD OF MEASUREMENT: Each The following items will be measured for payment as the number of each operation completed in accordance with the contract documents to the satisfaction of the Engineer. 680.50XXXX05 - Alter Elevation of Pole Foundation 680.51XXXX05 - Alter Elevation of Pull Boxes 680.90000005 – Reset Pole Foot The following item will be measured for payment as the number of feet of pole foundation removed measured (to the nearest one half foot) from the top of anchor bolts, for anchor base poles, and the top of concrete, for embedded poles, to the depth of removal. 680.50500005 - Remove Pole Foundation. Each Location The quantity for each location includes all the work described in the contract documents for each serialized pay item. The following items will be measured for payment as the number of locations completed in accordance with the contract documents to the satisfaction of the Engineer. 680.77XXXX05 - Modify Traffic Signal Installation 680.79XXXX05 - Remove Traffic Signal Installation BASIS OF PAYMENT: The requirements of Standard Specifications Section 680-5.01, General shall apply with the following additional provisions:

723D262091

Page 198: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.77XXXX05 - MODIFY TRAFFIC SIGNAL INSTALLATION ITEM 680.79XXXX05 - REMOVE TRAFFIC SIGNAL INSTALLATION ITEM 680.50XXXX05 - ALTER ELEVATION OF POLE FOUNDATION ITEM 680.50500005 - REMOVE POLE FOUNDATION ITEM 680.51XXXX05 - ALTER ELEVATION OF PULL BOXES ITEM 680.90000005 - RESET POLE

7/96

Modify Traffic Signal Installation The unit bid per location shall include all costs for grounding and the repairing or replacing of equipment damaged, destroyed or lost by the Contractor's operations or negligence. Installation of replacement equipment and materials supplied by the owning agency is also included unless provided for under other items. Progress payments for each location will be made in the following manner: Sixty-five percent of the bid price of each location modified will be paid after it is completed and ready for testing. Twenty-five percent of the bid price will be paid after satisfactory completion of all tests required by these specifications, including the function test for ten days of continuous satisfactory operation of the traffic signal system at each location. The remaining ten percent will be paid when all the traffic signals in the contract are functioning to the satisfaction of the Engineer. Remove Traffic Signal Installation The unit price bid for each location removed shall include the cost for removing, storing and/or disposing as indicated in the contract documents. Progress payments for each location removed will be made in the following manner: Sixty-five percent will be paid when the elements to be removed are taken down. Twenty percent will be paid when the elements are disposed of off the job site or salvaged by the owning agency. The remaining fifteen percent will be paid when the location is restored to the satisfaction of the Engineer. Alter Elevation of Pull Boxes and Pole Foundations The unit price bid for each alteration operation as specified in the contract documents shall include all costs for excavation, backfill, removing and/or cutting off concrete, reinforcing or anchor bolts, furnishing and installing concrete, bonding compounds, reinforcing bars, anchor bolt extensions and necessary drilling and grouting, removing, storing or resetting frames and grates and restoration of the site as specified. Removing and resetting poles made necessary by this work shall be paid for under their respective items. Remove Pole Foundations The unit price bid per foot of pole foundation removed shall include all costs for excavation and disposal, backfill, removing and/or cutting off reinforcing or anchor bolts and restoring the site if specified in the contract documents.

724 D262091

Page 199: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.77XXXX05 - MODIFY TRAFFIC SIGNAL INSTALLATION ITEM 680.79XXXX05 - REMOVE TRAFFIC SIGNAL INSTALLATION ITEM 680.50XXXX05 - ALTER ELEVATION OF POLE FOUNDATION ITEM 680.50500005 - REMOVE POLE FOUNDATION ITEM 680.51XXXX05 - ALTER ELEVATION OF PULL BOXES ITEM 680.90000005 - RESET POLE

7/96

Reset Pole The unit price bid for each pole reset shall include the cost for refurbishing, handling, erecting (including signs, push buttons, street lighting and other appurtenances if attached), furnishing anchor bolts (installed under another item) if required, field galvanizing, drag wires, conductor cable connection, grounding and incidental connecting hardware as specified. Removing the pole will be paid for under the item for Remove Traffic Signal Installation. Payment will be made under: ITEM NO. ITEM DESCRIPTION PAY UNIT 680.77XXXX05 Modify Traffic Signal Installation

Location ______ Each Location

680.79XXXX05 Remove Traffic Signal Installation Location ______

Each Location

680.50000105 Alter Elevation of Pole Foundations Type 1 Each

680.50000205 Alter Elevation of Pole Foundations Type 2 Each

680.50000305 Alter Elevation of Pole Foundations Type 3 Each

680.50500005 Remove Pole Foundations Foot 680.51000105 Alter Elevation of Pull Boxes

Type 1 Each 680.51000205 Alter Elevation of Pull Boxes

Type 2 Each 680.51000305 Alter Elevation of Pull Boxes

Type 3 Each 680.90000005 Reset Pole Each

725D262091

Page 200: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.79XX0008 - REMOVE TRAFFIC SIGNAL EQUIPMENT

1 of 1 11/96 U.S. Customary 10/10

DESCRIPTION: Under this item the contractor shall remove traffic signal equipment at the locations shown and as detailed on the contract plans or as directed by the Engineer. MATERIALS: The materials used in this work shall meet the requirements of Subsection 680-2, "Materials", of the Standard Specifications. CONSTRUCTION DETAILS: Where shown on the contract plans or specified by the Engineer, traffic signal equipment shall be removed and disposed of as specified in the contract documents. Care shall be exercised in removing and salvaging electrical equipment so that it will remain in its original form and existing conditions whenever possible. The contractor will be required to replace, at his expense, any traffic signal equipment intended for salvage or reuse which is determined by the Engineer to have been damaged or destroyed by reasons of the contractor's operations. METHOD OF MEASUREMENT: The work 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 unit price bid shall include the cost of furnishing all labor, material and equipment necessary to complete the work in accordance with the contract documents and as directed by the Engineer.

726 D262091

Page 201: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.80149305 – NEMA TS 2 SOLID STATE MENU DRIVEN ACTUATED TRAFFIC SIGNAL CONTROLLER AND CABINET

Page 1 of 5 10/20/10

Description Under this item, the contractor shall furnish and install a solid state controller, cabinet and peripheral equipment at each location on the plans and where directed by the engineer. Materials 1. Controller

The contractor shall supply a NEMA TS 2 solid state controller as specified in the contract documents.

2. Cabinet Details

A. General

The purpose of this specification is to describe the minimum acceptable design requirement for the fabrication, wiring, and installation of aluminum weather-tight traffic signal controller cabinets.

The cabinets shall be pole or ground mounted as shown on the plans and be of sufficient size to house all necessary equipment for the traffic signal operation specified, including detector amplifiers or transreceivers. The cabinets shall be clean cut in design and appearance and be fabricated from minimum 14 gauge or deep drawn aluminum or approved equal. Grinding, sanding, or other appropriate means shall be used to effect a smooth surface. All non- aluminum parts shall be made of stainless steel.

B. Cabinet

Door – The main door of all cabinets shall include substantially the full area of the front of the cabinet. All doors shall be reinforced on the inside in such a manner as to prevent warping. Two hinge lugs shall be integrally cast in the right side of the door in such a way that together with the stainless steel hinge pins, they shall provide proper mounting and operation of the door. A gasket bead shall be installed on the inside of the door, which together with the neoprene air-cored cabinet gasket, shall form a weather-tight seal between the housing and the cabinet door. The main door shall be equipped with a 3 cylinder lock, keyed for the maintaining authority’s standard locks and a dust cover. An adjustable stainless steel striker plate shall be attached to the inside of the housing to ensure positive locking. Door shall be designed so that it can be removed and replaced if damaged.

C. Police Door Cabinets shall have a secondary police panel door. A manual control grip switch and cord approximately 6 feet long shall be installed in each police door housing. The cord shall retract itself into a 6 inches length. The secondary door shall also provide access to switches for flashing operation and manual operation.

727D262091

Page 202: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.80149305 – NEMA TS 2 SOLID STATE MENU DRIVEN ACTUATED TRAFFIC SIGNAL CONTROLLER AND CABINET

Page 2 of 5 10/20/10

D. Mounting Hardware Cabinets shall be furnished with mounting plates, condulets, anchor bolts and/or other necessary hardware for installing cabinets to poles or foundations as indicated on the plans. E. Ventilation Cabinets shall be equipped with a thermostatically controlled ventilation fan. The vent shall be designed to prohibit entry of rain, insects, and foreign objects. The fan shall have a minimum rating of 125 cubic feet per minute. The thermostat shall be adjustable from 700 F to 1600 F with a differential of not more than 250 F between automatic turn “on” and turn “off.” F. Exterior Finish Natural aluminum. G. Keys Two keys shall be provided for each controller cabinet and two keys for each secondary police panel door. H. Interior Equipment All cabinets shall contain a mounting table, sliding ways, or other suitable support for a controller. Each cabinet shall contain no less than the following equipment:

• Main switch and circuit breaker • Solid state switch packs • Solid state conflict monitor • Automatic flash switch • Duplex convenience outlet • Coordination switch, on-off • Standard NEMA lamp receptacle • Flash transfer delay • Radio interference filter and suppressor • Ground bus • Powerline surge protector • Mercury contractor • Terminal blocks (including interconnect, detector and signal lamp) • Programming flasher sequence • Solid state flasher, Type 1-20 amp – single circuit • Harnesses for detector amplifiers or transceivers • Flasher operation switch (Police Door) • Manual operation switch (Police Door) • 6 foot manual operation cord (Police Door) 1.) The circuit breaker or approved equal line disconnect switch, shall be of

adequate amperage and installed for operation in a vertical direction. An enclosure for this switch shall not be required unless otherwise shown on the

728 D262091

Page 203: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.80149305 – NEMA TS 2 SOLID STATE MENU DRIVEN ACTUATED TRAFFIC SIGNAL CONTROLLER AND CABINET

Page 3 of 5 10/20/10

plans or required by Underwriters’ Laboratory or utility company supplying electric power.

2.) All cabinets containing a flasher and other kinds of interrupting devices shall be

equipped with a suitable radio interference suppressor installed at the Circuit Breaker. The suppressor shall provide a minimum attenuation of 50 kilocycles to 75 megacycles. The suppressor shall be hermetically sealed in a substantial metal case, filled with a suitable insulation compound.

The suppressor terminals shall be nickel plated, 10-24 brass studs of sufficient

external length to provide space for connection of two No. 8 AWC conductors, and shall be so mounted that the terminals cannot be turned in the case. The suppressors shall be designed for operation on 30 Amperes, 125 volts, 60 Hertz, single phase operation and shall be approved by UL and EIA.

3.) The gauge of all insulated wires between various parts and components of the

cabinet shall be of adequate size. Where signal lamp currents are carried, the minimum wire size shall be No. 14 AWG.

All cabinet wiring where connected to terminal strips, flasher, relays, switches,

radio interference suppressors, etc., shall be identified by the use of either insulated pre-printed sleeving slipped over the wire before attachment of the lug or making the connection, or by the use of heat stenciled wire designations on the wire itself. Where numerical wire designations are used, an appropriate translating sheet shall be supplied with the controller.

All wires shall be cut to the proper length before assembly. No wire shall be

doubled back to take up slack. Wires shall be neatly laced into cables with nylon lacing. Cables shall be secured with nylon cable clamps. The grounded side of the electric service shall be carried through the cabinet without a break.

The electrical connections between the controller unit and the terminal panel

shall be made by “MS” type, female cable socket to enable the rapid exchange of the complete mechanism without disconnecting and reconnecting individual wires.

All electrical connections in the cabinet, including relays, flashers, terminal strips,

etc., shall have sufficient clearance between each terminal and cabinet to provide an adequate distance to prevent a leakage path or physical contact under stress. Where these distances cannot be maintained, barriers must be provided.

All equipment grounds shall run directly and independently to the ground buss.

The lay of the interconnect cable between the components must be such that when the door is closed, it does not press against the cables or force the cables against the various components inside the cabinet.

Terminal strips located within the cabinet shall be accessible to the extent that it shall not be necessary to remove the controller from the cabinet to make an inspection or connection. The right side of the cabinet shall have the detection terminals. The electric service connections shall be on the left side of the

729D262091

Page 204: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.80149305 – NEMA TS 2 SOLID STATE MENU DRIVEN ACTUATED TRAFFIC SIGNAL CONTROLLER AND CABINET

Page 4 of 5 10/20/10

cabinet. The signal lamp circuit shall be located at the rear wall, and interconnection wiring, where required, shall be to the right wall. All terminal strips shall be provided with barriers between each terminal, be brass screw type hot dipped finish and rated for 15 amp 120 volt A.C. Signal lamp circuit terminals shall be marked for each controller phase with a subscript denoting the particular phase, in consecutive order as follows: R1, A1, G1, DW1, W1, R2, A2, G2, etc. Terminals shall also be provided for all other circuits for the controller specified, including, but not limited to detector circuits, yield circuits, coordination circuits, etc. A grounding strip having a minimum of nine connections shall be provided and grounded to the cabinet.

4.) The Automatic-Flash switch shall extinguish all signal indication except the

yellow on the major street and the red on the minor street or streets, which shall flash. The power supply to the controller is not to be affected and the controller will continue to function in a normal manner.

5.) It shall be possible to disconnect the controller without interfering with the flash

operation. One contact on the flash switch shall extinguish the A.C. plus voltage used to feed power to the pedestrian signals.

3. Details for Solid State Load Switches

The solid state load switches shall be triple-signal load switches as specified in NEMA Pub. TS 1-1976, and all subsequent revisions. The solid state load switches shall be mounted external to the controller unit, and shall be jack mounted in compliance with NEMA Pub. 1-1976, and all subsequent revisions.

Each solid state load switch shall be furnished with three built-in indicator lights on the output side for phase identification.

No mechanical means shall be employed to mount the solid state load switches, which

shall prohibit the interchangeability between the manufacturers.

4. Details for Signal Conflict Monitor

A conflict monitor unit shall be supplied for all solid state load switches. The conflict monitor shall be of make and model specified in the contract documents.

5. Details for Solid State Flasher and Flash Relay A. A solid state flasher, Type 1-20 ampere-single circuit, as described in NEMA Pub. TS

1-1976, and all subsequent revisions, shall be furnished and produce between 50 and 60 flashes per minute with an on period of 50±5 percent. The flasher shall mate with a Clinch-Jones socket type S-406-SB or equivalent.

730 D262091

Page 205: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.80149305 – NEMA TS 2 SOLID STATE MENU DRIVEN ACTUATED TRAFFIC SIGNAL CONTROLLER AND CABINET

Page 5 of 5 10/20/10

B. The flashing output shall consist of one output rated at 20 amperes. The combined

load connected to circuits 1 and 2 shall not exceed 20 amperes.

C. The flasher relay shall energize the solid state flasher and transfer the signal light circuits from the controller unit to the flasher. The flasher relay shall have a plug-in mounting.

Construction Details Subsections 680.3.01, Equipment List and Drawings; 680-3.06, Work Sites; 680-3.07, Schedule of Work; 680-3.12, Grounding; and 680-3.32, Test shall apply. Method of Measurement Subsection 680-4.01, Each Unit, shall apply. Basis of Payment Section 680-5.08 shall apply and be modified as follows: “The unit price bid for each controller assembly shall include all labor, materials, and equipment necessary to complete the installation of the controller wiring harness, cabinet, all needed conduits, mounting fittings, power supply meter installation (if required), and all auxiliary equipment necessary to meet plans and specifications.

731D262091

Page 206: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.81500010 – PEDESTRIAN COUNT-DOWN TIMER MODULE

Page 1 of 6 May 2009

1.0 DESCRIPTION. The purpose of this specification is to provide the minimum performance requirements for a Pedestrian LED Countdown Timer Module to be used in conjunction with Pedestrian Signal Indications. The unit will provide Pedestrians with numerical Pedestrian timing of the Pedestrian Clearance Interval. The unit will be connected in parallel with LED Pedestrian Signal Indications, Hand and Walking Person, and in series with the Model 200 switch packs controlling the LED Pedestrian Signal Indications. This specification refers to definitions and practices described in “Vehicle Traffic Control Signal Heads” referred to in this document as “VTCSH.” and “Pedestrian Traffic Control Signal Indications”, referred to in this document as “PTCSI”, published in the Equipment and Materials Standards of the Institute of Transportation Engineers. 2.0 MATERIALS. A. PHYSICAL AND MECHANICAL REQUIREMENTS A.1 The countdown timer shall be designed to fit in the message bearing area of a 12 inch pedestrian traffic signal housing built to the PTCSI Standard. The unit shall be a single, self-contained device, not requiring on-site assembly for installation into an existing traffic signal housing and not require special tools for installation. The timer module shall fit into Pedestrian Traffic Signal housings that are void of any incandescent lamp components - bulb sockets, gaskets, and reflector - and without the need to modify the housing. The module shall be sealed to provide a weather tight enclosure and an insulating covering for all electrical connections and electronic components. The unit shall fit securely in the housing and shall connect directly to existing electrical connections inside of the housing by means of push on type connectors. A one piece “U” shaped cross section rubber gasket or other suitable means shall be provided with each module to insure a weather tight fit between the door of the signal housing and the module. The quality of gasketing supplied, and any method used to adhere the gasketing to the module if the gasketing is affixed to the module using adhesive, shall be such that the gasketing and adhesion technique shall not appreciably deteriorate over the life of the module when the module is used in its intended application. The message bearing surface of the module shall be supplied with two numerical LED displays to display a count from “00" to “99". These displays shall be a minimum 7 inches high and 3.75 inches wide. The display segments that comprise the numbers shall be approximately 0.5 inches wide and be formed by two or more rows of LED’s. Materials used for the lens and signal module construction shall conform to ASTM specifications for those materials. The lens of the LED countdown timer shall be polycarbonate UV stabilized and a minimum of 1/8" thick Each module shall be identified on the back side with the following:

732 D262091

Page 207: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.81500010 – PEDESTRIAN COUNT-DOWN TIMER MODULE

Page 2 of 6 May 2009

---- Manufacturer’s Trade Mark/Name ---- Part number as shown in the NYS DOT’s Transportation Management Equipment QPL ---- Serial number ---- Voltage rating ---- Power consumption (Watts and Volt-Ampere) ---- Each module shall have a sticker stating compliance to FCC Title 47 Subpart B, Section 15 regulations ---- An Indication to orient the user to the Top of the Unit (such as an Arrow symbol or the word top) A.2 Barcoding. All Modules shall be barcoded using Barcode type 128. Barcodes shall be printed on a quality polyester white label (Black print only) where the print on the label and adhesion of the label to the surface shall be weather, UV and temperature resistant. Size of the label shall be 0.5 inch wide by 1.75 inch long. All barcodes shall be printed entirely on the label and be completely legible. Text of the Barcode Information shall also be legibly printed on the label. Information on the Barcode shall be separated into the following four parts, but printed continuously on the label in the order shown: ---- Model Number - 2 Digits (Assigned Model Number for Pedestrian LED Countdown Timers

is CT) ---- Manufacturer - 2 Digits. Digits assigned by NYSDOT upon Product

Qualification ---- Date of Manufacture - 4 Digits. First two digits represents Month of Manufacture, Second two digits represent Year of Manufacture ---- Serial Number - minimum 6 digits assigned, maximum 10 digits assigned An example of the information printed on the barcode for a Pedestrian LED Countdown Timer built to these specifications manufactured in June of 2008 with a serial number of 018356 by a company whose manufacturers’ code is XX would be CTXX0608018356. Barcode labels, meeting the same requirements of the labels above, shall also be placed on the outside of all shipping boxes. Example: Should the shipping box contain six modules, individual barcode labels for all of the six modules inside the box shall be affixed to the outside of the box. The labels shall also be grouped together so that they can be easily and quickly scanned by a barcode reader. A.3 The contractor shall provide the barcode ID numbers for all LED’s installed. This information shall be provided in the form of an electronic file (Excel Spreadsheet) and summarized by intersection. Barcode IDs will be collected by one of the following methods selected by NYSDOT:

1) Scanning the bar codes of each module with a bar code scanner provided by NYSDOT for use on this project only. The information will be downloaded to a spreadsheet.

2) Manually entering the bar code IDs of each module into an electronic spreadsheet. This information shall be provided to the EIC on a weekly basis. The cost for this work shall be included

733D262091

Page 208: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.81500010 – PEDESTRIAN COUNT-DOWN TIMER MODULE

Page 3 of 6 May 2009

in the bid price for various LED modules.

B. ENVIRONMENTAL REQUIREMENTS B.1 The Countdown Timer signal module shall be rated for use in the ambient temperature range of -40 deg F to +165 deg F. The module shall be sealed to prevent dust and moisture intrusion and to protect all internal LED and electrical components. The module shall be capable of operating at rated voltage in an environment of +74 degrees Centigrade / 85% Relative Humidity for 1000 hours without the formation of internal condensing moisture. C. OPTICAL REQUIREMENTS C.1 The measured chromaticity coordinates of the individual led light sources used in the module shall conform to the chromaticity requirements of the Pedestrian “Hand” symbol of the PTCSI standard. C.2 The module shall be designed so that when operated over the specified ambient temperature and voltage ranges during the warranty period of the unit, the numeric display shall attract the attention of, and be readable to, a viewer (both day and night) at all distances from 3 m to the full width of the area to be crossed. C.3 To minimize luminous degradation over the life of the unit, the individual led light sources used in the unit shall be manufactured using AlInGaP technology or equal. C.4 Variations in operating line voltage of between 80 and 135 volts rms shall have minimal effect, less than +/- 10 percent, on the luminous output of the module. D. OPERATIONAL REQUIREMENTS D.1 The module will be designed to countdown to zero only the “Clearance” time of the Pedestrian Interval. During the Steady Don’t Walk Indication the display will always be dark. D.2 The module, when connected to the appropriate Pedestrian switch pack outputs, shall have an automatic learn mode in order to learn and store the Pedestrian clearance times in its memory and to self-adjust for subsequent changes in Pedestrian Clearance time.

D.2.1 Following power restoration to the unit after a power outage of greater than two seconds the unit will remain dark for one pedestrian cycle to learn, acquire the current pedestrian clearance timing, replace any values that were stored in memory prior to the power outage with the newly acquired values and display the newly acquired times on the next pedestrian cycle.

D.2.2 The unit shall detect changes in pedestrian clearance timing during normal operation and act upon them as described below:

D.2.2.1 The unit will automatically re-program itself should it detect any increase in

Pedestrian clearance timing. The increased timing shall be displayed on the subsequent pedestrian cycle.

734 D262091

Page 209: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.81500010 – PEDESTRIAN COUNT-DOWN TIMER MODULE

Page 4 of 6 May 2009

D.2.2.2 The unit will detect any reductions in pedestrian clearance timing (such as those

occurring during a traffic Preemption cycle) and display on the subsequent pedestrian cycle the timing stored in its memory prior to the shortened pedestrian cycle.

D.2.2.3 The unit will re-program itself should it detect two consecutive identical

shortened pedestrian clearance cycles and display this timing on the next pedestrian cycle.

D.3 The unit shall be designed to suspend any timing and go dark when, for any reason, the timing of the Ped Clearance cycle is terminated before reaching the “zero” count and the clearance switchpack output reverts to a steady “On” condition. D.4 The unit shall be capable of timing consecutive complete Pedestrian cycles outputted by the traffic control system. D.5 The unit shall be designed to retain the Pedestrian timing stored in its memory for all power outages of less than one second and to continue timing of the Pedestrian timing if the traffic control system has resumed Pedestrian timing following this duration outage. For outages of between one and two seconds memory may or may not be retained. For all power outages greater than two seconds the unit will resume operation as described in Paragraph 4.2. E. ELECTRICAL E.1 All wiring shall meet the requirements of Section 13.02 Wiring of the VTCSH standard. Each wire shall be approximately 1 m long. All wiring shall be rated for use over the temperature range of -40 deg F to +165 deg F. Under normal handling of the module over the specified temperature range, the wiring insulation shall not crack or fray along its entire length. The wires of the module shall be terminated in insulated 0.250 inch female quick disconnect push on terminals. Units shall be supplied with three colored coded wires as defined below: Red (Connection to Pedestrian Hand Switch pack output), Brown (Connection to Pedestrian Man Switch pack output) & White (AC Neutral) E.2 The module shall operate with 60 3 Hz AC line voltage ranging from 80 volts to 135 volts rms. The circuitry shall prevent flicker over this voltage range. Rated voltage for all optical and power measurements shall be 1203 volts rms. E.3 The on-board circuitry of the module shall include voltage surge protection, to withstand high-repetition noise transients and low-repetition high-energy transients as stated in Section 2.1.8, NEMA Standard TS 2-2003. E.4 Each module shall be designed so that the timer and displays do not function when connected to any voltage between 80 and 135 volts rms and in series with an impedance of 15 kohm (either resistive or capacitive) or greater.

735D262091

Page 210: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.81500010 – PEDESTRIAN COUNT-DOWN TIMER MODULE

Page 5 of 6 May 2009

E.5 The individual LED light sources of the unit shall be wired so that a catastrophic failure of one LED light source will not result in the loss of illumination of more than one display segment. E.6 All modules shall contain filtering dedicated to prevent inducing electronic noise into the AC power lines. In addition the module and associated on-board circuitry shall meet the requirements of the Federal Communication Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning the emission of electronic noise by Class A digital devices. E.7 All Modules shall be fused. The fuse shall be located before any electronic component used in the module and placed in series with the colored wire of the unit. Should fusing be external to the unit by placing inline fuse holders into the wiring of the unit, the fuse holder shall be installed so that it is between six to ten inches from the housing of the unit. Each individual circuit in the unit shall be fused separately. Fuse selection shall be such that it provides reliable operation for its intended operation. E.8 All unit types shall be operationally compatible with the traffic signal equipment that each type is designed and intended to interface with. This equipment includes all controllers, conflict monitors, current monitors, switch packs and flashers and LED Signal Modules currently in use by the New York State Department of Transportation. E.9 Power Requirements. The maximum power consumption of each circuit in the unit, when on, shall not exceed 10 Watts at rated voltage. F. PERFORMANCE TESTS F.1 Prior to shipment, each module shall be energized (burned-in), for a minimum of 24 hours, at rated voltage, and at a 100 percent on-time duty cycle. This test shall be conducted in an ambient temperature of 60 degrees Centigrade. Any failure of the module occurring during burn-in shall be cause for rejection F.2 Each timer module shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration, or other defects. F.3 Each shipment from the manufacturer shall be furnished with a Certificate of Compliance. The certificate shall certify that the modules comply with the requirements of these specifications. The certificate shall include the signature of the person responsible for certifying the tests. In addition to the certificate, the modules shall be supplied with copies of all applicable test reports. G. SAMPLE SUBMISSION Low bidder(s) may be required to submit a sample unit. In the event that a sample is required, it shall be provided within ten (10) working days of receipt of the request. Each device submitted shall be accompanied by five copies of the complete circuit schematic for the unit, one standard catalog cut and one manufacturers specification sheet for the individual LED light sources used in the unit. Documentation shall also be provided describing the techniques used to ensure the units will satisfy the luminous intensity requirements over the life of the warranty. This documentation may include items such as the description of circuitry incorporated in the module needed to meet this requirement or literature from the LED manufacturer describing the expected degradation of luminous intensity of the individual

736 D262091

Page 211: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.81500010 – PEDESTRIAN COUNT-DOWN TIMER MODULE

Page 6 of 6 May 2009

LED light sources used in the fabrication of the module over the life of the unit and operating temperature range. 3.0 CONSTRUCTION DETAILS The contractor shall install the Pedestrian Count-Down Timer Module in new or existing traffic signal heads as shown on the plans or as ordered by the engineer. Unless otherwise waived, the Contractor shall submit to the Regional Director within 30 days following the award of contract, detailed specifications and catalog cuts of the equipment he proposes to install. 4.0 METHOD OF MEASUREMENT This item will be measured for payment as the number of Pedestrian Count-Down Timer Modules furnished, installed in accordance with the contract documents or as ordered by the Engineer. 5.0 BASIS OF PAYMENT The unit price bid shall include the cost of all labor, material, and equipment necessary to complete the work as shown on the plans, on the standard sheets, or as ordered by the Engineer. The cost of the pedestrian signal heads shall be paid for under their respective items.

737D262091

Page 212: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.8223XY10 – SOLAR POWERED FLASHING BEACON

12/21/10 Page 1 of 3

DESCRIPTION

Under this item, the Contractor shall furnish and install new Solar Powered Flashing Beacon(s) at location(s) indicated in the contract documents.

MATERIALS Each Solar Powered Flashing Beacon unit shall consist of a self-contained solar engine, up to four 8” or 12” yellow (or red) LED signal modules and signal housings, and mounting hardware, depending on the beacon configuration specified in the contract documents. The solar engine shall contain all electronics, batteries & solar panels with the capacity to power the LED module(s), as well as an external device for remote activation (if required in the contract documents). No additional electrical cabinet is required. Each Solar Powered Flashing Beacon unit shall meet, at a minimum, the requirements of subsection 724, Traffic Signals, of NYSDOT Standard Specifications. The system shall also conform to all provisions of the current version of the Manual of Uniform Traffic Control Devices (MUTCD), Flashing Beacons. Mechanical Specifications The solar panel shall be integrated with the solar engine, which shall be constructed from powder coated (green, black, or yellow) aluminum. All electronics (including battery/battery pack) shall be mounted within the solar engine, with no external control cabinet or battery cabinet required. The solar engine shall be vented to provide cooling of the battery and electronic system. Venting shall be internally covered by fine wire mesh (to prevent intrusion of insects and/or debris). The solar engine shall have the provision to mount an external device for remote activation. The solar powered system shall have the capability to power such device. Solar engine must contain sufficient space to house a sealed enclosure for the third party device. The solar engine shall have the provision to be adjustable, through its mounting bracket(s), in order for the solar panel(s) to receive maximum solar input. Mounting The entire assembly, including solar engine, signal housing(s), LED module(s), and bracket(s) shall be provided with hardware for mounting as shown on the contract documents. Traffic signal sections, brackets and hardware shall meet the requirements of Subsection 724-04 of NYSDOT Standard Specifications. Signs and brackets furnished under this item shall meet the requirements of subsections 730-01, 730-05.02, and 730-22. Solar / Battery System The solar engine shall include one high-efficiency 10W (for single 8” red beacon-minimum size application) or up to a standard 80W (for four 12” yellow beacons-maximum size application) solar panel no larger than the footprint of the engine housing. The solar engine shall also house a field replaceable, sealed, and maintenance-free, battery/battery pack. The solar panel and battery system shall be 12 Volt DC. Batteries shall have an expected life span of 5 – 8 years.

738 D262091

Page 213: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.8223XY10 – SOLAR POWERED FLASHING BEACON

12/21/10 Page 2 of 3

A battery bracket shall enclose the battery/battery pack in a manner to restrict the thermal expansion of the battery and mechanically secure it within the solar engine housing. The system shall have an auxiliary 12 VDC power output to power third party devices such as wireless radios or sensing equipment. Signal Housing The signal housing(s) shall meet the current specifications of the MUTCD, and the NYSDOT Standard Specifications. The solar engine shall not overhang the signal head(s), so as not to restrict mounting a signal head back plate. The bracket assembly shall be constructed such that the signal head(s) can be removed easily in the field without removing the solar engine. The bracket assembly shall be designed to take the torsion and bending load of the solar engine. The signal head(s) shall not be subjected to torsional or bending load of the solar engine. The signal housing(s) must be able to rotate independent from the bracket(s) for lens alignment. LED Signal Module The LED signal module shall conform to the specifications listed in the current version of the MUTCD, and the NYSDOT Standard Specifications. The size of the LED modules (yellow or red) may be 8” or 12” nominal diameter, depending on ultimate use of flashing beacon assembly as indicated in the contract documents. NOTE: 8” diameter LEDs to be used for speed limit signs only Operational Specifications

• The system shall conform to all standards for flashing beacons as required in the current version of the MUTCD and NYSDOT standard specifications.

• The beacon(s) shall be flashed at a rate compliant with the current version of the MUTCD. • The beacon(s) shall have an automatic night dimming feature. • The beacon(s) shall have a maximum operating capacity of 30 continuous days without solar

charging. • The beacon(s) shall be capable of operating 24 hrs/day, 365 days/year • The beacon(s) shall automatically reduce light output in case of low battery situations, reducing

risk that the beacon(s) will fail entirely under conditions of limited, or no solar charging.

Activation The beacon shall be capable of operating continuously when the battery is connected. The beacon shall have the option to be turned on by a third party switch or third party device (eg: preset timer, etc) with a compatible contact closure output.

739D262091

Page 214: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.8223XY10 – SOLAR POWERED FLASHING BEACON

12/21/10 Page 3 of 3

Environmental Specifications The system shall be able to withstand and operate at temperature extremes of -40° F to +160° F. All components of the flashing beacon assembly shall be weatherproof and corrosion-resistant. The solar engine shall also be vandal-resistant. The beacon heads shall be premium-grade UV-resistant. Electrical Standards All electrical components and wiring shall be approved to CSA and/or UL standards. Quality Assurance The product must be FCC certified to comply with all 47 CFR FCC Part 15 Subpart B Emission requirements. Manufacturer shall be ISO 9001 Certified CONSTRUCTION DETAILS The Contractor shall submit to the Engineer for approval: complete shop drawings, detailed specifications, catalog cuts, parts lists, instruction sheets, and wiring diagrams for the equipment to be installed. The Contractor shall, in accordance with the manufacturer’s recommendations, mount the solar engine, 8” or 12” diameter yellow (or red) LED signal section(s) as shown in the contract documents. The Contractor will be required to install wiring, connecting the solar engine and the LED signal head(s) to complete the work. The Contractor shall secure the services of the manufacturer’s field advisor, as needed, for installing and testing each solar powered flashing beacon assembly and for orienting the solar panel array (solar engine) for optimum performance. METHOD OF MEASUREMENT

The work will be measured by the actual number of solar powered flashing beacon assemblies installed in accordance with the contract documents and as directed by the Engineer.

BASIS OF PAYMENT

The unit price bid for each solar powered flashing beacon assembly shall include the cost of furnishing all labor, materials, and equipment necessary to complete the work as specified, including, but not necessarily limited to solar engine, signal sections, and all mounting brackets and hardware. Each solar powered flashing beacon assembly shall consist of up to four 8” or 12” yellow (or red) LED signal section(s), one solar engine, mounting hardware, and wiring as required. Unit price bid excludes sign panel(s), sign panel mounting brackets and fasteners, and support post/pole.

Note in item description X = the number of LED signal section(s), Y = the color of the LED 1 = red, 2 = yellow

740 D262091

Page 215: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.82540009 - PREEMPT SYSTEM - DETECTOR CABLE, SHIELDED, 3 CONDUCTOR WITH STRANDED GROUND, AWG #20

Page 1 of 2

DESCRIPTION This work shall consist of furnishing and installing a detector cable for an emergency preemption system, in accordance with the contract documents, standard sheets, manufacturer's instructions and as directed by the Engineer.

MATERIALS The specific component used shall be for an Optical Priority Control Preemption System. The cable shall conform to the requirements of the National Electrical Code and be Underwriter’s Laboratory approved. The cable shall be rated for 600 volt service minimum and the conductors shall be stranded, individually tinned copper and color coded in accordance with manufacturer’s wiring connections. CONSTRUCTION DETAILS The cable shall be installed to deliver sufficient power from the phase selector to the detector and will deliver the necessary quality signal from the detector to the phase selector over a non-spliced distance of 1000 feet in length. All terminal connections shall be made with approved solderless lugs of the proper size using a crimping tool that is self-releasing when proper compression has been applied. Only connectors that provide continuity and physical contact around the circumference of the connector and conductor shall be used. During installation of the cable, the contractor shall take care not to damage conductors, insulation or outer covering. The length of cable installed shall not cause excessive stress on the conductors or any part of the cable. An insert lubricant approved by the engineer shall be used in placing cable in conduit. Cable shall be pulled into conduit by hand and the use of winches or other power actuated pulling equipment will not be permitted. At least 3 feet but not more than 5 feet of slack shall be left for each cable at each pullbox or junction box. Cable in pullboxes or junction boxes shall not cross over any other cables already in place nor block any conduit. All cable shall be identified as to function in each pullbox, junction box or cabinet by the use of aluminum or brass cable markers. A wire numbering system is to be used for identification; the key to the system shall be placed along with the wiring diagram in the controller cabinet.

741D262091

Page 216: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.82540009 - PREEMPT SYSTEM - DETECTOR CABLE, SHIELDED, 3 CONDUCTOR WITH STRANDED GROUND, AWG #20

Page 2 of 2

Splices in the cable shall not be allowed between the equipment terminals. Where cable is installed on a span wire, it shall be supported at intervals not greater than 15 inches, by 3-inch copper clad cable rings. Place any existing signal cables in these ring hangers, and remove any cable straps from the span wire. The contractor shall install the equipment in accordance with the contract documents, standard sheets, and manufacturer's instructions. The contractor shall assist in the performance of all tests, necessary to confirm acceptable operation, in the presence of the engineer and the fire department representative. METHOD OF MEASUREMENT The measurement for payment is the number of linear feet actually installed in accordance with the contract documents or as directed by the engineer. BASIS OF PAYMENT The unit price bid shall include the connectors, 3-inch copper clad cable rings, any drilling of the signal pole or mast arms, removing old cable straps, testing, cable markers, and incidental fittings to install the cable connections.

742 D262091

Page 217: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.90920001 - ELECTRIC METER SOCKET, 100 AMPERE, SINGLE PHASE, 120 VOLT FOR TRAFFIC SIGNAL INSTALLATIONS

01/19/96 Revised 12/20/02 Revised 08/11/03

Page 1 of 4

DESCRIPTION The Contractor shall furnish and install electric meter sockets for traffic signal installations where shown on the plans or where directed by the Engineer. MATERIALS All materials shall be approved by the local utility company. The electric meter socket shall be a 100 ampere, 2- wire, 120 volt, 4-terminal ringless style, lay-in type with line and load connectors rated for a maximum #2 AWG wire size with option for lever operated bypass switch. The meter socket shall be wired as shown in Figure No. 1. The socket shall be equipped with a bracket for vertical mounting on a curved pole surface. The bracket shall be made of 1/16 inch aluminum with a reinforced mounting bar and having equipment mounting slots 1/4” x 5/8” on 4 inch centers. CONSTRUCTION DETAILS The electric meter socket shall be attached to the signal pole with four 1/4” stainless steel bolts drilled and tapped into the signal pole. The meter socket and mounting bracket shall be installed such that they are located away from the vehicular traffic flow, and at a height of approximately 5 feet above the surrounding ground. Grounding shall be accomplished by running a continuous #4 AWG bare stranded copper wire as follows: the ground wire shall be run from the ground terminal of the meter socket to the ground bus of the raintight disconnect box, then to the ground bus of the signal cabinet, and then to a 5/8” x 10’ ground rod. The ground rod shall be installed in a pullbox or ground well located a minimum of 3 feet from the center of the pole. Typical overhead and underground electric service details are attached. METHOD OF MEASUREMENT This work will be measured as the number of meter sockets installed. BASIS OF PAYMENT The unit price bid for this item shall include the cost of furnishing all labor, material and equipment necessary to complete the work. The 1 NPS diameter galvanized steel conduit with galvanized 2 hole pipe straps and galvanized weatherhead, and the raintight disconnect box (to be attached to the meter socket and the signal pole in order to install the service cable) shall be paid for under their respective items.

743D262091

Page 218: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.90920001 - ELECTRIC METER SOCKET, 100 AMPERE, SINGLE PHASE, 120 VOLT FOR TRAFFIC SIGNAL INSTALLATIONS

01/19/96 Revised 12/20/02 Revised 08/11/03

Page 2 of 4

744 D262091

Page 219: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.90920001 - ELECTRIC METER SOCKET, 100 AMPERE, SINGLE PHASE, 120 VOLT FOR TRAFFIC SIGNAL INSTALLATIONS

01/19/96 Revised 12/20/02 Revised 08/11/03

Page 3 of 4

745D262091

Page 220: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.90920001 - ELECTRIC METER SOCKET, 100 AMPERE, SINGLE PHASE, 120 VOLT FOR TRAFFIC SIGNAL INSTALLATIONS

01/19/96 Revised 12/20/02 Revised 08/11/03

Page 4 of 4

746 D262091

Page 221: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.93500101 - SPREAD SPECTRUM WIRELESS TRAFFIC CONTROL

Page 1 of 2 02/28/2000

DESCRIPTION Under this item the Contractor shall furnish and install spread spectrum wireless traffic control units at locations shown on the plans and as ordered by the Engineer. MATERIALS All components and equipment for the “WIRELESS TRAFFIC CONTROL SYSTEMS - SPREAD SPECTRUM” shall conform to Part I, Chapter I, of the New York State Transportation Management Equipment Specifications dated March, 2008. The spread spectrum wireless traffic control units shall have an operating temperature of -30o F to +165o F. CONSTRUCTION DETAILS General Requirements. The Spread Spectrum module is a duplex RF transmitter / receiver capable of operating in the 902 MHz to 928 MHz frequencies. The module shall be compatible with and mate to the NYS Model 330 cabinet input files (as described in PART IV Chapter 1 of the NEW YORK STATE TRANSPORTATION MANAGEMENT EQUIPMENT SPECIFICATIONS, March, 2008). The module shall interface with the NYS Model 179 Traffic Controller through the existing communications ports and shall have the ability to interface directly off 2/4 wire copper, and to optionally add plug-in modules for the following specific digital interfaces: RS232, RS422/485, 2-wire FSK and 4-wire FSK. The spread spectrum module shall be able to provide data transfer rates and protocols necessary for the proper operation of the New York State closed loop traffic signal system software (BI Tran Systems, Inc., QuicNet/2 and QuicNet/4 master program 210 and program 233NY9).

Functional Requirements. The following shall be the minimum required specification for a Spread Spectrum Wireless Closed-Loop Traffic Signal System. General Requirements. 1. Spread Spectrum (902 - 928 MHz) equipment shall provide a reliable communications medium

for the connection of local controllers to a field master controller without the aid of a hard-wire or fiber interconnection.

2. Equipment for the Master site shall operate at up to 115 kbps, as a transparent Point-to-Multipoint RS232 communications network. The Master site shall use either an Omni-directional antenna or directional yagi antennas, with power output not to exceed 4 watts maximum ERP as specified in FCC rules for Part 15.247 (1 watt maximum output of Spread Spectrum equipment, 6 dBi total system gain).

3. Equipment used for the local sites shall be the same as that used at the Master site (see section 2.1.2) with the exception that directional yagi antennas shall be used.

Module Requirements. Radio equipment module, as a minimum, shall: 1. Have the ability to be installed into a standard EIA 19” input file rack assembly standard with the

model 330 traffic signal cabinet as described in the New York State Transportation Management Equipment Specifications, and shall be able to obtain the necessary power source from the input file assembly without modifications to the existing configuration of this assembly.

747D262091

Page 222: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.93500101 - SPREAD SPECTRUM WIRELESS TRAFFIC CONTROL

Page 2 of 2 02/28/2000

2. Have RS232 and 2/4 wire FSK communication interface or approved equal. 3. Have the ability to interface directly off 2/4 wire copper, and to optionally add plug-in modules

for specific digital interfaces: RS232, RS422/485, 2-wire FSK and 4-wire FSK. 4. Have a type N female antenna connector. 5. Have LED indicators for PWR, TXD, RXD.

Radio Requirements. Spread Spectrum transceiver, as a minimum, shall: 1. Meet FCC Part 15.247 requirements. 2. Use Frequency-Hopping Spread Spectrum modulation (FHSS). 3. Operate in the unlicenced ISM band (frequencies 902- 928 MHz). 4. Provide user selected RF power output levels (1 mW, 10 mW, 100 mW or 1 W ). 5. Offer 50 user selectable channels, 30 available hopping sequences, with 2 non-overlapping hop sequences. 6. Shall have a system gain of 136 dB or better. 7. Shall have a receiver sensitivity of 106 dBm or better. 8. Operate in a key-by-data mode and support RTS, ITS, & DID for handshaking, as required. 9. Offer serial data rates of 1200 bps to 115 kbps, 8 or 9 data bits, 1 stop bit data format. 10. Have the ability to operate in both point-to-point and point-to-multipoint modes. 11. Shall have 16 bit CRC with Auto re-transmit error detection and error correction. 12. Have the ability to connect directly to 2 or 4 Wire FSK (1200 bps, Bell 202) circuits. 13. Have a current consumption of no more than 550 mA @ 12 V DC, 1 W transmit power and 200 mA @ 12

V DC, standby mode. Accessories requirements. 1. Application specific data cables shall be included to interface the Field Master and Local controllers as

appropriate. 2. All radio equipment and cables shall be delivered pre-configured for the specific application, and ready for

field installation and operation. 3. Lightning protection shall be provided on each communication cable brought into the controller cabinet. 4. Firmware shall be provided for the programming and configuration of the spread spectrum radio module.

All installation and operation manuals for this firmware shall be provided. 5. Installation, Operation and Maintenance Manuals shall be supplied for the spread spectrum radio module in

accordance with Part I, Chapter I, Section III, of the New York State Transportation Management Equipment Specifications dated March, 2008.

METHOD OF MEASUREMENT The quantity to be paid will be the number of spread spectrum wireless traffic control units installed in accordance with the plans, specifications, and orders of the Engineer. BASIS OF PAYMENT The unit price for each spread spectrum wireless traffic control unit installed shall include the cost of all labor, materials, testing, and equipment necessary to install and make operational the spread spectrum wireless traffic control unit.

748 D262091

Page 223: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.93500201 - DIRECTIONAL YAGI ANTENNA FOR SPREAD SPECTRUM WIRELESS TRAFFIC CONTROL

02/28/2000

Page 1 of 1

DESCRIPTION Under this item the Contractor shall furnish and install directional yagi antenna for spread spectrum wireless traffic control units at locations shown on the plans and as ordered by the Engineer. MATERIALS All components and equipment for the “DIRECTIONAL YAGI ANTENNA FOR WIRELESS TRAFFIC CONTROL” shall conform to Part I, Chapter I, of the New York State Transportation Management Equipment Specifications dated March, 2008. The directional yagi antenna for spread spectrum wireless traffic control shall have the following minimum requirements: 1. Termination connector type N male 2. Height 24” 3. Width at 896 MHz 6 - 13/32” 4. Rated wind velocity 150 mph 5. Rated wind velocity with 1/2” radial ice 125 mph 6. Lateral thrust at 100 mph wind velocity 1/2 oz. 7. Lightning Protection for DC Ground 8. Operating temperature -30o F to +165o F. CONSTRUCTION DETAILS General Requirements. Wireless traffic control systems require the use of antennas for communication between the Local Traffic Controller and the Master Controller. The Master site shall use either an Omnidirectional antenna, with power output not to exceed 4 watts maximum ERP as specified in FCC rules for Part 15.247 (1 watt maximum output of spread spectrum equipment, 6 dBi total system gain), or directional yagi antennas. The local sites shall use directional yagi antennas.

Functional Requirements. The following shall be the minimum required specification for a directional yagi antenna for spread spectrum wireless traffic control. 1. Frequency range 890 to 960 MHz 2. Normal gain 10 dB 3. Bandwidth VSWR 1.5 90 MHz 4. Front to Back Ratio 20 dB 5. Horizontal Beamwidth (at half power points) 50 degrees 6. Vertical Beamwidth (at half power points) 45 degrees 7. Power Rating 200 W 8. Projected Area (flat plane equivalent) 4.3 ft² 9. Allow for vertical or horizontal polarization METHOD OF MEASUREMENT The quantity to be paid will be the number of directional yagi antennas for spread spectrum wireless traffic control units installed in accordance with the plans, specifications, and orders of the Engineer. BASIS OF PAYMENT The unit price for each directional yagi antenna for spread spectrum wireless traffic control unit installed shall include the cost of all labor, materials, testing, and equipment necessary to install and make operational the spread spectrum wireless traffic control unit.

749D262091

Page 224: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.93500301 - REMOTE ANTENNA CABLE FOR SPREAD SPECTRUM WIRELESS TRAFFIC CONTROL

02/28/2000

Page 1 of 1

DESCRIPTION Under this item the Contractor shall furnish and install remote antenna cable for spread spectrum wireless traffic control units at locations shown on the plans and as ordered by the Engineer. MATERIALS All components and equipment for the “REMOTE ANTENNA CABLE FOR WIRELESS TRAFFIC CONTROL” shall conform to Part I, Chapter I, of the New York State Transportation Management Equipment Specifications dated March, 2008. The remote antenna cable for spread spectrum wireless traffic control shall have the following minimum requirements: 1. Minimum bend radius 1” 2. Weight 1.1 oz./ft. 3. Flat plate punch 7.6 oz./ft. 4. Inner conductor 0.1” dia. solid BCCA 5. Outer conductor 0.3” thick aluminum tape 6. Standard jacket 0.4” black polyethylene 7. Installation, operating, and storage temperature range -30o F to +165o F 8. Cutoff frequency 16.2 GHz 9. Voltage withstand 2,500 V DC 10. DC resistance of inner conductor 7.34 ohm/mile 11. DC resistance of outer conductor 8.71 ohm/mile 12. Capacitance 24.2 pF/ft. 13. Shielding effectiveness >90 dB 14. At frequencies of 900 MHz attenuation of 2.7 dB/100 ft, with an average power of 0.33 kW CONSTRUCTION DETAILS General Requirements. The cable connected between the remote antenna and the radio transmitter/receiver shall be flexible enough to be easily routed into and through tight spaces without kinking. This cable shall have signal losses which are consistent with the RG-8/RG-213 type cable and shall have sufficient RF shielding and phase stability within operating temperatures and with bending. The exterior jacket shall be UV resistant and there shall be a water blocking material within the braid.

METHOD OF MEASUREMENT The quantity to be paid will be the number of feet of remote antenna cable for spread spectrum wireless traffic control units installed in accordance with the plans, specifications, and orders of the Engineer. BASIS OF PAYMENT The unit price per foot for each remote antenna cable for spread spectrum wireless traffic control unit installed shall include the cost of all labor, materials, testing, and equipment necessary to install and make operational the spread spectrum wireless traffic control unit.

750 D262091

Page 225: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.94000015 - RAINTIGHT DISCONNECT BOX

1 of 1 1/19/81 M 11/13/94

Description. Under this item the Contractor shall furnish and install a raintight disconnect box where shown on the plans, on the standard sheets, or where directed by the Engineer. Materials. The raintight disconnect box shall consist of a circuit breaker enclosed in a lockable raintight cabinet, both approved for use by Underwriters Laboratory. The amperage of the circuit breaker supplied in the disconnect box shall be at least 10 amperes higher than the main circuit breaker contained in the control cabinet being serviced, but shall not exceed the maximum amperage allowed for the service entrance cable used, as specified by the most current National El critical Code. The raintight cabinet supplied shall be of a construction such that it can be locked by a standard padlock. Construction Details The disconnect box shall be installed at the location shown on the plans, on the standard sheets, or where directed by the Engineer. It shall be attached to the pole or cabinet as shown on the plans, on the standard sheets, or as directed by the Engineer. Once installed, the contractor shall keep the disconnect box padlocked until the signal installation is accepted by NYS DOT. During this time, the EIC shall be provided with a key which will open the contractor's padlock. Once the installation is accepted, the maintaining agency will install its own padlock and the Contractor's lock and key will be returned. Method of Measurement This item will be measured for payment as the number of raintight disconnect boxes furnished, installed, and accepted by the Engineer-in-Charge. Basis of Payment The unit price bid shall include the cost of all labor, material, and equipment necessary to complete the work as shown on the plans, on the standard sheets, or as directed by the Engineer.

751D262091

Page 226: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 680.95010415 - SERVICE CABLE 1 CONDUCTOR, NO. 04 AWG ITEM 680.95010615 - SERVICE CABLE 1 CONDUCTOR, NO. 06 AWG ITEM 680.95010815 - SERVICE CABLE 1 CONDUCTOR, NO. 08 AWG ITEM 680,95011015 - SERVICE CABLE 1 CONDUCTOR, NO. 10 AWG ITEM 680.95020415 - SERVICE CABLE 2 CONDUCTOR, NO. 04 AWG ITEM 680.95020615 - SERVICE CABLE 2 CONDUCTOR, NO. 06 AWG ITEM 680.95020815 - SERVICE CABLE 2 CONDUCTOR, NO. 08 AWG ITEM 680.95021015 - SERVICE CABLE 2 CONDUCTOR, NO. 10 AWG

Page 1 of 1 June 2009

Description. Under this item the Contractor shall furnish and install in a raceway or conduit service entrance cable which is suitable for wet or dry locations at the location indicated on the plans and as directed by the Engineer. This cable will transmit current from the power source to the signal controller cabinet. Material. The cable shall conform to the requirements for service entrance cable of the National Electrical Code and be Underwriters Laboratory approved. The cable shall be rated for 600 volt service and the conductors shall be stranded copper wire or as specified in the contract documents. Construction Details. Service cable shall be installed in accordance with Details: the contract documents and as directed by the Engineer. A sufficient length of cable, not less than 24 inches, shall be left at the end of the run to allow for the tap to be made by the utility company at the power source entrance. The Contractor shall make all connections at the fused disconnect and the ground bar in the signal controller cabinet. Method of Measurement. Service cable will be measured as the number of linear feet actually installed in accordance with the contract documents or as directed by the engineer. Basis Of Payment. The unit price bid per linear foot shall include the cost of all materials, labor, connections, incidental fittings, equipment, tools, and all necessary tests to complete the installation.

752 D262091

Page 227: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.06010013 - TRAFFIC MONITORING CABINET

Page 1 of 9 7/23/99

DESCRIPTION: Under this item, the Contractor shall furnish and install cabinets at the locations shown by the Contract Documents and as ordered by the Engineer. These cabinets shall house equipment furnished and installed under other contract items. MATERIALS: Each cabinet shall be provided complete with all internal components and all mounting hardware necessary to provide for the installation of traffic monitoring equipment. All cabinets of the same type shall be identical in size, shape, and quality throughout the entire contract. In addition, the cabinets shall be equipped internally as specified herein, and as required to suit the specific complement of equipment shown on the plans. All cabinets shall be of welded sheet aluminum construction, ⅛” thickness 5052-H32 sheet aluminum. All equipment under this item is to be in full conformance with the New York State Standard Specifications unless otherwise stated herein. The equipment design shall utilize the latest available techniques, minimum number of different parts, subassemblies, and/or circuits to maximize standardization and commonality. Electronic Components No component shall be of such design, fabrication, nomenclature, or other identification as to preclude the purchase of said component from any wholesale electronics distributor or from the component manufacturer. Mechanical Components Hardware All external screws, nuts, and locking washers shall be stainless steel; no self tapping screws shall be used unless specifically approved by the Engineer. All screws, nuts, and locking washers used internally shall be of corrosion resistant material, or suitably plated to resist corrosion. All material furnished shall be new, first quality, and used in accordance with the highest industry practices.

753D262091

Page 228: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.06010013 - TRAFFIC MONITORING CABINET

Page 2 of 9 7/23/99

Material All parts shall be made of corrosion resistant material, such as plastic, stainless steel, aluminum, or brass or shall be treated with corrosion resistance such as cadmium plating or galvanizing. All materials used in construction shall be resistant to fungus growth and moisture deterioration. Dissimilar metals apt to corrode through electrolysis under the environmental operating conditions specified shall be separated by an inert material. The equipment shall be modular in design such that major portions may be readily replaced in the field. All equipment shall be designed for ease of installation and maintenance. All component parts shall be readily accessible for inspection and maintenance. Functional Requirements These cabinets shall be provided with fully wired side panels with all necessary terminal boards, wiring harnesses, connectors, and attachment hardware for each cabinet location. All equipment shall be shelf mounted. All terminals and panel facilities shall be placed on the lower portion of the cabinet walls below all shelves. All cabinets shall be keyed alike with one key to be provided for each cabinet. The Contractor shall submit a cabinet layout for each cabinet type for review by the Engineer. Only cabinets with approved layouts will be accepted under this Contract. Each field cabinet shall, as a minimum, be supplied with the following:

Fan and Thermostat (non-solar continuous count applications only) Power Distribution Panel (non-solar continuous count applications only) Air Filter Adjustable Shelves (2) Locking Mechanism Lock Ground Bus (2) Surge Protection (for solid state equipment in continuous count applications only) Terminal Blocks All Necessary Installation and Mounting Hardware

Specific Requirements

Electrical Power Distribution Panel

754 D262091

Page 229: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.06010013 - TRAFFIC MONITORING CABINET

Page 3 of 9 7/23/99

The cabinets shall be furnished with a power distribution panel. The necessary 120 VAC power for non-solar continuous count applications shall be distributed from a power distribution terminal board which is fed from the equipment circuit breaker branch on the power panel. The panel shall include the following equipment:

Duplex Outlet (non-solar continuous count applications only) 115 VAC convenience outlet with integral ground fault interrupt, protected by a circuit breaker. The receptacle shall be a NEMA Type 5-15R duplex receptacle located so that no electrical hazard shall exist when used by service personnel. Lamp (non-solar continuous count applications only) A panel mounted 40 watt weatherproof incandescent lamp with an on-off switch. Circuit Breaker(s) (non-solar continuous count applications only) The circuit breaker shall be approved and listed by Underwriter=s Laboratories. The operating mechanism shall be enclosed, trip free from operating handle on overload, and trip indicating. Contacts shall be silver alloy enclosed in an arc quenching chamber. Each cabinet used in a continuous count application shall have, as a minimum, a circuit breaker to protect the lamp, vent fan and duplex outlet. Circuit breakers shall be unaffected by ambient temperature range, relative humidity, applied power, shock, and vibration range specified in NEMA TS1. Breakers shall have a minimum interrupt capacity of 5000 amperes. Power Cable Input and Junction Terminals Power Distribution Blocks suitable for use as a power feed and junction points shall be furnished and installed for two and three wire circuits in cabinets used for continuous count applications. The line side of each circuit shall be capable of handling the number of AWG wire sizes as shown on the plans. Communications Terminal One RJ11 modular telephone jack shall be installed in the cabinet for continuous count non-cellular communications applications. This terminal facility shall provide for the termination of the multi-pair cables as well as distribution of the

755D262091

Page 230: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.06010013 - TRAFFIC MONITORING CABINET

Page 4 of 9 7/23/99

particular associated cabinet pairs. Wiring Cabinet wiring shall be provided for the equipment complement as specified on the plans. All cabinet wiring where connected to terminal strips shall be identified by the use of insulated pre-printed sleeving slipped over the wire before attachment of the lug or making the connection. The wire markers shall carry the legend in plain words with sufficient details so that a translating sheet will not be required. All wires shall be cut to the proper length before assembly. No wires shall be doubled back to take up slack. Wires shall be neatly laced into cables with nylon lacing. Cables shall be secured with nylon cable clamps. The grounded side of the electric service shall be carried throughout the cabinet without a break. All electrical connections in the cabinet shall have sufficient clearance between each terminal and the cabinet to provide an adequate distance to prevent a leakage path or physical contact under stress. When these distances cannot be maintained, barriers must be provided. All equipment grounds shall run directly and independently to the ground bus. All wiring containing line voltage AC shall be routed and bundled separately and/or shielded from all low voltage circuits. All conductors and live terminals or parts, which could be hazardous to maintenance personnel, shall be covered with suitable insulating material. All conductors used in the cabinet wiring shall be #22 AWG or larger. All wiring containing line voltage AC shall be #14 AWG or larger. The AC return and equipment ground wiring shall be electrically isolated from each other and the AC + wiring by an insulation resistance of at least 10 Megohms when measured at 250 VAC. Return and equipment grounding wiring shall be color coded white and green respectively. Terminal Blocks Terminal strips located on the panels shall be accessible to the extent that it shall not be necessary to remove the electronic equipment from the cabinet to make an inspection or connection.

756 D262091

Page 231: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.06010013 - TRAFFIC MONITORING CABINET

Page 5 of 9 7/23/99

Terminal blocks shall be two position multiple pole barrier type. Shorting bars shall be provided in each of the positions provided along with an integral marking strip. Terminal blocks shall be so arranged that they shall not upset the entrance, training, and connection of incoming field conductors. All terminals shall be suitably identified by legends permanently affixed and attached to the terminal blocks. Not more than three conductors shall be brought to any one terminal screw. No electrically alive parts shall extend beyond the protection afforded by the barriers. All terminal blocks shall be located below the shelves. AC terminal blocks shall be Underwriter=s Laboratory approved for 600 volts AC minimum and shall be suitable for outdoor use. Terminals used for field connections shall secure conductors by means of a #10-32 nickel or cadmium plated brass binder head screw. Terminals used for interwiring connections, but not for field connections, shall secure conductors by means of a #6-32 nickel or cadmium plated brass binder head screw. As a minimum, all connections to and from the electronic equipment shall terminate to an interwiring type block. These blocks will act as intermediate connection points for all electronic equipment inputs and outputs. All return and equipment grounding wiring shall terminate to the ground bus installed in the cabinet. Surge Protection (non-solar continuous count applications only) Protector and Cabinet Configuration Communication cable pairs or other electronic equipment harnesses within the cabinet shall have surge protectors installed between the cable pairs and the equipment. The conductor leads and the surge protector leads shall be kept as short as possible with all conductor bends formed to the maximum possible radius. The protector units shall be located as near as possible to the entry point and as far as possible from any electrical equipment. The protector ground lead shall be made directly to the cabinet wall or ground plane. The surge protectors utilized for AC power shall not dissipate any energy and shall not provide any series impedance during stand-by operation. The units shall return to non-shunting mode after the passage of any surge and shall not allow the shunting of AC power. Power Line Surge Protector

757D262091

Page 232: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.06010013 - TRAFFIC MONITORING CABINET

Page 6 of 9 7/23/99

A power line surge protector shall be installed in each cabinet between the load side of the input power circuit breaker or fuse and ground. The surge protector shall have the following characteristics:

(a) Working Voltage The unit shall be rated for operation on AC power lines with a voltage rating of 130 volts RMS and 184 volts peak or 275 volts RMS and 389 volts peak for nominal 115/240 VAC respectively.

(b) Surge Voltage

The unit shall limit the surge voltage applied to the equipment to 650 volts peak while conducting a peak surge current of at least 6000 amperes. The surge current shall be an unsymmetrical triangular wave (designated 8 x 20 microseconds) that requires 8 microseconds to reach the peak value and at 20 microseconds will have half the peak value.

(c) Energy Rating

The unit shall be capable of dissipating 50 joules of surge energy without damage to itself. The unit shall have a 15 watt power dissipation rating.

Cabinet Thermostat For cabinets equipped with a cooling fan, a surge and transient noise suppressor in the form of a varistor shall be installed across the thermostat that is used to control the fan. The varistor shall have characteristics equal to or better than the following:

GE Model Number V15OLAIOA Stetron 250NRO7-1 Siemens SIOK150

Cabinet Grounding A solid copper ground bus bar shall be permanently affixed to the inside surface of a cabinet wall. The point of contact between the ground bus and cabinet wall shall have less than 1 ohm resistance. The copper ground bus bar shall have a minimum of 10 connector points, each capable of securing at least one #10 conductor. AC return and equipment ground wiring shall return to the ground bus bar. Where multiple bus bars are used, they shall be bonded to each other with

758 D262091

Page 233: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.06010013 - TRAFFIC MONITORING CABINET

Page 7 of 9 7/23/99

bare stranded #10 copper wire. When installed, the cabinets shall be grounded in accordance with sub-section 680-3.12 of the New York State Standard Specifications.

Mechanical Size and Construction The cabinets shall be clean-cut in design and appearance and have minimal internal dimensions as shown on the plans. The cabinet shall be pole or pedestal mounted. All parts of the cabinet shall be cleaned, smoothed, and free from flaws, cracks, dents, and other imperfections. The cabinet shall be rigidly constructed to provide vibration free and satisfactory operation of the field equipment when installed. The cabinets shall be dust and rain tight and capable of maintaining a dry internal condition when subject to rain and wind gusts. Doors All doors shall be securely gasketed to prevent the entrance of dust and moisture. The main door of the cabinet shall include substantially the full area of the front of the cabinet. The door shall be provided with a catch to hold the door open at 135 degrees, plus or minus 25 degrees. The catch shall hold the door securely open until released. Doors shall be hinged on the right-hand side with at least two aluminum hinges with stainless steel hinge pins. The hinges shall be crimped or welded to prevent removal of the hinge pins. The hinges shall be bolted to the cabinet housing in a manner that prevents unauthorized personnel from removing the door with commonly available tools. Ventilation The cabinet shall be furnished with a thermostatically controlled ventilation fan mounted with a rain-snow and insect tight housing for non-solar continuous count applications. The electric fan shall have a rated capacity of at least 200 cubic feet per minute. The louver area shall be of sufficient size to permit the free flow of air corresponding to the rated capacity of the associated cabinet fan. Filters shall be provided on all louvers. The fan and cabinet ventilation louvers shall be located with respect to each other so as to direct the bulk of the air flow throughout the entire cabinet and in particular over the field equipment units as approved by the Engineer. The thermostat shall be adjustable to turn on between 90 degrees and 120 degrees Fahrenheit. Exterior Finish The exterior on all equipment cabinets furnished shall be of bare, unpainted aluminum.

759D262091

Page 234: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.06010013 - TRAFFIC MONITORING CABINET

Page 8 of 9 7/23/99

Locks The lock for the door shall be of the self-locking heavy duty (5) pin tumbler cylinder rim type. Locks shall be keyed identical to existing Traffic Monitoring cabinets as follows: grand master key 1-10D and master key #2. The cabinet shall be furnished with a 3 point positive locking door. One key shall be provided for each cabinet. Shelves Adjustable shelves shall be provided to hold the equipment specified on the plans. Shelf adjustment shall be 2 inch intervals in the vertical positions. Mounting Hardware The cabinet shall be furnished with mounting plates and other necessary hardware to mount the cabinet on a pole or foundation. Panels All panels shall be designed to mount in the cabinet on mounting studs. It shall not be necessary to remove the panel to replace any panel mounted equipment. Connection of Lead-In Cable Connection of loop and/or piezo detector lead-in cable to the detector unit terminal boards shall be accomplished in the following manner:

Each cable shall be properly dressed into position in accordance with the approved lead-in cable position on the panel (cables shall be bundled together and broken out by their position on the terminal boards).

The cable shield shall be brought as close to the terminal points as possible and grounded.

Connection of Miscellaneous Cables Connection of any other wires required to complete connections of an operational system shall be accomplished in the following manner:

All wiring shall be of such size to satisfy good engineering practices and meet the requirements of the National Electric Code. All wiring connected to terminal boards shall be identified by the use of insulated pre-printed sleeving slipped over

760 D262091

Page 235: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.06010013 - TRAFFIC MONITORING CABINET

Page 9 of 9 7/23/99

the wire before final attachment, or other suitable identification. All wires shall be cut to proper length before assembly. No wire shall be doubled back to take up the slack. Wires shall be neatly laced into cables with nylon lacing or plastic straps. Cables shall be secured with suitable clamps. All wires entering or leaving a field cabinet shall be terminated on their proper terminal boards.

Documentation Each field cabinet shall be supplied with three (3) copies of the Final Cabinet Wiring Diagram. One (1) copy shall be placed in a clear plastic envelope and left in the cabinet. Two (2) copies shall be delivered to the Engineer. Quality Assurance Provisions The following water spray tests shall be performed on the empty cabinet:

Water shall be sprayed from a point directly overhead at an angle of 60 degrees from the vertical axis of the cabinet. This procedure shall be repeated for each of eight equally spaced positions around the cabinet for a period of not less than five minutes in each position. The water shall be sprayed using a domestic type sprinkling nozzle at a rate of not less than 1 gallon per minute per square foot of surface area. The cabinet shall then be inspected for leakage. Evidence of water leakage shall be cause for rejection. A Manufacturers certification of successful completion of the water spray test and that the cabinet conforms to this specification, shall be the basis of acceptance of the cabinet. Separate submission of test cabinets shall not be required.

METHOD OF MEASUREMENT Each cabinet will be measured as the number of complete units furnished and installed in accordance with the Contract Documents or as directed by the Engineer. BASIS OF PAYMENT The unit bid for each cabinet shall include the cost of furnishing all labor, materials, and equipment necessary to complete the work. Payment for cabinet grounding and equipment harnesses shall be included under the price bid for these items.

761D262091

Page 236: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.15020011 - REMOVE AND STORE EXISTING LED FULL MATRIX VARIABLE MESSAGE SIGN ASSEMBLY

Page 1 of 2 Nov 2007

DESCRIPTION This work shall consist of removal and storage of Existing LED Full Matrix Variable Message Sign Assembly in accordance with the contract documents and as directed by the Engineer. The Contractor shall remove the VMS assembly from existing sign structures, protect, transport and store the VMS assembly in accordance with the contract documents or as directed by the Engineer. This item shall include all sign modules, sign housing, VMS controller, VMS power distribution assembly (PDA), brackets and miscellaneous hardware used solely for the support of the designated VMS assembly and all cabling in the sign and between the sign and controller. MATERIALS None Specified. CONSTRUCTION DETAILS The Contractor and the Engineer shall jointly inspect the existing VMS assembly for damage prior to removing any portion of the VMS assembly. All preexisting damage, missing parts shall be documented, in writing and supported photographically when possible, and submitted to the Engineer at least 5 days prior to removal of the VMS assembly.

All wire and cabling between the VMS controller cabinet and the VMS assembly shall be completely removed from the sign structure and conduit system and disposed of by the Contractor. The Contractor shall remove all power connections to the VMS. The Contractor shall disconnect and remove the VMS controller from the controller cabinet. Power to the controller cabinet shall remain. The Contractor shall not remove or disconnect the existing power distribution assembly (PDA) until such time as a new replacement PDA is to be installed.

The Contractor shall not disconnect or remove power to the fiber optic modem without prior written approval from the Engineer. The modem provides continued communication to other VMS assemblies sharing the self-healing ring and therefore the allowable downtime of the modem, and any system that affects its functionality, shall be limited to one eight-hour period as agreed to by the Engineer.

Care shall be exercised in removing the VMS assembly to prevent damage to any part of the sign face, housing, structural members or electronic components. Any damage caused by the Contractor’s operations shall be repaired or the damaged part replaced to the satisfaction of the Engineer at the Contractor’s expense.

The VMS assembly shall be shipped by flat bed trailer or other similar means. Structural elements shall be shimmed, blocked, or tied down to prevent distortion or other damage from occurring during transportation. The use of any device which does not support the assembly for its entire length shall not be permitted. Sections less than 50 feet in length shall be, at a minimum, supported at the midspan and end points. Sections 50 feet and longer shall be, at a minimum, supported at the ends and at the quarter points. Adhering to these requirements does not relieve the Contractor of the responsibility for damage to the structure en route.

The existing VMS assembly shall be removed and stockpiled in a neat and skillful manner, to the satisfaction of the Engineer, by the Contractor at the site or sites designated by the Engineer. Any assembly stored at storage areas, shall be supported off the ground in a manner that will not allow distortion, or other damage to occur. Material shall be stored in a manner that will protect

762 D262091

Page 237: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.15020011 - REMOVE AND STORE EXISTING LED FULL MATRIX VARIABLE MESSAGE SIGN ASSEMBLY

Page 2 of 2 Nov 2007

the materials from deformation, surface deterioration and accumulations of dirt, oil, or other foreign matter.

All of the component parts of the support structure as well as any roadway appurtenances which are to remain in place including, but not limited to, the VMS controller cabinet, sidewalks, curbs, guiderailing, approach pavement, or existing abutments, which are damaged as a result of the Contractor’s operations shall be repaired or replaced at the expense of the Contractor. The Engineer will be the judge as to whether the components or appurtenances have been damaged and shall be repaired or replaced.

All refuse materials accumulated as a result of the contractor’s operations shall be removed from the site and properly disposed of by the Contractor.

METHOD OF MEASUREMENT This work will be measured as the number of existing LED Full Matrix Variable Message Sign Assembly satisfactorily removed, stored and inspected. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work.

Progress payments will be made as follows:

• Seventy-five percent (75%) of the bid price for each item will be paid upon the removal and storage or disposal of the existing VMS assembly as specified.

• Twenty-five percent (25%) of the bid price will be paid upon completion of a satisfactory inspection of associated component parts and roadway appurtenances, to remain in place.

763D262091

Page 238: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 1 of 14 2/04/10

DESCRIPTION The Contractor shall furnish and install Dynamic Message Signs (DMS), using light emitting diode (LED) technology, of the sizes and at locations as shown on the Plans or as directed by the Engineer. MATERIALS General: The DMS equipment shall include, but is not limited to:

• DMS display modules, capable of full matrix alphanumeric and special character messages • DMS controllers • DMS display modules attachment hardware • DMS software • Power Supplies • All required power and data cabling and ancillaries • Conduit

The complete LED Dynamic Message Sign assembly shall conform to the requirements of the current National Electrical Manufacturers Association (NEMA) Standard No. TS-4 - Section 2, Environmental Standards and Test Procedures. The manufacturer shall provide certification for equipment compliance with NEMA environmental standards in accordance with NEMA testing procedures. Materials not specifically covered in these specifications shall be in accordance with the accepted standards of the NEMA, The Underwriters Laboratories (UL) Inc., The National Electrical Code (NEC), and the American Society for Testing and Materials (ASTM). DMS display components shall be designed for easy repair, replacement, and maintenance, considering on-site access for disassembly and reassembly will employ man lift equipment. All electronic setup and adjustments for the display shall be enabled from the ground mounted equipment cabinet. All materials to be furnished, assembled, fabricated or installed shall be new, corrosion resistant and in accordance with the details as shown on the Plans or as specified in the Contract documents. DMS Display Module: LED’s shall be Amber in color with a minimum of 3 LED’s per pixel, traceable to the manufacturer, with a typical luminous intensity of 3500 millicandela per LED when driven at 20 mA. The LED’s used in the display shall be obtained from batches sorted for luminous output, where the highest luminosity LED shall not be more than fifty percent more luminous than the lowest luminosity LED. The brightness and color of each pixel shall be uniform over the entire face of the sign, within the required cone of vision, at a distance of 100 to 1100 feet, in all lighting conditions.

764 D262091

Page 239: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 2 of 14 2/04/10

The LEDs shall be protected from degradation due to sunlight and furnished shall be untinted, non- diffused, a high power aluminum indium gallium phosphide (AlInGaP) amber LED with a peak wavelength 590 +/-5 nanometers. The pixel and module construction technique shall result in a minimum viewing cone of 60 degrees horizontal and 35 degrees vertical. The LED display module shall be completely environmentally sealed. The protective face of the LED module shall be a solar grade polycarbonate material. All masks that are used to enhance the LED contrast or readability shall be UV inhibited. The LED display module must be constructed to preclude distortion from an 80 MPH wind load. Each LED display module shall be identical and interchangeable; to be removed and replaced easily using simple hand tools without affecting the operation of the remaining modules. The mounting design shall use mechanical fasteners that are resistant to vibration and vandalism. Electronics: All printed circuit boards shall be FR-4 1.6 mm material, minimum 28 gram copper, double sided with plated holes meeting environmental requirements with moisture proofing conformal coating. Power Supplies: The power supplies shall be rated to supply the required amperage for all DC powered installed equipment and with all LED modules turn-on at full brightness, plus twenty-five percent. The power supplies shall be short circuit protected by DC power off and reset automatically with AC power off. The power supplies shall be protected by an overload allowance ranging from 105% up to 135% of inrush current. DMS Controller: The DMS controller shall provide all the necessary functions to control and monitor the DMS locally and from the Regional Traffic Operation Center (RTOC). Each sign assembly shall include photo cells for automatic pixel brightness adjustment to suit ambient lighting conditions. Brightness shall also be manually settable from the front panel of the controller and remotely from the DMS Central Control System in about 5% increments. Control shall be returnable to automatic from both the sign controller and the central computer. Users shall configure the fonts supported by the sign on an alphanumeric keyboard. Message text shall be configurable for variable character height, width, and spacing, and for line spacing. The default configuration shall be settable for three lines of text, with 18 inch high x 12 inch wide characters. A minimum of 16 characters per line shall be provided for at these settings.

765D262091

Page 240: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 3 of 14 2/04/10

National Transportation Communications for ITS Protocol (NTCIP) Requirements: The controller shall communicate using the NTCIP. The controller must adhere to the version of the following standards that is current at the time of bidding, or a later version. Any published amendments to these standards at the time of contract advertisement shall be effective on this contract.

CONFORMANCE GROUP REFERENCE CONFORMANCE REQUIREMENT

PROJECT REQUIREMENT

REQUIRED OBJECT RANGE

Configuration NTCIP 1201 Mandatory Group Yes globalSetIDParameter NTCIP 1201 optional yes 0..65535 globalMaxModules NTCIP 1201 mandatory yes 255 globalModuleTable NTCIP 1201 mandatory yes

moduleNumber NTCIP 1201 mandatory yes 1..255 moduleDeviceNode NTCIP 1201 mandatory yes Object Identifier moduleMake NTCIP 1201 mandatory yes Octet String moduleModel NTCIP 1201 mandatory yes Octet String moduleVersion NTCIP 1201 mandatory yes Octet String moduleType NTCIP 1201 mandatory yes 1..3

Security NTCIP 1201 Mandatory Group Yes communityNameAdmin NTCIP 1201 mandatory yes Octet String communityNamesMax NTCIP 1201 mandatory yes 10 communityNameTable NTCIP 1201 mandatory yes

communityNameIndex NTCIP 1201 mandatory yes 1..10 communityNameUser NTCIP 1201 mandatory yes Octet String communityNameAccessMask NTCIP 1201 mandatory yes 0..4294967295

Database Management NTCIP 1201 Optional Group No Time Management NTCIP 1201 Optional Group Yes

globalTime NTCIP 1201 mandatory yes Counter globalDaylightSaving NTCIP 1201 mandatory yes 1..3 globalLocalTimeDifferential NTCIP 1201 mandatory yes -43200..0

Time Base Event Schedule NTCIP 1201 Optional Group Yes maxTimeBaseScheduleEntries NTCIP 1201 mandatory yes 10000 timeBaseScheduleTable NTCIP 1201 mandatory yes

timeBaseScheduleNumber NTCIP 1201 mandatory yes 1..10000 timeBaseScheduleMonth NTCIP 1201 mandatory yes 1..12 timeBaseScheduleDay NTCIP 1201 mandatory yes 1..7 timeBaseScheduleDate NTCIP 1201 mandatory yes 1..31 timeBaseScheduleDayPlan NTCIP 1201 mandatory yes 1..255

maxDayPlans NTCIP 1201 mandatory yes 255 maxDayPlanEvents NTCIP 1201 mandatory yes 10 timeBaseDayPlanTable NTCIP 1201 mandatory yes

dayPlanNumber NTCIP 1201 mandatory yes 1..255 dayPlanEventNumber NTCIP 1201 mandatory yes 1..10 dayPlanHour NTCIP 1201 mandatory yes 0..23 dayPlanMinute NTCIP 1201 mandatory yes 0..59 dayPlanActionNumberOID NTCIP 1201 mandatory yes Object Identifier

dayPlanStatus NTCIP 1201 mandatory yes 0..255 Report NTCIP 1201 Optional Group Yes

maxEventLogConfigs NTCIP 1201 mandatory yes 5000 eventLogConfigTable NTCIP 1201 mandatory yes

eventConfigID NTCIP 1201 mandatory yes 1..5001 eventConfigClass NTCIP 1201 mandatory yes 1..50 eventConfigMode NTCIP 1201 mandatory yes 1..6 eventConfigCompareValue NTCIP 1201 mandatory yes Integer

766 D262091

Page 241: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 4 of 14 2/04/10

eventConfigCompareValue2 NTCIP 1201 mandatory yes Integer eventConfigCompareOID NTCIP 1201 mandatory yes Object Identifier eventConfigLogOID NTCIP 1201 mandatory yes Object Identifier eventConfigAction NTCIP 1201 mandatory yes 1..3

maxEventLogSize NTCIP 1201 mandatory yes 5000 eventLogTable NTCIP 1201 mandatory yes

eventLogClass NTCIP 1201 mandatory yes 0..50 eventLogNumber NTCIP 1201 mandatory yes 1..255 eventLogID NTCIP 1201 mandatory yes 0..20000 eventLogTime NTCIP 1201 mandatory yes Counter eventLogValue NTCIP 1201 mandatory yes Opaque

maxEventClasses NTCIP 1201 mandatory yes 50 eventClassTable NTCIP 1201 mandatory yes

eventClassNumber NTCIP 1201 mandatory yes 0..50 eventClassLimit NTCIP 1201 mandatory yes 255 eventClassClearTime NTCIP 1201 mandatory yes Counter eventClassDescription NTCIP 1201 optional no Octet String eventClassNumRowsInLog NTCIP 1201 mandatory yes 0..50

STMP NTCIP 1201 Optional Group No PMPP NTCIP 1201 Optional Group Yes

maxGroupAddresses NTCIP 1201 mandatory yes 30 hdlcGroupAddressTable NTCIP 1201 mandatory yes

hdlcGroupAddressIndex NTCIP 1201 mandatory yes 0..100 hdlcGroupAddress NTCIP 1201 mandatory yes Integer

Sign Configuration NTCIP 1203 Mandatory Group Yes dmsSignType NTCIP 1203 mandatory yes 6 dmsBeaconType NTCIP 1203 mandatory yes 2

GUI Appearance NTCIP 1203 Optional Group Yes dmsSignAccess NTCIP 1203 mandatory yes 0..8 dmsSignHeight NTCIP 1203 mandatory yes 0..3000 dmsSignWidth NTCIP 1203 mandatory yes 0..9000 dmsHorizontalBorder NTCIP 1203 mandatory yes 0..1000 dmsVerticalBorder NTCIP 1203 mandatory yes 0..1000 dmsLegend NTCIP 1203 mandatory yes 2 dmsSignTechnology NTCIP 1203 mandatory yes 0..127

Font Configuration NTCIP 1203 Optional Group Yes numFonts NTCIP 1203 mandatory yes 20 fontTable NTCIP 1203 mandatory yes

fontIndex NTCIP 1203 mandatory yes 1..21 fontNumber NTCIP 1203 mandatory yes 1..21

fontName NTCIP 1203 mandatory yes Display String (Size(0..64))

fontHeight NTCIP 1203 mandatory yes 0..255 fontCharSpacing NTCIP 1203 mandatory yes 0..255 fontLineSpacing NTCIP 1203 mandatory yes 0..255 fontVersionID NTCIP 1203 mandatory yes 0..65535

maxFontCharacters NTCIP 1203 mandatory yes 255 characterTable NTCIP 1203 mandatory yes

characterNumber NTCIP 1203 mandatory yes 1..255 characterWidth NTCIP 1203 mandatory yes 0..255 characterBitmap NTCIP 1203 mandatory yes Octet String

VMS Configuration NTCIP 1203 Optional Group Yes vmsCharacterHeightPixels NTCIP 1203 mandatory yes 0..255 vmsCharacterWidthPixels NTCIP 1203 mandatory yes 0..255

767D262091

Page 242: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 5 of 14 2/04/10

vmsSignHeightPixels NTCIP 1203 mandatory yes 0..75 vmsSignWidthPixels NTCIP 1203 mandatory yes 0..250 vmsHorizontalPitch NTCIP 1203 mandatory yes 0..50 vmsVerticalPitch NTCIP 1203 mandatory yes 0..50

MULTI Configuration NTCIP 1203 Optional Group Yes defaultBackgroundColor NTCIP 1203 mandatory yes 0 defaultForegroundColor NTCIP 1203 mandatory yes 9 defaultFlashOn NTCIP 1203 optional yes 0 defaultFlashOff NTCIP 1203 optional yes 0 defaultFont NTCIP 1203 mandatory yes 0..20 defaultJustificationLine NTCIP 1203 mandatory yes 3 defaultJustificationPage NTCIP 1203 mandatory yes 3 defaultPageOnTime NTCIP 1203 mandatory yes 30 defaultPageOffTime NTCIP 1203 mandatory yes 0 defaultCharacterSet NTCIP 1203 mandatory yes 2

Message Table NTCIP 1203 Mandatory Group Yes dmsNumPermanentMsg NTCIP 1203 mandatory yes 30 dmsNumChangeableMsg NTCIP 1203 mandatory yes 20 dmsMaxChangeableMsg NTCIP 1203 mandatory yes 20 dmsFreeChangeableMemory NTCIP 1203 mandatory yes 1000000 dmsNumVolatileMsg NTCIP 1203 mandatory yes 10 dmsMaxVolatileMsg NTCIP 1203 mandatory yes 64000 dmsFreeVolatileMemory NTCIP 1203 mandatory yes 64000 dmsMessageTable NTCIP 1203 mandatory yes

dmsMessageMemoryType NTCIP 1203 mandatory yes 1..6 dmsMessageNumber NTCIP 1203 mandatory yes 1..501 dmsMessageMultiString NTCIP 1203 mandatory yes Octet String dmsMessageOwner NTCIP 1203 mandatory yes OwnerString dmsMessageCRC NTCIP 1203 mandatory yes 0..65535 dmsMessageBeacon NTCIP 1203 optional no dmsMessagePixelService NTCIP 1203 optional no dmsMessageRunTimePriority NTCIP 1203 mandatory yes 1..255 dmsMessageMsgStatus NTCIP 1203 mandatory yes 1..8

dmsValidateMessageError NTCIP 1203 mandatory yes 1..5 Sign Control NTCIP 1203 Mandatory Group Yes

dmsControlMode NTCIP 1203 mandatory yes 1..6 dmsSWReset NTCIP 1203 optional yes 0..1

dmsActivateMessage NTCIP 1203 mandatory yes Message Activation

Code dmsMessageTimeRemaining NTCIP 1203 optional yes 0..65535 dmsMsgTableSource NTCIP 1203 mandatory yes MessageIDCodedmsMsgRequesterID NTCIP 1203 mandatory yes IpAddress dmsMsgSourceMode NTCIP 1203 mandatory yes 1..14 dmsMemoryMgmt NTCIP 1203 optional no dmsActivateMsgError NTCIP 1203 mandatory yes 1..9

Default Message Control NTCIP 1203 Optional Group Yes dmsShortPowerRecoveryMessage NTCIP 1203 optional yes MessageIDCodedmsLongPowerRecoveryMessage NTCIP 1203 optional yes MessageIDCodedmsShortPowerLossTime NTCIP 1203 optional yes 0..10800 dmsResetMessage NTCIP 1203 optional yes MessageIDCodedmsCommunicationsLossMessage NTCIP 1203 optional yes MessageIDCodedmsTimeCommLoss NTCIP 1203 optional yes 0..10080 dmsPowerLossMessage NTCIP 1203 optional yes MessageIDCode

768 D262091

Page 243: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 6 of 14 2/04/10

dmsEndDurationMessage NTCIP 1203 optional yes MessageIDCodePixel Service Control NTCIP 1203 Optional Group No MULTI Error Control NTCIP 1203 Optional Group Yes

dmsMultiSyntaxError NTCIP 1203 mandatory yes 1..12 dmsMultiSyntaxErrorPosition NTCIP 1203 mandatory yes 0..10000

dmsMultiOtherErrorDescription NTCIP 1203 optional yes Display String (Size(0..50))

Illumination/Brightness Control NTCIP 1203 Optional Group Yes dmsIllumControl NTCIP 1203 mandatory yes 1..4 dmsIllumMaxPhotocellLevel NTCIP 1203 mandatory yes 10000 dmsIllumPhotocellLevelStatus NTCIP 1203 mandatory yes 0..10000 dmsIllumNumBrightLevels NTCIP 1203 mandatory yes 0..255 dmsIllumBrightLevelStatus NTCIP 1203 mandatory yes 0..255 dmsIllumManLevel NTCIP 1203 mandatory yes 0..255 dmsIllumBrightnessValues NTCIP 1203 mandatory yes Octet String dmsIllumBrightnessValulesError NTCIP 1203 mandatory yes 1..6 dmsIllumLightOutputStatus NTCIP 1203 optional yes 0..65535

Scheduling NTCIP 1203 Optional Group Yes numActionTableEntries NTCIP 1203 mandatory yes 20 dmsActionTable NTCIP 1203 mandatory yes

dmsActionIndex NTCIP 1203 mandatory yes 1..20 dmsMsgCode NTCIP 1203 mandatory yes MessageIDCode

Auxiliary I/O NTCIP 1203 Optional Group No Sign Status NTCIP 1203 Optional Group Yes

statMultiFieldRows NTCIP 1203 mandatory yes 0..255 statMultiFieldTable NTCIP 1203 mandatory yes

statMultiFieldIndex NTCIP 1203 mandatory yes 1..255 statMultiFieldCode NTCIP 1203 mandatory yes 1..255

statMultiCurrentFieldValue NTCIP 1203 mandatory yes Octet String (Size(0..50))

dmsCurrentSpeed NTCIP 1203 optional no dmsCurrentSpeedLimit NTCIP 1203 optional no watchdogFailureCount NTCIP 1203 optional yes Counter dmsStatDoorOpen NTCIP 1203 optional Yes 0..255

Status Error NTCIP 1203 Optional Group Yes shortErrorStatus NTCIP 1203 mandatory yes 0..2047 controllerErrorStatus NTCIP 1203 mandatory yes 0..255

Pixel Error Status NTCIP 1203 Optional Group Yes pixelFailureTableNumRows NTCIP 1203 mandatory yes 10000 PixelFailureTable NTCIP 1203 mandatory yes

pixelFailureDetectionType NTCIP 1203 mandatory yes 1..3 PixelFailureIndex NTCIP 1203 mandatory yes 1..10000 pixelFailureXLocation NTCIP 1203 mandatory yes 1..1000 pixelFailureYLocation NTCIP 1203 mandatory yes 1..1000 pixelFailureStatus NTCIP 1203 mandatory yes 0..255

pixelTestActivation NTCIP 1203 mandatory yes 1..4 Lamp Error Status NTCIP 1203 Optional Group No Fan Error Status NTCIP 1203 Optional Group Yes

fanFailures NTCIP 1203 optional yes Octet String (Size(0..4))

fanTestActivation NTCIP 1203 optional yes 1..3 Power Status NTCIP 1203 Optional Group No

Temperature Status NTCIP 1203 Optional Group Yes tempMinCtrlCabinet NTCIP 1203 optional yes -50..80

769D262091

Page 244: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 7 of 14 2/04/10

tempMaxCtrlCabinet NTCIP 1203 optional yes -50..80tempMinAmbient NTCIP 1203 optional yes -50..80tempMaxAmbient NTCIP 1203 optional yes -50..80tempMinSignHousing NTCIP 1203 optional yes -50..80 tempMaxSignHousing NTCIP 1203 optional yes -50..80 The software shall implement the following tags of MULTI as defined in NTCIP 1203:1997, Section 3:

• Field • Flash • Font • Justification - Line • Justification - Page • New Line • New Page • Page Time • Hexadecimal Character • Character Spacing • Manufacturer Specific Tags

Supporting Communication Standards:

1. Application level: NTCIP Standard 2301:2001, Compliance Level 1.

2. Transport level: NTCIP 2201:2003, Transportation Transport Profile, (Null protocol)

3. Subnet level: NTCIP Standard 2101:2001, Point-to-Multi-Point Protocol over RS-232 Subnet Profile (SP-PMPP).

Documentation: Full documentation of proposed sign equipment, specifications and assembly details, including posts and ground mounted equipment cabinet, shall be provided to the Engineer for approval. Software shall be supplied with full documentation, including a CD-ROM containing ASCII versions of the following Management Information Base (MIB) files in Abstract Syntax Notation 1 (ASN.1) format:

• The relevant version of each official standard MIB Module referenced by the device functionality.

• If the device does not support the full range of any given object within a Standard MIB Module, a manufacturer-specific version of the official Standard MIB Module with the supported range indicated in ASN.1 format in the SYNTAX and/or DESCRIPTION fields of the associated OBJECT TYPE macro shall be provided. The filename of this file shall be identical to the standard MIB Module, except that it shall have the extension “.man”.

770 D262091

Page 245: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 8 of 14 2/04/10

• A MIB Module in ASN.1 format containing any and all manufacturer-specific (or agency-specific) objects supported by the device with accurate and meaningful DESCRIPTION fields and supported ranges indicated in the SYNTAX field of the OBJECT-TYPE macros.

• A MIB containing any other objects supported by the device. Intellectual Property Rights The manufacturer shall allow the use of any and all of this documentation by any party authorized by the Procuring Agency for systems integration purposes at any time initially or in the future, regardless of what parties are involved in the systems integration effort. Central Software: The Contractor shall supply the DMS central software necessary to interface the signs into the DMS computer server located in the RTOC. All software shall be delivered on CD-ROM and installed on the DMS computer and workstations. The software shall be of a client-server design, in which users can connect to, configure, monitor, and control signs from workstations in the RTOC and also from workstations connected to the DMS computer by a TCP/IP 100-BaseT network. Some workstations may use dial-up telephone lines or other low-speed connections to reach the network via the LAN server. The DMS computer shall communicate with the signs via multipoint EIA-232 communication channels. The DMS central software shall support at least 30 users and workstations, and 100 signs. The software shall provide the following capabilities to users at the workstations and DMS computer:

1. See a list of messages stored in the sign or on the sign controller with an indication of which is currently being displayed on the LCD screen exactly as it appears to motorist.

2. Cause a different message to be displayed.

3. Upload and download new message files between the sign controllers and the DMS computer.

4. Automatically detect malfunctions, including loss of communication or power, and errors.

5. Create and edit fonts, messages, storing them on the DMS computer’s disk drive for subsequent downloading to one or more signs.

6. Create an activity log for all signs.

7. Allow existing, or future, NTCIP based signs to be incorporated, configured, controlled, and monitored.

8. On screen notification/alarm of cabinet door open, malfunctions, errors, and out of range environmental conditions.

771D262091

Page 246: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 9 of 14 2/04/10

Environmental: Operating range shall be from - 22° F to + 158° F; relative humidity 0% to 95% non-condensing.

The use of heaters and ventilation shall be permitted to meet the required environmental specifications. Equipment Cabinet: The equipment shall be housed inside a NEMA 3R rated outdoor enclosure. The cabinets shall be furnished fully wired and shall meet the following requirements:

Finish: All surfaces of the cabinet shall be clean, free of holes or blemishes, without burrs, contain a smooth natural finish and with exterior corners rounded. The cabinets shall be natural mill finish.

Size: Each cabinets shall be of adequate size to house all the DMS control equipment, power supplies, duplex receptacles, circuit breakers, terminals blocks, fiber optic modem, fiber optic patch panel and plus 15%, to provide adequate room to perform all maintenance functions and provide air flow around all equipment housed inside the cabinet.

Cabinet mounting: The cabinets shall be mounted as shown in the Plans. The method of attachment shall be designed to support the weight of the cabinet and installed equipment.

Equipment mounting: The cabinets shall be equipped with the shelves, brackets and racks required for the installation of the equipment.

Print Holder: Each cabinet shall be provided with a plastic envelope to hold prints. The envelope shall be attached to the inside of the cabinet door.

General Requirements: The cabinets shall be designed with a slope on the top to prevent the accumulation of snow and water along its top surface. All cabinets shall be tamper proof.

Cabinet doors:

• A single access door located on the front of the cabinet. • The cabinet door opening shall be double flanged on all sides. • A door restraint shall be provided capable of locking at the 135 degree position. • Main cabinet doors shall be hinged on the right side when facing the cabinet. • The door shall be furnished with a gasket that forms a weather tight seal between the

cabinet and the door. • The door shall be a minimum of eighty (80) percent of the front surface area of the

cabinet. • Provision for padlocking the cabinet when the door is closed.

Lighting: A fluorescent fixture shall be mounted inside the top front portion of the cabinet. The fixture shall be cold weather rated with an F-15-T-8 cool white lamp, operated from normal power factor UL listed ballast. A door-activated switch shall be installed to turn the cabinet light on when the front door is opened. Surge Protection: Surge protection shall be provided on all inputs to the cabinet including power

772 D262091

Page 247: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 10 of 14 2/04/10

and communications connections. The surge protectors shall meet the following minimum requirements:

A 120VAC single-phase surge protector shall be installed between the cabinet circuit breaker and the load side. The surge protector shall incorporate a series choke and maintain a clamp voltage of 340 VA, at 20kA with a response time of 5ns. The surge protector shall meet the following requirements:

• Peak Current: 20,000 A (8x20 Fs wave shape)

• Occurrences: 20 times at peak current

• Minimum Series inductance: 200 FH

• Continuous Series Current: 10A

Low-voltage signal pairs shall be protected by two-stage, plug-in surge protectors. The protectors shall meet or exceed the following minimum requirements:

• The protectors shall suppress a peak surge current of up to 10K amps.

• The protectors shall have a response time less than one nanosecond.

• The protector shall clamp the voltage between the two wires at a voltage that is no more than twice the peak signal voltage and clamp the voltage between each wire and ground at 50 volts.

• The first stage of protection shall be a three-element gas discharge tube, and the second stage shall consist of silicon clamping devices.

• The protector shall also contain a re-settable fuse (PTC) to protect against excessive current.

• There shall be no more than two pairs per protector.

• It shall be possible to replace the protector without using tools.

Circuit Breakers: The following equipment shall be connected to a circuit breaker, but not limited to, incoming power, DC power supply(s), duplex receptacles, fluorescent lamp and fan (if required) and any other equipment required to operate the sign. The circuit breakers shall be rated to at least 277 VAC, magnetic hydraulic trip free, UL listed and of the ampere rating as required by the connected load.

Circuit breaker identification labels shall be engraved plastic laminate, engraved legend in white alphanumeric characters on black face. The characters shall be a minimum of 0.24 inches high. The label shall be a minimum of 1 square inch and mechanically attached. Duplex Receptacle: In addition to the receptacles used by the equipment in the cabinet, one ground fault interrupter duplex receptacle shall be installed. The receptacle shall be a 15 Amp, 120 VAC and a NEMA 5-15R.

773D262091

Page 248: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 11 of 14 2/04/10

CONSTRUCTION DETAILS The DMS will be installed on sign posts and associated controller(s) and the number of required LED display modules per sign shall be installed in accordance with manufacturer’s instruction, as show on the Plans or as directed by the Engineer. Testing Requirements Test Plan: The manufacturer shall provide a test plan, 30-days prior to each test, for review and approval by the Engineer, for each of the three types of acceptance testing required: Factory Acceptance Testing, Stand-alone Acceptance Testing, and System Acceptance Testing. The test plans shall clearly identify each function and element being tested, the setup conditions, the steps to be followed during the test, and the anticipated test results. The test plan shall exercise all required functions and capabilities under this item. The following is a typical, but non-exhaustive list of the type of requirements that the test plan shall verify:

• Downloading, uploading, displaying, entering, editing, and deleting sign messages and fonts. • Displaying of all characters, all messages, and all symbols on the sign. • Switching between several different messages and flashing a part of a message. • Recovery from simulated communications errors, simulated watchdog timer errors, and

simulated sign controller errors. • Demonstration of the operation of the thermostatically controlled fans, automatic LED

temperature shutdown and dimming, and environmental warnings. • Demonstration of automatic restart after a simulated short-term and simulated long-term

power failure. • Demonstration of the operation of the variation of the LED intensity based on various levels

of ambient light. Test Equipment: The test plan shall identify all equipment required to perform the tests. This equipment shall be provided by the Contractor for the duration of the testing program. As a minimum, functional testing equipment shall include the latest version of the Device Tester for NTCIP, software by Intelligent Devices Inc, or approved equal. Test Performance The test shall be coordinated with NYSDOT at least three (3) weeks prior to the actual date. The Contractor shall conduct all tests, in the presence of the Engineer and/or up to two (2) other representatives. The Engineer may waive the right to witness certain tests. The utilized software shall be in recording/capturing mode while performing the test procedures. Test Reports The Contractor shall maintain a complete record of each test performed including the results of the test and a record of who witnessed the test. At the completion of each test, the test documentation shall be completed and provided to the Engineer for review. This documentation shall be the basis

774 D262091

Page 249: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 12 of 14 2/04/10

for acceptance or rejection by the Engineer. All test reports shall be signed by the Contractor’s authorized testing representative. Test Failure The unit shall be corrected or another unit substituted in its place and the test successfully repeated. The substitute unit shall have passed all other tests successfully. If any DMS equipment or software/firmware modifications are necessary as a result of any test or demonstration failure, full retesting for compliance with these specifications may be required and a test report shall be prepared and delivered to the Engineer prior to retesting of the equipment. The report shall describe the nature of the failure and corrective action taken. If a failure pattern, as defined by the Engineer, develops, the Engineer may direct that design and construction modifications be made to all units without additional cost to the State, other involved agencies, or extension of the contract period. Test Specifics 1. On-Site Stand-Alone Test The Contractor shall conduct approved stand-alone tests of the equipment installed in the field and at the RTOC. The tests shall, as a minimum, exercise all stand-alone (non-network) functional operations of the field equipment, including NTCIP compliance, and RTOC equipment and software with all the equipment installed per the plans as directed by the Engineer. Approved data forms shall be completed and turned over to the Engineer as the basis for review and rejection or acceptance. Each unit of equipment shall be operated long enough to permit equipment temperature stabilization, and to check and record an adequate number of performance characteristics to ensure compliance with the requirements of this specification. The test shall, as a minimum, exercise all the input and output functions of the unit and demonstrate all operational features. 2. System Interface and Performance Test Following successful completion and approval of the On-Site Stand-Alone tests of all equipment and subsystems, the entire complement of subsystems and equipment shall be integrated into one system. Interface tests shall then be performed to verify the transfer of information between field equipment elements and the RTOC. System performance testing shall exercise all functional operations of each unit of field equipment from the RTOC, and demonstrate compliance with all contract requirements. The tests shall include multiple combinations of functions including infrequent combinations, input validation, and stress testing. Compliance with all performance requirements shall be demonstrated. Where there are multiple units of the same item of equipment used, compliance with performance parameter requirements may be demonstrated on sample units with approval of the Engineer. 3. 90-Day Operational Test

775D262091

Page 250: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 13 of 14 2/04/10

Following successful completion of the system performance tests, a 90 calendar day test shall be performed. The test shall start at the same time for all system elements unless a waiver is received from the Engineer. The purpose of the Operational Tests is to demonstrate the reliability of system equipment for a 90 day period. In the event of a failure of any contractor supplied components, or of any existing system elements that may be affected, that portion of the system shall be subjected to an additional 30 day test period. Failure shall be defined as any interruption of operation that can be contributed to the DMS components. If a failure occurs, the test shall be stopped until the failure has been resolved. If the same failure occurs three (3) times, the failure shall be resolved and the 90-day test shall begin anew. In the event that greater than 20% of similar equipment items malfunction during the test period, the Engineer may declare a system defect and require replacement of all items of that equipment. When a system defect is declared, the 90 day test period shall be restarted for the affected equipment after replacement. During the Operational Test period the Contractor shall provide support for all installed equipment including problem troubleshooting and replacement of items not operating as specified. The Contractor shall maintain detailed daily records in the form of a maintenance and activity log. The log shall include the identity of equipment on which work is performed, the cost of equipment malfunction, if any, a description of the work performed, materials or special equipment used and the time required to complete the activity. The log shall contain the current test status of all equipment items. The maintenance and activity log shall be available to the Engineer upon request. The final acceptance of the system shall be based on the satisfactory completion of all 90 Day Operational Tests. Training Requirements Contractor Training: Prior to the installation of any specified equipment, the Contractor’s personnel shall have received training from the supplier on installation, operations, testing and maintenance of all equipment. No equipment will be accepted without detailed documentation from the equipment supplier certifying that the training has taken place. NYSDOT Training: The Contractor shall conduct training sessions for NYSDOT management, engineering, operations, and maintenance personnel during the first 60 days of the operational test period described in this Item. Training sessions shall be conducted at the RTOC and in the field and shall include both classroom and “hands-on” training using installed system equipment. Training shall consist of daily sessions not to exceed 8 hours with a maximum of twelve students per class. If required, the Contractor shall provide two sets of classes to maintain the twelve student maximum class size. The Contractor shall submit four copies of the course outlines, training materials, and instructors’

776 D262091

Page 251: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 683.93090104 - DYNAMIC MESSAGE SIGN (DMS)

Page 14 of 14 2/04/10

qualifications to the Engineer for approval 30 calendar days prior to the anticipated start of training. Following approval of the material the Contractor shall submit 24 copies of the material for use by the NYSDOT during the training program. The costs for all instructors, course materials, handouts, etc. shall be included in the costs of this item. No separate payment for training will be made to the Contractor. METHOD OF MEASUREMENT The DMS will be measured for payment as each unit installed, tested made fully operational. BASIS OF PAYMENT The unit price bid for each DMS shall include the cost of furnishing all labor, materials, tools, software, equipment and incidentals as necessary to complete the work. Fiber optic modems, fiber patch panels and patch cords will be paid under separate bid items. Progress payment will be made as follows: Fifty percent (50%) of the bid price of each item will be paid when it is installed. Twenty percent (20%) of the bid price will be paid upon satisfactory completion of the On-Site Stand-Alone Test. Twenty percent (20%) of the bid price will be paid upon satisfactory completion of the System Interface and Performance Tests. Ten percent (10%) of the bid price will be paid upon satisfactory completion of the 90 Day Operational Test.

777D262091

Page 252: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 1 of 8 USC 03/9/2009

DESCRIPTION This item of work shall consist of the meaningful and effective training of one or more apprentices/trainees leading to their qualification as journeyworkers in trades for the highway construction industry. The statutory authority for training requirements is described in §102-11 Equal Employment Opportunity Requirements. This specification establishes the specific requirements for a Contractor to provide training pursuant to 23 CFR 230.111 as part of Equal Employment Opportunity responsibilities. This specification, with referenced Standard Specifications, constitutes “Training Special Provisions” (TSP) pursuant to 23 CFR 230.111. The TSP supercedes any conflicting portions of Form FHWA 1273 Required Contract Provisions, Federal Aid Construction Contracts found in contract proposals.

MATERIALS None Specified.

CONSTRUCTION DETAILS

GENERAL. The objective of these training requirements is to provide training opportunities to minorities, women and disadvantaged persons for the following reasons:

1. To address the current under-representation of minorities and women in skilled trades, and; 2. To maintain a pool of qualified minorities, women and disadvantaged persons to compete for

those journeyworker positions which are created as others leave the workforce. Disadvantaged means a person who is either a) a member of a family that receives public assistance, or b) a member of a family whose income during the previous six (6) months, on an annualized basis, was such that the family qualified for public assistance, or whose income was at or below either the poverty level or 70% of the lower living standard income (LLSI) level for the person’s county of residence.

The Contractor shall make every effort to recruit and hire minority, women and disadvantaged apprentices/trainees to the extent that such persons are available within a reasonable area of recruitment. Such training commitment is not intended to, and shall not be used to, discriminate against any applicant for training, whether a member of a minority group or not. Apprentices/trainees shall be employed and offered meaningful and effective training opportunities. Meaningful and effective training is defined as occurring when contract work provides a realistic and practical opportunity of reasonable duration for the apprentice/trainee to complete elements of the apprenticeship/OJT program in order to achieve journeyworker status.

TRAINING PROGRAMS. In accordance with §102-10D Training, an apprentice is defined as an individual who is enrolled in an apprenticeship training program that is registered with the NYS Department of Labor, and a trainee is defined as an individual who is enrolled in an On-the-Job Training (OJT) program that is approved by the Federal Highway Administration (FHWA). NYSDOT administers the trainee training programs.

Although the terms apprentices and trainees are generally used interchangeably in this specification, in Regions 1, 2, 3, 4, 5, 8, 10 and 11, the Department will only approve the use of apprentices and apprenticeship training programs, where available, in fulfillment of these requirements. In Regions 6, 7 and 9, the Department will approve the use of either apprenticeship or FHWA approved OJT trainee programs.

Prospective bidders can obtain additional information about apprentice programs from the Director of Apprenticeship Training Programs, NYS Department of Labor, State Office Building Campus, Building 12, Rm 436, Albany, NY 12240 ; (518) 457-6820; fax (518) 457-7154; [email protected].

778 D262091

Page 253: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 2 of 8 USC 03/9/2009

Approval to use a training program shall be obtained from the Department prior to commencing work involving the trade(s) covered by the program.

APPRENTICES/TRAINEES. Recruitment. The Contractor shall decide who is hired as an apprentice/trainee. Such apprentice/trainee shall be enrolled in a registered apprenticeship or OJT program approved by the Department and satisfy the requirements under Work History.

Prior to engaging in the recruitment of new apprentice/trainees, the Contractor shall employ apprentices/trainees who are partially trained, if available, in order to facilitate completion of their apprenticeship/OJT program. Training and upgrading of minorities and women toward journeyworker status is a primary objective of the TSP requirements.

The Contractor shall make every effort to enroll minority and women apprentice/trainees (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women apprentice/trainees, such as the Department’s OJT supportive services program) to the extent that such persons are available within a reasonable area of recruitment. The Contractor will be responsible for demonstrating the steps that have been taken in pursuance thereof, prior to a determination as to whether the Contractor is in compliance with the TSP requirements.

Work History. The Contractor shall not propose or use any person under this item if such person has successfully completed a training program providing journeyworker status in the same trade or work classification as will be used for training under this contract. The Contractor shall not use or propose a person who has been gainfully employed as a journeyworker in that trade by virtue of informal on-the-job training or otherwise. The Contractor shall ascertain, before training a person and before requesting payment therefore, whether the person qualifies. The Contractor shall include appropriate questions on employee application forms and shall check the personal references of an applicant for a position in order to ensure that the person is qualified for training. The Contractor shall maintain records of these findings and provide them to the Department upon request.

Termination. An apprentice/trainee may be terminated at any time during training for: excessive absenteeism; lack of punctuality; accident-proneness; lack of interest; poor attitude; and continued failure to behave in a business-like manner. However, termination will not occur without: 1. Documented counseling by the Contractor's Trainer about the reason(s) for termination; and 2. Documented efforts by the Contractor's Trainer to resolve the problem; and 3. Documented notification to the Engineer and Regional Compliance Specialist about the problem; and 4. Written notification of intent to terminate to the Engineer and the Regional Compliance Specialist

stating the reason(s) therefore; and 5. An opportunity for Department representatives to discuss the impending termination with the

Contractor in order to ensure compliance with Steps 1 through 4 above. REQUIRED TRAINING EFFORT.

CHART A NUMBER OF APPRENTICE/TRAINEE FTEs REQUIRED

Contract Bid Amount AA Component RGN Component Total (AA + RGN) < $15M 1 1 2

$15M to < $30M 2 2 4 ≥ $30M 3 3 6

779D262091

Page 254: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 3 of 8 USC 03/9/2009

Full-Time Equivalents (FTEs). The number of apprentice/trainee full-time equivalents (FTEs) the Contractor is required to train is identified in Chart A. For the purposes of this specification, FTEs are used to designate the desired and expected level of training effort, in terms of full-time workers employed for the duration of the contract. Although the value of one FTE is not fixed, a general estimation of expected effort is approximately 1,000+ hours of work per construction season for upstate Regions and 2,000+ hours of work per construction season for downstate Regions. One FTE could be achieved with one individual working for the contract duration or with multiple individuals working full-time on a daily basis for portions of the contract duration so long as they are collectively employed for the equivalent amount of time as one full-time employee working for the entire duration of the contract. Accordingly, the Contractor may propose a different number of trainees/apprentices and a different duration of their training activities to achieve the required number of FTEs, but the proposal is subject to the approval of the Department. Affirmative Action (AA) Component. The affirmative action (AA) component identifies locations and trades with programmatic under-representation of minorities and/or females as journeyworkers. The Contractor shall provide the appropriate number of apprentices/trainees FTEs to fulfill the affirmative action (AA) requirements of this specification in the specified trade(s) and classification(s) (minority or female). The number of AA apprentice/trainee FTEs required are identified in Chart A and the required trade/classification targets for each NYSDOT Region are identified in Chart B.

CHART B AFFIRMATIVE ACTION TARGETS

TRADE NYSDOT REGION 1 1 2 3 4 5 6 7 8 9 10 11

Laborer (Female) Laborer (Minority)

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

Iron Worker (Female) Iron Worker (Minority) Carpenter (Female) Carpenter (Minority)

Mason (Female) Mason (Minority) Painter (Female) Painter (Minority)

Electrician (Female) Electrician (Minority)

Race/Gender Neutral (RGN) Component. The Contractor shall also provide the appropriate number of apprentices/trainees FTEs to fulfill the race/gender neutral (RGN) requirements in accordance with Chart A. The RGN component allows the Contractor to hire apprentices without imposed race, gender or specific trade requirements. Training shall be provided to anyone (minorities/non-minorities, males/females, and disadvantaged/non-disadvantaged persons) at the Contractor’s discretion.

780 D262091

Page 255: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 4 of 8 USC 03/9/2009

Although trades are not designated for the RGN apprentices/trainees, training should be provided in the construction trades rather than in clerical/administrative positions. Training is permissible, by Department authorized exception only, in lower level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. On a voluntary basis, the Contractor has the option to help address areas with programmatic under-representations, by hiring the RGN apprentices/trainees to the designated areas outlined in Chart B – Affirmative Action Targets. Implementation and Distribution. The number of apprentices/trainees FTEs shall be distributed among the trades based upon the AA component requirements, maximum opportunity for work, required journeyworker/apprentice ratios outlined in the prevailing wage rate schedule, distribution of multiple persons among multiple trades, the Contractor’s needs and the availability of apprentices/trainees within a reasonable area of recruitment. When multiple apprentices/trainees are required, effort shall be made to hire apprentices/trainees whom are at a variety of different stages in their training programs (first year, third year, etc.) Where feasible, 25 percent of apprentices/trainees shall be in their first year of apprenticeship or training. The Contractor may allow apprentices/trainees to be trained by a subcontractor. However, the Contractor retains the primary responsibility to meet the TSP requirements and compensation is the same.

Compliance. A Contractor will have fulfilled the primary responsibilities under this Training Special Provision if acceptable training is provided to the number of apprentice/trainee FTEs specified or good faith efforts to attempt to provide the required training is demonstrated consistently throughout the duration of the contract. Training Coordinator. The Contractor shall designate one individual who will function as the training coordinator and act as the contact person for training related concerns. The training coordinator should be someone that has regular dealings and familiarity with the actual training direction and guidance being provided. As conditions and apprentices/trainees may change throughout the duration of the contract, notify the Department if at any point a new training coordinator is designated. TSP PROCESS. Prior to Letting. Bidders are advised that there are a number of procedural steps in the approval of a training (apprenticeship or OJT) program, including preparation of an application, review, and resolution of questions and comments. Approval of a training program is not guaranteed, and may take 30 to 60 days. It is highly recommended to have an approved apprenticeship or OJT trainee program prior to bidding. Within 7 Days After Letting. As a requirement of the contract award process, the apparent low bidder shall submit a TSP Letter to the Department within 7 work days after letting, signed and dated by an authorized company officer. A recommended form, which includes the mailing address, for the TSP Letter is available from the Department’s website at: https://www.nysdot.gov/main/business-center/contractors/construction-division/forms-manuals-computer-applications-general-information/civil-rights The minimum content requirements for the TSP Letter include:

• A statement acknowledging the TSP requirements and a pledge to make every effort to meet them • Recognition of the number of apprentices required under the AA component, under the RGN

component, and the total • Recognition of the Region–specific affirmative action apprentice/trainee targets by trade and

781D262091

Page 256: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 5 of 8 USC 03/9/2009

candidate classification (ex., female equipment operators, minority electricians, etc.) • Identification of how the TSP requirements will be met (ex., union-sponsored apprentice

program, contractor-sponsored apprentice program or OJT program) • Status of program/application (if pending, attach a copy of the letter from NYSDOL verifying

receipt of the application, for Department verification and consultation with NYSDOL.) • Contact information: contact person, telephone number, E-mail address and mailing address.

At the Pre-Construction Meeting. The Contractor shall submit a conceptual plan for how they will fulfill the training requirements on the contract. They shall identify anticipated contract work suitable for apprentices/trainees, any timeline/scheduling issues, anticipated sources for apprentices/trainees, steps taken to date to comply with the training requirements, and how they will address the development of a training plan for each apprentice/trainee. Within 90 Days of Award. The Contractor shall submit a formalized training plan for each of the apprentices/trainees. All coordination with the Engineer and the Regional Compliance Specialist (RCS) regarding the training plan should be completed at this point. The training plan may be adjusted throughout the duration of the contract as necessary. Written requests to submit the plan, or portions of the plan, at a specified latter date will be considered depending on the reason for the request. The cost estimate shall be submitted within 90 calendar days of the contract award date regardless of whether or not the training plan is allowed to be submitted at a latter date. The minimum content requirements for the training plan(s) include:

• Name of the apprentice/trainee, trade, starting level (i.e., year of apprenticeship) and which TSP requirement (AA or RGN) the candidate is fulfilling.

• Apprentice/trainee projected start date, projected end date and the reason for ending the training (e.g., training program completed, no remaining training opportunities, contract completion, etc.).

• An outline of the training program requirements the candidate has already completed and the requirements which the candidate still has left to complete. Provide the associated number of hours for each requirement. List classroom and on-site training requirements separately.

• Total number of on-site (non-classroom) hours left to complete the training program. • Projection of the hours and components of the remaining training program requirements which

the candidate will be able to accomplish on the contract. • A cost estimate for compensation which shows how the amount was calculated. • Any known outside factors that might affect the training plan, such as if the apprentice/trainee

will be working on other contracts or there may be time constraints of the apprentice (ex., planned future reassignment, leave to attending school, moving/relocating, etc.).

• Copies of the NYSDOL Form AT 14 (blue book), or acceptable equivalent, for each apprentice shall be made available.

• A copy of NYSDOL form AT 401 – Apprenticeship Agreement/Documentation Form. Monthly Training Progress Report. The Contractor shall submit Form AAP 26 - Monthly Training Progress Report whenever an apprentice/trainee employed pursuant to this item begins work on a contract and monthly thereafter. In addition to each Monthly Training Progress Report, the Contractor shall provide the Engineer a summary of hours required to complete the various work elements of the training program, hours completed this period, and hours completed to date. This summary shall be provided in sufficient detail to allow the Engineer to determine whether the hours in the previous period are qualified hours under this pay item.

782 D262091

Page 257: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 6 of 8 USC 03/9/2009

Periodic Auditing / End of Service. Periodically copies of the training program and the NYSDOL Form AT 14 (blue book) may be required for auditing purposes and verification of the training. Whenever an apprentice/trainee ceases to be employed on a contract, a copy of their NYSDOL Form AT 14 (blue book) shall be provided. WAIVER REQUEST. A request for a waiver of all or a portion of the TSP requirements may be submitted based on unusual circumstances which make the TSP requirements impractical or unduly burdensome to complete. The TSP requirements may be reduced or completely waived if the Contractor can clearly present a case for the TSP waiver (ex., no reasonable training opportunities will exist, lack of available apprentices/trainees, lack of available work for apprentices/trainees based on apprentice-to-journeyworker ratio restrictions). A TSP waiver request may be submitted at any point in the process after the contract letting date. TSP waiver requests made within 7 work days after contract letting may be submitted in lieu of the TSP Letter. The TSP waiver request should provide a detailed explanation for the request, steps taken to try to comply, and contact person information (name, telephone number, E-mail address). If the TSP waiver request is for elimination of all apprentice/trainee requirements and the TSP waiver is approved, no further TSP submissions are required. If the TSP waiver request is for a reduction or an alteration to the requirements and it is approved the Contractor shall submit a TSP Letter with the authorized revisions within 3 work days of notification of the TSP waiver request being approved. In the event that a TSP waiver request is not approved, the Contractor shall submit a TSP Letter within 3 work days of notification of the TSP waiver request being declined. The pre-award review of the TSP waiver request will focus on the apparent low bidder’s good faith efforts to comply with these requirements, and will not eliminate the detailed review process of the contractor’s workforce planning efforts and TSP compliance efforts after contract award. TSP waivers are not necessarily permanent, particularly if based on available workforce reasons. Throughout the contract duration, the Contractor shall continue to try to meet the original requirements under this pay item. Whenever there are changes in the construction schedule, scope of work, availability of apprentices/trainees, or any other factor that might affect the ability to hire apprentices/trainees to reasonable training opportunities, any TSP waivers shall be reevaluated. The Contractor is required to bring any such factors to the attention of the Department in a timely manner. TRAINING DURATION. Start-Up. An apprentice/trainee shall begin training as soon as feasible in trade related work and remain on the contract as long as training opportunities exist in the trade, until completion of the training program or until completion of the contract. After approval of an apprentice/trainee, the individual shall be employed in the designated trade in accordance with the currently approved Form AAP 35 Workforce Participation Plan to the extent that training opportunities exist in the contract work. At the time an apprentice/trainee reports to the Contractor for training under this item, the Training Coordinator shall notify the Engineer to ensure that appropriate records are kept.

783D262091

Page 258: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 7 of 8 USC 03/9/2009

Throughout Contract Duration. The Contractor is expected to provide maximum opportunity to the apprentice/trainee for completion of their apprenticeship/OJT program. The Contractor shall monitor the apprentice/trainee's progress, paying particular attention to completion of work elements within the training program. When a work element of the training program is completed, the Contractor shall rotate the apprentice/trainee to other work processes to the extent that training opportunities exist. Should no such training opportunities exist, the apprentice/trainee may continue to work as long as there is work. However any work not in the training program or beyond the number of hours indicated in the training program for each work element will not qualify for payment under this pay item. This continued work will not make the apprentice/trainee ineligible for continued future training in the trade. Retention. The Contractor is expected to retain, as a journeyworker, an apprentice/trainee that completes their training program and attains journeyworker status prior to contract completion, provided there is contract work remaining. Continued work by a journeyworker will not qualify for payment under this item. Maintaining Compliance with the FTE Requirement. The Contactor is responsible for maintaining compliance with the required number of apprentice/trainee FTEs for the duration of the contract. If the number of employed TSP apprentice/trainee FTEs falls below the required number (e.g., apprentice/trainee attains journeyworker status, leave the contract, etc.) and there are substantial training opportunities remaining, the Contractor is required to make every effort to recruit and hire additional apprentices/trainees. Although, consideration to waive the remaining training requirements will be given when there is limited contract work remaining or when, due to the retention of TSP apprentices/trainees who have reached journeyworker status, available employment opportunities are limited. If at any point during the contract the amount of training being accomplished is significantly below the projected amount stated in the training plan(s), the Contractor is required to adjust their training efforts such that the approved number of hours of training in the training plan(s) is achieved by contract completion. COMPENSATION. This specification provides for partial compensation to the contractor towards the cost of managing and operating the training program(s). Compensation is not intended as reimbursement towards the apprentices’ wages, but rather as general compensation for administrating the training program along with the loss of productivity on the behalf of the journeyworker(s) providing the training, guidance and supervision. A combined negotiated amount for partial compensation of all the TSP apprenticeship/OJT programs will be added to the contract by order-on-contract. During the contract duration, revisions to the training plan(s) can be submitted. If a revised training plan, including the cost estimate, is approved then the previously negotiated amount can be adjusted by order-on-contract. The Contractor shall attach to each Form AAP 26 Monthly Training Progress Report, a monthly summary of hours of qualifying training for each apprentice/trainee that shows the number of hours trained each day of the progress period by training program work element. Only training hours verified and approved of by the Engineer or his designee will be considered as qualifying training. Any hours of work performed which are not in the training program or are beyond the number of hours indicated for each work element in the training program will not qualify for payment under this pay item. Off-site training or training performed at other work sites does not qualify for compensation. Classroom training hours do not qualify for compensation.

784 D262091

Page 259: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

ITEM 691.03000020 – TRAINING REQUIREMENTS

EI 06-018 Page 8 of 8 USC 03/9/2009

The total verified hours of training provided during the month will be used to determine the monthly payment due. Regardless of the amount approved for the pay item, payments will be made only for the number qualifying hours of training accomplished. Payment for training under the affirmative action component of this specification is contingent upon the Contractor fulfilling or demonstrating satisfactory good faith efforts to fulfill the corresponding equal employment opportunity (EEO) goals in accordance with §102-11 Equal Employment Opportunity Requirements. [Example Situation #1 - For contracts with a minority EEO goal and a female EEO goal: If achieve the minority EEO goal but not the female EEO goal, then compensation may still be allowed for a minority TSP AA apprentice/trainee but not for a female TSP AA apprentice/trainee. Example Situation #2 - For contracts with trade specific minority/female EEO goals (i.e., applicable in New York City): If achieve the minority equipment operator EEO goal but not the minority iron worker EEO goal, then compensation may still be allowed for a minority equipment operator TSP AA apprentice/trainee but not for a minority iron worker TSP AA apprentice/trainee.] Any apprentices/trainees hired towards attempting to attain fulfillment of the EEO goals do not qualify for payment under this specification nor are they considered as TSP apprentices/trainees (i.e., still required to hire additional apprentices/trainees under this specification’s requirements). Payment for training under the race/gender neutral component of this specification is contingent upon the Contractor fulfilling or demonstrating satisfactory good faith efforts to fulfill all of the equal employment opportunity (EEO) goals in accordance with §102-11 Equal Employment Opportunity Requirements and fulfilling or demonstrating satisfactory good faith efforts to fulfill the affirmative action component. METHOD OF MEASUREMENT This work will be measured on a Dollars-Cents basis. The amount shown in the proposal is not to be altered in any manner by the bidder. Should the bidder alter the amount shown, the altered figure will be disregarded, and the original price will be used to determine the total amount bid.

BASIS OF PAYMENT Compensation towards the training program for each apprentice/trainee will be made as such:

= (0.35) x (Base Journeyworker Prevailing Wage Rate) x (Hours of Qualifying Training Accomplished)

No adjustments to the base rate shall be allowed, such as for: fringes/supplemental benefits, premium rates (overtime, holiday, etc.), worker’s compensation insurance, FICA, state or federal unemployment insurance, commercial general liability (CGL) insurance, etc. When determining compensation, use the prevailing wage rate that was current at the time the training was provided. Qualified training time will include only verified training properly completed and accounted for, including only those hours the apprentice/trainee is actually receiving on-site training in the work elements included in his/her approved apprenticeship/OJT program. Off-site or related classroom training will not be considered as qualifying training time under this item.

785D262091

Page 260: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

04000 Page 1 of 1 Per DQAB L05/07/09

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

786 D262091

Page 261: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

General Decision Number: NY120002 07/06/2012 NY2 Superseded General Decision Number: NY20100002 State: New York Construction Types: Building, Heavy and Highway Counties: Albany, Columbia, Fulton, Greene, Montgomery, Rensselaer, Saratoga, Schenectady, Schoharie and Washington Counties in New York. BUILDING CONSTRUCTION PROJECTS (For all counties except COLUMBIA, FULTON & GREENE) (does not include single family homes and apartments up to a including 4 stories), HEAVY AND HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 01/06/2012 1 01/27/2012 2 02/10/2012 3 03/09/2012 4 04/06/2012 5 04/13/2012 6 04/27/2012 7 05/04/2012 8 05/25/2012 9 06/15/2012 10 06/22/2012 11 06/29/2012 12 07/06/2012 ASBE0040-002 05/01/2009 Rates Fringes Asbestos/Insulator Worker SCOPE OF WORK: includes application of all insulating materials, protective, coverings, coating and finishing to all types of mechanical systems.....................$ 27.14 16.88 HAZARDOUS MATERIAL HANDLER Duties limited to preparation wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials, whether they contain asbestos or not from mechancial systems..........$ 17.37 9.95 ---------------------------------------------------------------- BOIL0197-002 01/01/2012 Rates Fringes

Page 1 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

787D262091

Page 262: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

BOILERMAKER......................$ 30.00 23.76 ---------------------------------------------------------------- BRNY0002-019 06/01/2011 Rates Fringes BRICKLAYER BRICKLAYERS, STONE MASONS, CEMENT MASONS, PLASTERERS, POINTERS, CAULKERS & CLEANERS....................$ 26.91 15.78 HEAVY & HIGHWAY CONSTRUCTION CEMENT MASONS..............$ 27.87 15.04 MARBLE, TILE & TERRAZZO FINISHERS...................$ 22.59 13.53 MARBLE, TILE & TERRAZZO WORKERS.....................$ 28.53 16.03 ---------------------------------------------------------------- CARP0279-006 07/01/2011 Rates Fringes Carpenters: HEAVY AND HIGHWAY CONSTRUCTION (COLUMBIA AND GREENE COUNTIES) Carpenters, Millwrights, Pile Drivers...............$ 27.77 23.50 ---------------------------------------------------------------- CARP0290-003 07/01/2011 Rates Fringes Carpenters: SARATOGA COUNTY HEAVY & HIGHWAY CONSTRUCTION:...............$ 28.00 15.60 WASHINGTON COUNTY HEAVY & HIGHWAY CONSTRUCTION:...............$ 27.55 15.55 PAID HOLIDAYS: Labor Day, provided the employee has been on the payroll the calender week or any of the holiday week preceding the holiday and works the day after the holiday. ---------------------------------------------------------------- CARP0290-006 07/01/2011 ALBANY, FULTON, MONTGOMERY, RENSSELAER, SCHENECTADY AND SCHOHARIE COUNTIES Rates Fringes Carpenters: BUILDING CONSTRUCTION Carpenters & Soft Floor

Page 2 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

788 D262091

Page 263: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Layers.....................$ 27.35 17.05 Piledriver.................$ 27.35 17.05 HEAVY & HIGHWAY CONSTRUCTION Carpenters.................$ 27.79 17.55 ---------------------------------------------------------------- CARP0290-008 07/01/2009 Rates Fringes Carpenters: CARPENTERS..................$ 26.39 14.95 DIVER TENDERS...............$ 25.49 14.95 DIVERS (Dry Day)............$ 25.49 14.95 DIVERS......................$ 60.00 14.95 PILEDRIVERS.................$ 24.49 14.95 ---------------------------------------------------------------- ELEC0236-001 06/01/2011 ALBANY; COLUMBIA; FULTON; GREENE (that portion North of a line following the south limits of the city of Catskill); MONTGOMERY; RENSSELAER, SARATOGA; SCHENECTADY; SCHOHARIE; WASHINGTON Rates Fringes ELECTRICIAN......................$ 32.50 3%+18.07 ---------------------------------------------------------------- ELEC0363-004 04/01/2011 GREENE COUNTY (Portion of) Rates Fringes ELECTRICIAN......................$ 37.00 23.12 ---------------------------------------------------------------- ELEC1249-003 05/02/2011 Rates Fringes LINE CONSTRUCTION: Lineman (LIGHTING AND TRAFFIC SIGNAL Including any and all Fiber Optic Cable necessary for Traffic Signal Systems, Traffic Monitoring systems and Road Weather information systems) Flagman.....................$ 25.21 7.5%+25.5 Groundman Truck Driver (tractor trailer unit)......$ 35.72 7.5%+25.5 Groundman Truck Driver......$ 33.62 7.5%+25.5 Lineman & Technician........$ 42.02 7.5%+25.5 Mechanic....................$ 33.62 7.5%+25.5 FOOTNOTE: a. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, plus President's Day,

Page 3 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

789D262091

Page 264: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Good Friday, Decoration Day, Election Day for the President of the United States and Election Day for the Governor of the State of New York, provided the employee works the day before or the day after the holiday. ---------------------------------------------------------------- ELEC1249-004 01/01/2012 Rates Fringes Line Construction: Overhead and underground distribution and maintenance work and all overhead and underground transmission line work including any and all fiber optic ground wire, fiber optic shield wire or any other like product by any other name manufactured for the dual purpose of ground fault protection and fiber optic capabilities (where no other trades are or have been involved): Flagman....................$ 24.79 15.00+6.5%+a Groundman digging machine operator...................$ 37.19 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 35.12 15.00+6.5%+a Groundman Truck driver.....$ 33.06 15.00+6.5%+a Lineman and Technician.....$ 41.32 15.00+6.5%+a Mechanic...................$ 33.06 15.00+6.5%+a Overhead transmission line work (where other trades are or have been involved): Flagman....................$ 26.29 15.00+6.5%+a Groundman digging machine operator...................$ 39.44 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 37.25 15.00+6.5%+a Groundman truck driver.....$ 35.06 15.00+6.5%+a Lineman and Technician.....$ 43.82 15.00+6.5%+a Mechanic...................$ 35.06 15.00+6.5%+a Substation: Cable Splicer..............$ 45.45 15.00+6.5%+a Flagman....................$ 24.79 15.00+6.5%+a Ground man truck driver....$ 33.06 15.00+6.5%+a Groundman digging machine operator...................$ 37.19 15.00+6.5%+a Groundman truck driver (tractor trailer unit).....$ 35.12 15.00+6.5%+a Lineman & Technician.......$ 41.32 15.00+6.5%+a Mechanic...................$ 33.06 15.00+6.5%+a Switching structures; railroad catenary installation and maintenance, third rail type underground fluid or

Page 4 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

790 D262091

Page 265: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

gas filled transmission conduit and cable installations (including any and all fiber optic ground product by any other name manufactured for the dual purpose of ground fault protection and fiber optic capabilities), pipetype cable installation and maintenance jobs or projects, and maintenance bonding of rails; Pipetype cable installation Cable Splicer..............$ 46.87 15.00+6.5%+a Flagman....................$ 25.57 15.00+6.5%+a Groundman Digging Machine Operator...................$ 38.35 15.00+6.5%+a Groundman Truck Driver (tractor-trailer unit).....$ 36.22 15.00+6.5%+a Groundman Truck Driver.....$ 34.09 15.00+6.5%+a Lineman & Technician.......$ 42.61 15.00+6.5%+a Mechanic...................$ 34.09 15.00+6.5%+a TELEPHONE, CATV FIBEROPTICS CABLE AND EQUIPMENT Cable splicer..............$ 27.99 4.43 + 3% Groundman..................$ 12.48 4.43 + 3% Installer Repairman- Teledata Lineman/Tecnician- Equipment Operator.........$ 26.57 4.43 + 3% Tree Trimmer................$ 21.64 7.36+3% FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Good Friday, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, and Election Day for the President of the United States and Election Day for the Governor of New York State, provided the employee works two days before or two days after the holiday. b. New Years Day, Washington's Birthday, Good Friday, Decoration Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving Day and Christmas Day. ---------------------------------------------------------------- ELEC1249-007 05/03/2011 LINE CONSTRUCTION (LINEMAN) LIGHTING AND TRAFFIC SIGNAL INCLUDING ANY AND ALL FIBER OPTIC CABLE NECESSARY FOR THE TRAFFIC SIGNAL SYSTEMS, TRAFFIC MONITORING SYSTEMS AND ROAD WEATHER INFORMATION SYSTEMS COLUMBIA COUNTY Rates Fringes

Page 5 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

791D262091

Page 266: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

LINE CONSTRUCTION: Lineman Flagman.....................$ 25.21 7.5%+25.5 Groundman Digging Machine Operator....................$ 37.82 7.5%+25.5 Groundman Truck Driver (Tractor-trailer unit)......$ 35.72 7.5%+25.5 Groundman Truck Driver......$ 33.62 7.5%+25.5 Lineman and Technician......$ 42.02 7.5%+25.5 Mechanic....................$ 33.62 7.5%+25.5 PAID HOLIDAYS: a. Memorial Day, New Year's Day, President's Day, Good Friday, Decoration Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, and Election Day for the President of the United States and Election Day for the Governor of New York State, provided the employee works two days before or two days after the holiday. ---------------------------------------------------------------- ELEV0035-001 01/01/2012 ALBANY; COLUMBIA (Towns of Claverack, Hillsdale, Ghent, Stockport, Austerlitz, Canaan, New Lebanon, Chatham, Kinderhook, Styvesant and Greenport); FULTON; GREENE (Towns of Durham, Greenville, New Baltimore, Coxcsackie and Athens); MONTGOMERY, RENSSELAER, SARATOGA, SCHENECTADY, SCHOHARIE AND WASHINGTON COUNTIES Rates Fringes Elevator Constructor.............$ 40.09 23.535+a+b FOOTNOTES: a. 8 PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, and the day after Thanksgiving Day, Christmas Day. b. Employer contributes 8% of basic hourly rate for 5 years or more of service or 6% of basic hourly rate for 6 months to 5 years of service as vacation pay credit. ---------------------------------------------------------------- ELEV0138-004 01/01/2012 COLUMBIA COUNTY (THE TOWNS OF ANCRAM, CLERMONT, COPAKE, GALLATIN, GERMANTOWN, LIVINGSTON, AND TAGHKANIC); GREEN COUNTY (THE TOWNS OF HUNTER AND CATSKILL) Rates Fringes ELEVATOR MECHANIC................$ 50.11 23.535+a+b FOOTNOTES: a. 8 PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day and Christmas Day.

Page 6 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

792 D262091

Page 267: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

b. Employer contributes 8% of basic hourly rate for 5 years or more of service or 6% of basic hourly rate for 6 months to 5 years of service as vacation pay credit. ---------------------------------------------------------------- ENGI0106-001 07/01/2011 HEAVY & HIGHWAY Rates Fringes Power equipment operators: GROUP 1.....................$ 33.79 21.85+a GROUP 2.....................$ 33.36 21.85+a GROUP 3.....................$ 32.45 21.85+a GROUP 4.....................$ 29.88 21.85+a GROUP 5.....................$ 34.97 21.85+a GROUP 6.....................$ 33.79 21.85+a GROUP 7.....................$ 33.79 21.85+a POWER EQUIPMENT OPERATOR CLASSIFICATIONS (HEAVY & HIGHWAY) GROUP 1: Boom Truck (over 5 tons), Crane, Cherry Picker (over 5 ton capacity), Derricks (steel erection), Dragline, Overhead Crane (Gantry or Straddle type), Pile Driver, Truck Crane GROUP 2: Automated Concrete Spreader (CMI), Automatic Fine Grader, Backhoe (Except Tractor Mounted, Rubber Tired), Backhoe Excavator Full Swing (CAT 212 or similar type), Belt Placer (CMI type), Black Top Plant (Automated), Boom Truck (5 tons and under), Cableway, Caisson Auger, Central Mix Concrete Plant (Automated), Concrete Pump (8" or over), Dredge, Dual Drum Paver, Excavator (All Purpose-Hydraulicly Operated) (Gradall or similar), Fork Lift (Factory Rated 15 ft. and over), Front End Loader (4 c.y. and over), Head Tower (Sauerman or equal), Hoist (2 or 3 Drum), Holland Loader, Mine Hoist, Mucking Machine or Mole, Pavement Breaker (SP) Wertgen; PB-4 and similar type, Power Grader, Profiler (over 105 H.P), Quad 9, Quarry Master (or equivalent), Scraper, Shovel, Side Boom, Slip Form Paver, Tractor Drawn Belt-Type Truck Crane, Truck or Trailer Mounted Log Chipper (Self-Feeder), Tug Operator (Except Manned Rented Equipment), Tunnel Shovel GROUP 3: Asphalt Paver, Backhoe (Tractor Mounted, Rubber Tired), Bituminous Spreader and Mixer, Blacktop Plant (Non-Automated), Blast or Rotary Drill (Truck or Tractor Mounted), Boring Machine, Cage-Hoist, Central Mix Plant (Non-Automated) and All Concrete Batching Plants, Cherry Picker (5 Tons Capacity and Under), Compressors (4 or less) Exceeding 2000 C.F.M. Combined Capacity, Concrete Paver (over 16S), Concrete Pump (Under 8"), Crusher, Diesel Power Unit, Drill Rigs (Tractor Mounted), Front End Loader (under 4 c.y.), Hi-Pressure - Boiler (15 lbs. and over), Hoist (One Drum), Kolman Plant Loader and Similar Type Loaders, L.C.M. Work Boat Operator, Locomotive, Maintenance Engineer/Greaseman/ Welder, Mixer (For Stabilized Base Self-Propelled), Monorail Machine, Plant Engineer, Profiler (105 H.P. and under), Pug Mill, Pump Crete, Ready Mix Concrete Plant, Refrigeration Equipment (For Soil

Page 7 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

793D262091

Page 268: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Stabilization), Road Widener, Roller (All Above Subgrade), Sea Mule, Self-contained Ride-on-Rock Drill, excluding Air-Track Type Drill, Skidder, Tractor with Dozer and/or pusher, Trencher, Tugger Hoist, Vermeer saw (ride on, any size or type), Winch, Winch Cat GROUP 4: A-Frame Winch Hoist on Truck, Ballast Regulator (Ride- On), Compressors (4 not to exceed 2000 C.F.M. Combined Capacity, or 3 or less with more than 1200 C.F.M. but not to exceed 2000 C.F.M.), Directional Drill Machine Locator Dust Collectors, Generators, Pumps, Welding Machines, Light Plants (4 of Any Type Of Combination), Concrete Pavement Spreaders and Finishers, Conveyor, Drill Core, Drill Well, Electric Pump Used In Conjunction with Well Point System, Farm Tractor with Accessories, Fine Grade Machine, Fork Lift (under 15 ft.), Grout Pump, Gunite Machine, Hammers (Hydraulic-Self-Propelled), Hydra- Spiker (Ride-On), Hydro-Blaster Water, Post Hole Digger and Post Driver, Power Sweeper, Roller (Grade and Fill), Scarifier (Ride-On Spansaw (Ride-On), Skid Steer loader (Bobcat or similar), Submersible Electric Pump (When Used In Lieu Of Well Point System), Tamper (Ride-On), Tie Extractor (Ride-On), Tie Handler, Tie Inserter (Ride-On), Tie Spacer (Ride-On), Tire Repair, Track Liner, Tractor With Towed Accessories, Vibrator Compactor, Vibro Tamp, Well Point, Aggregate Plant, Boiler (Used In Conjunction With Production), Cement and Bin Operator, Compressors (3 or less not to Exceed 1200 C.F.M. Combined Capacity), Dust Collectors, Generators, Pumps, Welding Machines, Light Plants (3 or less of Any Type or Combination), Concrete or Mixer (16S and under), Concrete Saw (Self-Propelled), Fireman, Form Tamper, Hydraulic Pump (Jacking System), Light Plants, Mulching Machine, Oiler, Parapet-Concrete or Pavement Grinder, Power Broom (Towed), Power Heaterman, Revinius Widener, Shell Winder, Steam cleaner, Tractor GROUP 5: Master Mechanic GROUP 6: Crane Premium with Boom Length and Jib 150 Ft.- 199 Ft. GROUP 7: Crane Premium with Boom Length and Jib 200 Ft. and over Tower Crane Premium .50 Hazmat Work Premium 2.50 Hydrographic .50 FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, Lincoln's Birthday, Washington's Birthday, Good Friday, Columbus Day, November Election Day and Veteran's Day ---------------------------------------------------------------- ENGI0106-002 07/01/2011 BUILDING Rates Fringes

Page 8 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

794 D262091

Page 269: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Power equipment operators: GROUP 1.....................$ 33.85 21.60+a GROUP 2.....................$ 33.41 21.60+a GROUP 3.....................$ 32.50 21.60+a GROUP 4.....................$ 29.93 21.60+a GROUP 5 1..........................$ 34.35 21.60+a 2..........................$ 34.85 21.60+a GROUP 6.....................$ 34.35 21.60+a GROUP 7.....................$ 34.50 21.60+a GROUP 8.....................$ 35.00 21.60+a Hazardous work - Anytime Operating Engineers are involved with level C or above, $2.50 per hour over regular rate. FOOTNOTE: a. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day. POWER EQUIPMENT OPERATOR CLASSIFICATIONS (BUILDING) GROUP 1: Crane, hydraulic cranes, tower crane, locomotive crane, piledriver, cableway, derricks, whirlies, dragline, boom truck (over 5 tons) GROUP 2: Shovel, All backhoe (except tractor mounted rubber tired John Deere 510 or smaller), gradalls, power road grader, all CMI equipment, front-end rubber tire loader, tractor-mounted drill (quarry master), mucking machine, concrete central mix plant, concrete pump, Belcrete system, automated asphalt concrete plant and tractor road paver, boom truck (5 tons and under) GROUP 3: Backhoe, (tractor mounted rubber tired equivalent to John Deere 510 or less), bulldozer, pushcat, tractor, traxcavator, scraper, LeTourneau grader, form fine grader, road roller, blacktop roller, blacktop spreader, power brooms, sweepers, trenching machine, Barber Green loader, side booms, hydrohammer, concrete spreader, concrete finishing machine, one drum hoist, power hoisting (single drum), hoist - two drum or more, three drum engine, power hoisting (two drum and over), two drum and swinging engine, three drum swinging engine, hod hoist, A-L frame winches, cord and well drillers (one drum), post hole digger, model CHB Vibro-Tamp or similar machine, batch bin and plant operator, dinkey locomotive, skid steer loader, track excavator 5/8 cu. yd. or smaller GROUP 4: Fork lift, high lift, lull, oiler, fireman and heavy- duty greaser, boilers, and steam generators, pump, vibrator, motor mixer, air compressor, dust collector, welding machine, well point, mechanical heater, generators, temporary light plants, concrete pumps, electric submersible pump 4" and over, murphy type diesel generator, conveyor, elevators, concrete mixer and belcrete power pack (belcrete system), seeding, and mulching machines, pumps GROUP 5: Crane Premiums:

Page 9 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

795D262091

Page 270: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

1 over 150' 2 over 200' GROUP 6: Tower Crane GROUP 7: Master mechanic (other than nuclear work) GROUP 8: Master mechanic on nuclear work ---------------------------------------------------------------- IRON0012-011 05/01/2012 ALBANY; COLUMBIA; FULTON (Albin, Bleecker, Broad, Johnstown, Mayfield, Northampton and Perth); GREENE, MONTGOMERY (Amsterdam, Charleston, Florida, Glen, Mohawk and Root); RENSSELAER, SARATOGA; SCHENECTADY; SCHOHARIE; and WASHINGTON COUNTIES: Rates Fringes Ironworkers: Sheeter, Bucker-up..........$ 25.78 17.96 Sheeter.....................$ 28.25 19.89 Structural, Ornamental, Rodman, Machinery Mover, Rigger, Fence Erector, Reinforcing, Stone Derrickmen..................$ 28.00 19.89 ---------------------------------------------------------------- IRON0440-007 05/01/2012 FULTON (Twps. of Caroga, Ephratah, Oppenheim, Stratford); MONTGOMERY (Twps of Canajoharie, Minden, Palatine, St. Johnsville): Rates Fringes Ironworkers: Structural, Ornamental, Rodman, Machinery Mover, Rigger, Fence Erector, Reinforcement, and Stone Derrickman..................$ 24.38 22.26 ---------------------------------------------------------------- * LABO0017-001 07/01/2012 COLUMBIA COUNTY (Twps of Greenport, Claverack, Clermont, Germantown, Livingston, Hillsdale, Taghkanic, Gallatin, Copake, Ancram, Philmont and the City of Hudson) Rates Fringes Laborers: COLUMBIA COUNTY (Townships of Greenport, Claverack, Clermont, Germantown, Livingston, Hillsdale, Taghkanic, Gallatin,

Page 10 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

796 D262091

Page 271: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Copake, Ancram, Philmont, and the City of Hudson) (Asbestos, lead, toxic and hazardous waste abatement and any other environmental related work) HEAVY & HIGHWAY GROUP 1:...................$ 29.35 20.65+a GROUP 2:...................$ 33.70 20.65+a GREENE COUNTY (Township of Catskill) HEAVY & HIGHWAY: GROUP 1:...................$ 29.35 20.65+a GROUP 2:...................$ 33.70 20.65+a GROUP 3:...................$ 37.60 20.65+a GROUP 4:...................$ 40.40 20.65+a TUNNEL, SHAFT & CAISSON WORK GROUP 1....................$ 42.10 20.65+a For HEAVY & HIGHWAY CLASSIFICATIONS in COLUMBIA COUNTY (Townships of Greenport, Claverack, Clermont, Germantown, Livingston, Hillsdale, Taghkanic, Gallatin, Copake, Ancram, Philmont and the City of Hudson) HEAVY & HIGHWAY CLASSIFICATIONS GROUP 1: Asbestos, toxic, bio-remediation, phyto-remediation, lead or hazardous material abatement when protective equipment and clothing are not required GROUP 2: Asbestos, toxic, bio-remediation, phyto-remediation, lead or hazardous material abatement when protective clothing and equipment is required For HEAVY & HIGHWAY CLASSIFICATIONS in GREENE COUNTY (Township of Catskill) FOOTNOTE: a. PAID HOLIDAYS: New Years Day, President's Day, Memorial Day, Independence Day, Lincoln's Birthday, Labor Day, Election Day, Veterans Day, Thanksgiving Day, Christmas Day, provided the employee is an employee of the company prior to the scheduled holiday and reports to work the first day following the holiday unless prevented from doing so for legitimate reasons. GROUP 1: Flagperson, gateperson GROUP 2: General laborers, chuck tender, handling and distributing drinking water, distributing all tools and supplies of laborers, nipper, powder carrier, magazine tender, warehouse laborers, concrete man, vibrator man, mason tender, mortar man, spraying, brushing and covering of concrete for curing and preservative purposes, traffic striper, scaffold builder, concrete curb and sidewalk form setter; permanent traffic striping and reflective devices, placing and maintenance of all flares, cones, lights, signs, barricades, traffic patterns, and all temporary reflective type materials for traffic control, custodial

Page 11 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

797D262091

Page 272: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

work, traffic directors, temporary heat or light tenders, tool room, dewatering pump men, pitman, dumpmen, snow removal and firewatch, asphalt man, joint setter, signal person, pipelayer, pipe lining and relining, wellpoints, conduit and duct layer, wire puller, rip rap and dry stone layer, steel rod carrier, core drill, rock splitter, Hilti gun air or electric, jackhammer, bush hammer, pavement breaker, chipping hammer, wagon drill, air track, jib rig, joy drill, gunite and sand blasting, coal passer and other machine operators, power tool operator, sprayer and nozzle man on mulching and seeding machine, all guard rail and fence, all seeding and sod laying, all landscape work, grade checker, all bridge work, walk behind self-propelled power saw, grinder, groover or similar type machine, walk behind tamper and roller of all types, salvage, stripping, wrecking and dismantling laborer (including barman, cutting torch and burner man), sheeting and shoring coming under laborers jurisdiction, bit grinder, operator of form pin puller and drivers, sandblasting, joint and jet sealer, filling and wiring baskets for gabion walls, permanent sign man, median barrier, sta-wall or similar type product, chain saw operator, railroad track laborer, waterproofer, pre-stressed and pre-cast concrete brick, block and stone pavers, power tools used to perform work usually done by laborers, power buggy and pumpcrete operator, fireproof, plaster and caustic pump, asbestos, toxic, bio-remediation, phyto-remediation, lead or hazardous materials abatement when protective clothing and equipment is not required, power brush cutter, retention liners, artificial turf, retaining walls, walk behind surface planer, welding related to laborers work, remote controlled equipment normally operated by laborers, all technician work including but not limited to stitching, seaming, heat welding, fireproof sprayer, mortar mixer, concrete finisher, form setter for concrete curbs and flatwork. Gunite nozzle man, stone cutters, granite stone layer, manhole, catch basin or inlet installing, laser men. Ground man on milling machine GROUP 3 Ingersoll Rand heavy duty crawler-master HCMZ, any drill using a 4" or larger bit, asbestos, toxic, bio-remediation, phyto-remediation, lead or hazardous material abatement when protective clothing and equipment is required, all working foremen including grade, pipe concrete, clearing, blacktop, drill, paving and blaster etc., Hydraulic drill or similar, forklift for masonry only, Blaster and asphalt screedman GROUP 4: Asbestos, toxic, lead or hazardous material abatement foreman For TUNNEL, SHAFT & CAISSON WORK CLASSIFICATIONS FOOTNOTE: a. PAID HOLIDAYS: New Years Day, President's Day, Memorial Day, Independence Day, Labor Day, Election Day, Veterans Day, Thanksgiving Day, Christmas Day

Page 12 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

798 D262091

Page 273: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

GROUP 1: Laborer, Pit and Dumpman, Chuck Tender, Brakeman and Powderman; Miner and all machine men, Safety Miner, all shaft work, caisson work, drilling, blow pipe, all air tools, tugger, scaling, nipper gunniting from pot to nozzle, bit grinder, signal man (top and bottom), shield driven tunnel, mixed face and soft ground liner plate tunnel in free air ---------------------------------------------------------------- LABO0035-001 06/01/2010 FULTON (TWPS OF CAROGA, EPHRATA, OPPENHEIM, AND STRAFORD); MONTGOMERY (TWPS OF CANAJOHARIE, MINDEN AND PALATINE, ROOT AND ST. JOHNSVILLE) Rates Fringes Laborers Building Construction Asbestos Removal............$ 21.50 13.44 Blasters, Form Setters, MotorBuggy Operator (Rider Type)......................$ 20.50 13.44 Hazardous Waste Removal Hazardous waste removal includes wetting, stripping, removal, scrapping, vaccuuming, bagging and disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems.........$ 21.50 13.44 HEAVY & HIGHWAY: GROUP 1:...................$ 24.30 16.54 GROUP 2:...................$ 24.50 16.54 GROUP 3:...................$ 24.70 16.54 GROUP 4:...................$ 24.90 16.54 Laborers....................$ 20.00 13.44 Pipelayers, Motor Mixers, Motor Buggy Operator (Walk Behind) Power Lift (Walk Behind)...............$ 20.15 13.44 Wagon Drill Operator........$ 20.40 13.44 FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day. GROUP 1: Common Laborers, Flagman, Outboard and Hand boats GROUP 2: Bull Float, Chain Saw, Concrete aggregate bin, Concrete Bootman, Gin Buggy, Hand or Machine Vibrator, Jackhammer, Mason Tender, Mortar Mixer, Pavement Breaker, Handlers of all steel mesh, Small generators for laborer's tools, Installation of bridge drainage, Pipelayers, Vibrator type rollers, Tamper, Drill doctor, Tail or Screw Operator on asphalt paver, Water pump operator (1 1/2" and single diaphragm), Nozzle (asphalt, gunnite, seeding and sand blasting), Laborers on chain link fence erection, Rock

Page 13 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

799D262091

Page 274: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

splitter and power unit, Pusher type concrete saw and all other gas, electric, oil, and air tool operators, Wrecking laborers GROUP 3: All rock or drilling machine operators (except quarry master and similar type), Acetylene torch operators, and Asphalt paver, Powderman GROUP 4: Blasterers, Form setters, Stone or Granite Curb setters ---------------------------------------------------------------- LABO0157-001 07/01/2009 FULTON (Twps. of Bleeker, Mayfield, Northhampton, Johnstown, Broadalbin and Perth); MONTGOMERY (Twps. of Mohawk, Glen, Charleston, Amsterdam, and Florida); SARATOGA (Twps. of Day, Hadley, Edinburg, Corinth, Moreau, South Glens Falls, Providence, Greenfield, Wilton, Northcumberland, Galway, Milton, Saratoga Springs, Charlton, Ballston, Malta and Clifton Park); SCHENECTADY and SCHOHARIE COUNTIES. Rates Fringes LABORER BUILDING: GROUP 1....................$ 22.88 13.65 GROUP 2....................$ 24.23 13.65 HEAVY & HIGHWAY: GROUP 1:...................$ 24.34 14.40+a GROUP 2:...................$ 24.54 14.40+a GROUP 3:...................$ 24.74 14.40+a GROUP 4:...................$ 24.94 14.40+a GROUP 5:...................$ 26.34 14.40+a LABORER CLASSIFICATIONS Group 1: Common Laborers Group 2: Asbestos and Toxic Materials Commercial projects valued at $800,000 or less and/or industrial projects valued at $100,000 or less, excluding demolition work (the complete razing of structures) 75% of the basic wage scale with full benefits will apply FOOTNOTE: a. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day LABORER CLASSIFICATIONS GROUP 1: Common laborers, flagman, outboard & hand boats GROUP 2: Bull float, chain saw, concrete aggregate bin, concrete bootman, gin buggy, hand or machine vibrator, jackhammer, mason tender, mortar mixer, pavement breaker, handlers of all steel mesh, small generators for laborers' tools, installation of bridge drainage, pipelayers,

Page 14 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

800 D262091

Page 275: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

vibrator type rollers, tamper, drill doctor, tail or screw operator on asphalt paver, water pump operator (1 1/2") and single diaphragm), nozzle (asphalt, gunnite, seeding, and sand blasting), laborers on chain fence erection, rock splitter and power unit, pusher type concrete saw and all other gas, electric, oil, and air tool operators, wrecking laborers GROUP 3: All rock drilling machine operators (except quarry master and similar type), acetylene torch operator, and asphalt paver, powderman GROUP 4: Blasterers, form setters, stone or granite curb setters GROUP 5: Hazardous waste removal ---------------------------------------------------------------- LABO0190-001 01/01/2012 ALBANY; RENSSELAER COUNTY, WASHINGTON COUNTY, SARATOGA COUNTY (Townships of Stillwater, Halfmoon, Saratoga) Rates Fringes Laborers: BUILDING: GROUP 1....................$ 22.86 16.67 GROUP 2....................$ 24.21 16.67 LABORERS CLASSIFICATIONS GROUP 1: Common Laborers GROUP 2: Hazardous waste removal Commercial projects valued at $800,000 or less and/or industrial projects valued at $100,000 or less excluding demolition work, (complete razing of structures) will receive 75% of basic wage scale with full fringes will apply ---------------------------------------------------------------- LABO0190-002 07/01/2011 ALBANY; RENSSELAER; COLUMBIA (Twps. of Stuyvesant, Stockport, Kinderhook, New Lebanon, Cannan, Ghent, Chatham, Austerlitz). GREENE (except Catskill Township). WASHINGTON COUNTY. SARATAGO COUNTY (Townships of Stillwater, Halfmoon Saratoga) Rates Fringes Laborers: HEAVY & HIGHWAY: GROUP 1:...................$ 25.39 16.95 GROUP 2:...................$ 25.39 16.95 GROUP 3:...................$ 25.59 16.95 GROUP 4:...................$ 25.79 16.95 GROUP 5:...................$ 25.99 16.95 FOOTNOTE: PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day,

Page 15 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

801D262091

Page 276: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Labor Day, Thanksgiving Day and Christmas Day. LABORERS CLASSIFICATIONS GROUP 1: Common laborers, flagmen, outboard and hand boats GROUP 2: Bull float, chain saw, concrete aggregated bin, concrete bootman, gin buggy, hand or machine vibrator, jackhammer, mason tender, mortar mixer, pavement breaker, handlers of all steel mesh, small generators for laborers' tools, installation of bridge drainage, pipelayers, vibrator type rollers, tampers, drill doctor, Tail or screw operator on asphalt paver, Water pump operator (1 1/2" and single diaphragm), Nozzle (asphalt, gunnite, seeding, and sand blasting) Laborers on chain link fence erection, rock splitter and power unit, pusher type concrete saw and all other gas, electric, oil, air tool operators, and wrecking laborers GROUP 3: All rock air drilling machine operators (except quarry master and similar type), acetylene torch operators, and asphalt paver, powderman GROUP 4: Blasterers, form setters, stone or granite curb setters GROUP 5: Hazardous waste removal ---------------------------------------------------------------- LABO1000-005 05/01/2009 COLUMBIA (Twps. of Greenport, Claverack, Hillsdale, Livingston, Germantown, Taghkanic, Copake, Clermont, Gallatin, Ancram): Rates Fringes Laborers: HEAVY & HIGHWAY GROUP 1....................$ 24.20 18.75+a GROUP 2....................$ 27.96 18.75+a GROUP 3....................$ 28.96 18.75+a LABORERS CLASSIFICATIONS (HEAVY & HIGHWAY) GROUP 1: Flagperson; Placing and maintenance of all flares, cones, lights, signs, barricades; traffic control custodial work; traffic directors; temporary heat or light tenders; tool rooms GROUP 2: General Laborers, Dumpman, Pitman, Concrete man; Signal man; Pipelayers; Rip rap; Dry stone layer; Jack hammer; Powderman; Highscalers power buggy operator; Steel rod carrier; Vibratory operator; other machine operator; wrecking; Vibrator operator-compactor; Gunite and sandblasting; Water pump 2" or under; Nipper; Chucker; Asphalt Workers GROUP 3: Asphalt raker; Asphalt Screedman; Drillers (all); Laser Beam Operator; Form Setter/Aligners; Blasters

Page 16 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

802 D262091

Page 277: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

FOOTNOTE: a. PAID HOLIDAYS: New Years Day, Presidents Day, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, November Election Day, Thanksgiving Day, and Christmas Day ---------------------------------------------------------------- PAIN0009-005 05/01/2011 Rates Fringes Painters: Lead Abatement Workers, Structural Steel Zone 1.....................$ 27.39 8.53 Zone 2.....................$ 26.04 9.88 Painters, Drywall Finishers, Spray Zone 1.....................$ 26.39 8.53 Zone 2.....................$ 26.39 8.53 Zone #1 Entire counties of ALBANY, FULTON, MONTGOMERY, RENNSELAER, SCHOHARIE, SCHENECTADY AND SARATOGA ZONE #2 All of WASHINGTON County ---------------------------------------------------------------- * PAIN0009-013 07/01/2012 Rates Fringes GLAZIER..........................$ 24.80 15.66 ---------------------------------------------------------------- PAIN0155-002 05/01/2012 COLUMBIA AND GREENE COUNTIES Rates Fringes Painters: Drywall Finisher............$ 28.69 17.16 Lead Abatement Work.........$ 28.69 17.16 Painter/Paperhanger.........$ 28.69 17.16 Spray Rate..................$ 29.69 17.16 ---------------------------------------------------------------- PAIN0806-002 10/01/2010 ALBANY, COLUMBIA, FULTON, GREENE, MONTGOMERY, RENNSELAER, SCHOHARIE, SCHENECTADY, SARATOGA AND WASHINGTON Rates Fringes Painters: Structural Steel and Bridge.$ 46.25 31.03 ---------------------------------------------------------------- PLUM0007-001 05/01/2012 ALBANY; COLUMBIA; FULTON; GREENE; MONTGOMERY; RENSSELAER; SCHENECTADY; SARATOGA (Towns of Charlton, Clifton Park, Galway, Halfmoon, Milton, Stillwater and Waterford)

Page 17 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

803D262091

Page 278: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Rates Fringes PLUMBER/PIPEFITTER...............$ 34.52 22.26 ---------------------------------------------------------------- PLUM0112-019 05/01/2012 Townships of Canajoharie and Minden Rates Fringes Plumber and Steamfitter Northern Zone...............$ 30.80 21.30 ---------------------------------------------------------------- PLUM0773-002 05/01/2012 SARATOGA (Remainder of County); WASHINGTON COUNTY: Rates Fringes PLUMBER/PIPEFITTER...............$ 31.43 22.95 ---------------------------------------------------------------- ROOF0203-003 06/01/2010 SCHOHARIE COUNTY: Rates Fringes ROOFER...........................$ 21.20 10.34 ---------------------------------------------------------------- ROOF0241-001 06/01/2010 Rates Fringes ROOFER...........................$ 25.65 10.97 ---------------------------------------------------------------- SFNY0669-001 04/01/2012 Rates Fringes SPRINKLER FITTER.................$ 29.83 20.37 ---------------------------------------------------------------- SHEE0083-001 06/01/2011 Rates Fringes Sheet metal worker...............$ 29.78 20.21+a FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day. If any of these holidays fall on a Saturday or Sunday, either the preceding Friday or following Monday will be observed as the holiday. ---------------------------------------------------------------- TEAM0294-002 05/01/2012 BUILDING CONSTRUCTION

Page 18 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

804 D262091

Page 279: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Rates Fringes Truck drivers: GROUP 1.....................$ 25.27 15.89+a GROUP 2.....................$ 25.57 15.89+a FOOTNOTES: a. One week vacation after 1 year; 2 weeks vacation after 5 years. TRUCK DRIVERS BUILDING CLASSIFICATIONS GROUP 1: Straight, winch, transit mix on job site, road oilers, dump, panel, pick-up, water and fuel trucks on site (including nozzle) GROUP 2: Euclid or similar equipment, lowboy or lowboy trailers ---------------------------------------------------------------- TEAM0294-003 07/01/2011 Rates Fringes Truck drivers: HEAVY & HIGHWAY GROUP 1....................$ 26.67 15.65+a GROUP 2....................$ 26.72 15.65+a GROUP 3....................$ 26.77 15.65+a GROUP 4....................$ 26.92 15.65+a GROUP 5....................$ 27.07 15.65+a TRUCK DRIVERS CLASSIFICATIONS (HEAVY & HIGHWAY) GROUP 1: Pick-ups, panel trucks, flatboy material trucks (straight jobs), single axle dump trucks, dumpsters, receivers, greasers, truck tireman GROUP 2: Tandems, batch trucks, mechanics GROUP 3: Semi-trailers, low-boy trucks, asphalt distributor trucks, agitator, mixer trucks and dumpcrete type vehicles, truck mechanic, fuel truck GROUP 4: Specialized earth moving equipment - euclid type or similar off-highway equipment, where not self-loaded, straddle (ross) carrier, self-contained concrete unit GROUP 5: Off-highway tandem back dump, twin engine equipment and double hitched equipment where not self-loaded FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, provided the employee works the day before and the day after the holiday. ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

Page 19 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

805D262091

Page 280: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

================================================================ 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 union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rate. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS

Page 20 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

806 D262091

Page 281: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION

Page 21 of 21

7/10/2012http://www.wdol.gov/wdol/scafiles/davisbacon/NY2.dvb?v=11

807D262091

Page 282: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

SPECIAL NOTE STATE PREVAILING WAGE RATES

04025 Page 1 of 1 EB 06-035 L 01/06/11 9/15/11

The New York State Department of Labor (NYSDOL) has issued a project-specific prevailing wage rate schedule for this Contract. The New York State Labor Law requires the Contractor and all subcontractors to ensure that all workers employed in the performance of a public work contract are paid not less than the prevailing wage rate and supplemental (fringe) benefits in the locality where the work is performed. The project-specific prevailing wage rate schedule, together with all updates and amendments, is incorporated by reference in this Contract, and made a part hereof, as though fully set forth herein. The schedule may be accessed by visiting the NYSDOL website, navigating to the appropriate web page for prevailing wages, and entering the Prevailing Rate Case Number (PRC#). The PRC# is found on NYSDOL Form PW-200, the following page in this Contract Proposal. The project-specific prevailing wage rate schedule and all wage rate amendments are annexed electronically through the following link:

www.labor.ny.gov It is the obligation of the Contractor and all subcontractors to obtain all updated prevailing wage rate schedules and to pay all workers in accordance with the periodic wage rate schedule updates issued by the NYSDOL. Any changes or clarifications of labor classifications, and information on the applicability of particular prevailing wage rates, must be obtained from the Office of the Director of the Bureau of Public Work at the New York State Department of Labor.

808 D262091

Page 283: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourlysupplements for the project referenced above. A unique Prevailing Wage Case Number(PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2012 through June 2013. All updates, corrections, postedon the 1st business day of each month, and future copies of the annual determination areavailable on the Department's website www.labor.state.ny.us. Updated PDF copies ofyour schedule can be accessed by entering your assigned PRC# at the proper location onthe website. It is the responsibility of the contracting agency or its agent to annex and make part, theattached schedule, to the specifications for this project, when it is advertised for bids and /orto forward said schedules to the successful bidder(s), immediately upon receipt, in order toinsure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public WorkContracts" provided with this schedule, for the specific details relating to otherresponsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail ORfax this form to the office shown at the bottom of this notice, OR fill out the electronicversion via the NYSDOL website.

NOTICE OF COMPLETION / CANCELLATION OF PROJECT

Date Completed: Date Cancelled:

Name & Title of Representative:

Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240

www.labor.state.ny.us. PW 200 [email protected]

Andrew M. Cuomo, Governor Colleen C. Gardner, Commissioner

NYS DOT Anthony Chiffolo, Civil Engineer 2NYSDOTPOD 2350 Wolf RoadAlbany NY 12232

Schedule Year 2012Date Requested 07/03/2012PRC# 2012005809

Location I-90, I-787Project ID# D262091Project Type Bridge Rehabilitation. PIN 1528.68

809D262091

Page 284: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

General Provisions of Laws Covering Workers on Article 8 Public Work Contracts Introduction The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed inthe performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in thelocality where the work is performed. Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county,city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire,improvement and other district corporation; a public benefit corporation; and a public authority awarding a public workcontract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing RateSchedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project.This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract tobe awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish thefollowing information to the Bureau: the name and address of the contractor, the date the contract was let and theapproximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of theDepartment's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation ofany public work project. The Department's PW 200 form is provided for that purpose. Both the PW 16 and PW 200 forms are available for completion online. Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any publicwork project shall be permitted to work more than eight hours in any day or more than five days in any week, except incases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply tothe Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particularpublic work project. There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "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 workproject shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work isperformed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, thecontractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original PrevailingRate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work,State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; orelectronically at the NYSDOL website www.labor.state.ny.us. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to providecomplete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules toeach subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the originalschedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL websitewww.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect fromJuly 1st through June 30th of the following year. The annual determination is available on the NYSDOL websitewww.labor.state.ny.us. Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true underpenalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At aminimum, 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.

810 D262091

Page 285: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

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, subscribedand affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall collect, reviewfor 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 recordssworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to timecards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure toprovide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of thecontract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New YorkState and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the projectworksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedulespecified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedulesby a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original scheduleand any subsequently issued schedules, shall provide to such contractor a verified statement attesting that thesubcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages andsupplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a). Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties The wages and supplements contained in the annual determination become effective July 1st whether or not the newdetermination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Anycorrections should be brought to the Department's attention immediately. It is the responsibility of the public workcontractor to use the proper rates. If there is a question on the proper classification to be used, please call the districtoffice located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOLwebsite on the first business day of each month. Contractors are responsible for paying these updated rates as well,retroactive to July 1st. When you review the schedule for a particular occupation, your attention should be directed to the dates above thecolumn of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Departmentposts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by aparticular annual determination. Rates that extend beyond that instant time period are informational ONLY and may beupdated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period. Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay orprovide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages orsupplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficientamount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a finaldetermination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or providethe requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law toso notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract.Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of suchcontract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interestand any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a finaldetermination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding isinstituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of thecourt with respect to the release of the funds so withheld. Summary of Notice Posting Requirements The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public workproject. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverseweather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2)inches. The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, oneach job site.

811D262091

Page 286: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, oremployment training centers, notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the NYS Department of Labor. Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYSCommissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greaterthan the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing RateSchedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outsidethe classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate forthe classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYSDepartment of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency ofoffice registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office ofEmployability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Faxto NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and socialsecurity number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL ApprenticeshipTraining Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provideconclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person isregistered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies ofstate forms is not conclusive proof of the registration of any person as an apprentice. Interest and Penalties In the event that an underpayment of wages and/or supplements is found:

- Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant tosection 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made.

- A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due.

Debarment Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public workcontract or subcontract with any state, municipal corporation or public body for a period of five (5) years when:

- Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successorwithin any consecutive six (6) year period.

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

Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine orimprisonment of up to 15 years, or both. Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, nationalorigin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex ornational origin discriminate against any citizen of the State of New York who is qualified and available to perform the workto which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidateany employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220-e(b) ).

812 D262091

Page 287: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion. There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for eachcalendar day during which such person was discriminated against or intimidated in violation of the provision of the contract (NYS Labor Law, Article 8, Section 220-e(c) ). The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereundermay be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections ofthe contract (NYS Labor Law, Article 8, Section 220-e(d) ). Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places ofemployment, or employment training centers notices furnished by the State Division of Human Rights. Workers' Compensation In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of thecontract for the benefit of such employees as required by the provisions of the New York State Workers' CompensationLaw. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to beingallowed to begin work. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New YorkState. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name thisagency as a certificate holder. If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a companyauthorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of theinformation page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained aworkers' compensation policy for all employees working in New York State. Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite. Unemployment Insurance Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the New York State Department of Labor.

813D262091

Page 288: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Introduction to the Prevailing Rate Schedule

Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in theattached Schedule of Prevailing Rates.

Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy andhighway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid orprovided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to beused, please call the district office located nearest the project. District office locations and phone numbers are listed below. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county-by-county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, rowhousing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates foroccupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Pleasecontact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria.

Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employeeworks on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actuallyperformed.

Overtime At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek isovertime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtimerequirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employeeactually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in theOVERTIME PAY section listings for each classification.

Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision ofsupplements is for each hour worked, some classifications require the payment or provision of supplements for each hour paid (includingpaid holidays on which no work is performed) and/or may require supplements to be paid or provided at a premium rate for premium hoursworked.

Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. Theseare the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annualdetermination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing ratesof wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department ofLabor website (www.labor.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 inplace on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice isallowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired,and so on. Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions.

Title (Trade) Ratio

Boilermaker (Construction) 1:1,1:4

Boilermaker (Shop) 1:1,1:3

Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4

Carpenter (Residential) 1:1,1:3

Electrical (Outside) Lineman 1:1,1:2

Page 27

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Jul 01 2012 PRC Number 2012005809

814 D262091

Page 289: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

Electrician (Inside) 1:1,1:3

Elevator/Escalator Construction & Modernizer 1:1,1:2

Glazier 1:1,1:3

Insulation & Asbestos Worker 1:1,1:3

Iron Worker 1:1,1:4

Laborer 1:1,1:3

Mason 1:1,1:4

Millwright 1:1,1:4

Op Engineer 1:1,1:5

Painter 1:1,1:3

Plumber & Steamfitter 1:1,1:3

Roofer 1:1,1:2

Sheet Metal Worker 1:1,1:3

Sprinkler Fitter 1:1,1:2

If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU ofPUBLIC WORK District Office or write to:

New York State Department of Labor Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240

District Office Locations: Telephone # FAX #

Bureau of Public Work - Albany 518-457-2744 518-485-0240

Bureau of Public Work - Binghamton 607-721-8005 607-721-8004

Bureau of Public Work - Buffalo 716-847-7159 716-847-7650

Bureau of Public Work - Garden City 516-228-3915 516-794-3518

Bureau of Public Work - Newburgh 845-568-5287 845-568-5332

Bureau of Public Work - New York City 212-775-3568 212-775-3579

Bureau of Public Work - Patchogue 631-687-4882 631-687-4904

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 28

Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of LaborLast Published on Jul 01 2012 PRC Number 2012005809

815D262091

Page 290: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

04200 Per DQAB L05/07/09 Page 1 of 1

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.

816 D262091

Page 291: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 1 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 201.07 CLEARING AND GRUBBING ACRE 1.000 ============================================================================================ 0001 202.19 REMOVAL OF SUBSTRUCTURES CY 1226.000 ============================================================================================ 0001 203.02 UNCLASSIFIED EXCAVATION AND DISPOSAL CY 8150.000 ============================================================================================ 0001 203.03 EMBANKMENT IN PLACE CY 1010.000 ============================================================================================ 0001 203.07 SELECT GRANULAR FILL CY 270.000 ============================================================================================ 0001 203.21 SELECT STRUCTURE FILL CY 1555.000 ============================================================================================ 0001 204.01 CONTROLLED LOW STRENGTH MATERIAL (CLSM) CY 7.000 ============================================================================================ 0001 206.01 STRUCTURE EXCAVATION CY 1560.000 ============================================================================================ 0001 206.02 TRENCH AND CULVERT EXCAVATION CY 1960.000 ============================================================================================ 0001 206.03 CONDUIT EXCAVATION AND BACKFILL INCLUDING SURFACE RES LF 860.000 ============================================================================================ 0001 206.04 TRENCH AND CULVERT EXCAVATION - O.G. CY 430.000 ============================================================================================ 0001 206.05 TEST PIT EXCAVATION EACH 10.000 ============================================================================================ 0001 207.20 GEOTEXTILE BEDDING SY 2800.000 ============================================================================================ 0001 209.100101 MULCH - TEMPORARY SY 6720.000 ============================================================================================ 0001 209.1003 SEED AND MULCH - TEMPORARY SY 3360.000 ============================================================================================ 0001 209.1105 CHECK DAM, PREFABRICATED - TEMPORARY LF 52.000 ============================================================================================ 0001 209.1106 CHECK DAM, STONE-PERMANENT EACH 1.000 ============================================================================================ 0001 209.13 SILT FENCE-TEMPORARY LF 1900.000 ============================================================================================ 0001 209.1701 DRAINAGE STRUCTURE INLET PROTECTION, SILT FENCE - TEM LF 126.000 ============================================================================================ 0001 209.190301 ROLLED EROSION CONTROL PRODUCT, CLASS II TYPE C,INTER SY 680.000 ============================================================================================ 0001 209.22 CONSTRUCTION ENTRANCE SY 1560.000 ============================================================================================

817D262091

Page 292: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 2 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 304.12 SUBBASE COURSE, TYPE 2 CY 4400.000 ============================================================================================ 0001 402.018902 TRUE & LEVELING F9, SUPERPAVE HMA, 80 SERIES COMPACTI TON 300.000 ============================================================================================ 0001 402.018912 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.018902 QU 15.000 ============================================================================================ 0001 402.058902 SHIM COURSE F9, HOT MIX ASPHALT TON 114.000 ============================================================================================ 0001 402.058912 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.058902 QU 6.000 ============================================================================================ 0001 402.095202 9.5 F2 TOP COURSE HMA, 50 SERIES COMPACTION TON 3830.000 ============================================================================================ 0001 402.095212 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.095202 QU 192.000 ============================================================================================ 0001 402.098202 9.5 F2 TOP COURSE HMA, 80 SERIES COMPACTION TON 4420.000 ============================================================================================ 0001 402.098212 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.098202 QU 221.000 ============================================================================================ 0001 402.127202 12.5 F2 TOP COURSE HMA, 70 SERIES COMPACTION TON 200.000 ============================================================================================ 0001 402.127212 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.127202 QU 10.000 ============================================================================================ 0001 402.195902 19 F9 BINDER COURSE HMA, 50 SERIES COMPACTION TON 30.000 ============================================================================================ 0001 402.195912 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.195902 QU 2.000 ============================================================================================ 0001 402.197902 19 F9 BINDER COURSE HMA, 70 SERIES COMPACTION TON 42.000 ============================================================================================ 0001 402.197912 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.197902 QU 3.000 ============================================================================================ 0001 402.198902 19 F9 BINDER COURSE HMA, 80 SERIES COMPACTION TON 4050.000 ============================================================================================ 0001 402.198912 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.198902 QU 203.000 ============================================================================================ 0001 402.377902 37.5 F9 BASE COURSE HMA, 70 SERIES COMPACTION TON 70.000 ============================================================================================ 0001 402.377912 PLANT PRODUCTION QUALITY ADJUSTMENT TO 402.377902 QU 4.000 ============================================================================================ 0001 402.378902 37.5 F9 BASE COURSE HMA, 80 SERIES COMPACTION TON 5190.000 ============================================================================================ 0001 402.378912 PLANT PRODUCTION QUALITY ADJUSTMENT 402.378902 QU 260.000 ============================================================================================

818 D262091

Page 293: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 3 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 407.0101 TACK COAT GAL 7500.000 ============================================================================================ 0001 490.10 PRODUCTION COLD MILLING OF BITUMINOUS CONCRETE SY 44100.000 ============================================================================================ 0001 490.15 PRODUCTION COLD MILL SURFACE PLANING OF BITUMINOUS CO SY 1400.000 ============================================================================================ 0001 490.30 MISCELLANEOUS COLD MILLING OF BITUMINOUS CONCRETE SY 3800.000 ============================================================================================ 0001 490.40 MISCELLANEOUS COLD MILLING OF PORTLAND CEMENT CONCRET SY 1000.000 ============================================================================================ 0001 502.76010018 SEALING CRACKS IN PCC PAVEMENT - SILICONE SEALANT LF 380.000 ============================================================================================ 0001 502.82010018 FULL DIAMOND GRINDING OF PCC PAVEMENT WITH SLURRY REM SY 31612.000 ============================================================================================ 0001 520.50140008 SAW CUTTING, ASPHALT PAVEMENT, ASPHALT SURFACE COURSE LF 18300.000 ============================================================================================ 0001 552.15 INTERIM STEEL SHEETING SF 20163.000 ============================================================================================ 0001 552.16 EXCAVATION PROTECTION SYSTEM SF 2090.000 ============================================================================================ 0001 555.0105 CONCRETE FOR STRUCTURES, CLASS A CY 4.000 ============================================================================================ 0001 555.09 CONCRETE FOR STRUCTURES, CLASS HP CY 1972.000 ============================================================================================ 0001 556.0201 UNCOATED BAR REINFORCEMENT FOR CONCRETE STRUCTURES LB 44670.000 ============================================================================================ 0001 556.0202 EPOXY-COATED BAR REINFORCEMENT FOR STRUCTURES LB 357787.000 ============================================================================================ 0001 556.0205 STAINLESS STEEL BAR REINFORCEMENT FOR STRUCTURES LB 876.000 ============================================================================================ 0001 556.03 STUD SHEAR CONNECTORS FOR BRIDGES EACH 96342.000 ============================================================================================ 0001 557.0102 SUPERSTRUCTURE SLAB WITH INTEGRAL WEARING SURFACE - B SY 93.000 ============================================================================================ 0001 557.11030101 INTEGRAL PRECAST CONCRETE BARRIER LF 13218.000 ============================================================================================ 0001 557.43000001 LIGHTWEIGHT, HIGH-PERFORMANCE PRECAST SUPERSTRUCTURE SY 27709.000 ============================================================================================ 0001 557.65020101 PRECAST CONCRETE APPROACH SLABS SY 667.000 ============================================================================================ 0001 558.02 LONGITUDINAL SAWCUT GROOVING OF STRUCTURAL SLAB SURFA SY 26111.000 ============================================================================================

819D262091

Page 294: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 4 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 559.16960118 PROTECTIVE SEALING OF STRUCTURAL CONCRETE SF 170672.000 ============================================================================================ 0001 559.18960118 PROTECTIVE SEALING OF STRUCTURAL CONCRETE ON NEW BRID SF 235826.000 ============================================================================================ 0001 564.100501 STRUCTURAL STEEL REPLACEMENT LB 100.000 ============================================================================================ 0001 564.100502 STRUCTURAL STEEL REPLACEMENT LB 150.000 ============================================================================================ 0001 564.100503 STRUCTURAL STEEL REPLACEMENT LB 3600.000 ============================================================================================ 0001 564.100504 STRUCTURAL STEEL REPLACEMENT LB 8400.000 ============================================================================================ 0001 564.100505 STRUCTURAL STEEL REPLACEMENT LB 200.000 ============================================================================================ 0001 564.100506 STRUCTURAL STEEL REPLACEMENT LB 76500.000 ============================================================================================ 0001 564.100507 STRUCTURAL STEEL REPLACEMENT LB 6000.000 ============================================================================================ 0001 564.100508 STRUCTURAL STEEL REPLACEMENT LB 49.000 ============================================================================================ 0001 564.100509 STRUCTURAL STEEL REPLACEMENT LB 4.000 ============================================================================================ 0001 564.100510 STRUCTURAL STEEL REPLACEMENT LB 2654.000 ============================================================================================ 0001 564.100511 STRUCTURAL STEEL REPLACEMENT LB 100.000 ============================================================================================ 0001 564.100801 STRUCTURAL STEEL REPLACEMENT LB 100.000 ============================================================================================ 0001 564.100802 STRUCTURAL STEEL REPLACEMENT LB 3000.000 ============================================================================================ 0001 564.100901 STRUCTURAL STEEL REPLACEMENT LB 100.000 ============================================================================================ 0001 564.510401 STRUCTURAL STEE LB 10.000 ============================================================================================ 0001 564.510501 STRUCTURAL STEEL LB 1900.000 ============================================================================================ 0001 564.510502 STRUCTURAL STEEL LB 2500.000 ============================================================================================ 0001 564.510503 STRUCTURAL STEEL LB 700.000 ============================================================================================ 0001 564.510504 STRUCTURAL STEEL LB 51700.000 ============================================================================================

820 D262091

Page 295: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 5 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 564.510505 STRUCTURAL STEEL LB 14027.000 ============================================================================================ 0001 564.510506 STRUCTURAL STEEL LB 63400.000 ============================================================================================ 0001 564.510507 STRUCTURAL STEEL LB 24200.000 ============================================================================================ 0001 564.510508 STRUCTURAL STEEL LB 5900.000 ============================================================================================ 0001 564.510509 STRUCTURAL STEEL LB 47506.000 ============================================================================================ 0001 564.510510 STRUCTURAL STEEL LB 26316.000 ============================================================================================ 0001 564.510511 STRUCTURAL STEEL LB 1469.000 ============================================================================================ 0001 564.510512 STRUCTURAL STEEL LB 40000.000 ============================================================================================ 0001 564.510901 STRUCTURAL STEEL LB 400.000 ============================================================================================ 0001 565.1522 TYPE M.R. EXPANSION BEARING (226 TO 450 KIPS) EACH 8.000 ============================================================================================ 0001 565.1523 TYPE M.R. EXPANSION BEARING (451 TO 675 KIPS) EACH 28.000 ============================================================================================ 0001 565.1524 TYPE M.R. EXPANSION BEARING (676 TO 900 KIPS) EACH 10.000 ============================================================================================ 0001 565.1525 TYPE M.R. EXPANSION BEARING (OVER 900 KIPS) EACH 8.000 ============================================================================================ 0001 565.1723 TYPE M.R. FIXED BEARING (451 TO 675 KIPS) EACH 4.000 ============================================================================================ 0001 565.1724 TYPE M.R. FIXED BEARING (676 TO 900 KIPS) EACH 18.000 ============================================================================================ 0001 565.1725 TYPE M.R. FIXED BEARING (OVER 900 KIPS) EACH 8.000 ============================================================================================ 0001 565.1922 TYPE E.L. BEARING (56 TO 111 KIPS) EACH 136.000 ============================================================================================ 0001 565.2022 TYPE E.B. FIXED BEARING (56 TO 111 KIPS) EACH 61.000 ============================================================================================ 0001 565.2023 TYPE E.B. FIXED BEARING (112 TO 168 KIPS) EACH 40.000 ============================================================================================ 0001 565.2032 TYPE E.B EXPANSION BEARING (56 TO 111 KIPS) EACH 70.000 ============================================================================================ 0001 565.2033 TYPE E.B EXPANSION BEARING (112 TO 168 KIPS) EACH 29.000 ============================================================================================

821D262091

Page 296: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 6 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 566.03 MODULAR EXPANSION JOINT SYSTEM - THREE CELL LF 90.000 ============================================================================================ 0001 567.60 ARMORLESS BRIDGE JOINT SYSTEM LF 2094.000 ============================================================================================ 0001 567.60000015 REMOVAL OF EXISTING STEEL JOINT SYSTEMS LF 299.000 ============================================================================================ 0001 569.04 SINGLE SLOPE (HALF SECTION) CONCRETE BRIDGE BARRIER LF 319.000 ============================================================================================ 0001 570.090004 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.090005 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.090006 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.090007 ENVIRONMENTAL GROUND PROTECTION LS 1.000 ============================================================================================ 0001 570.090008 ENVIRONMENTAL GROUNG PROTECTION LS 1.000 ============================================================================================ 0001 570.090009 ENVIRONMENTAL GROUNG PROTECTION LS 1.000 ============================================================================================ 0001 570.100005 ENVIRONMENTAL WATERWAY PROTECTION LS 1.000 ============================================================================================ 0001 570.150004 CLASS A CONTAINMENT FOR PAINT REMOVAL LS 1.000 ============================================================================================ 0001 570.150005 CLASS A CONTAINMENT FOR PAINT REMOVAL LS 1.000 ============================================================================================ 0001 570.150006 CLASS A CONTAINMENT FOR PAINT REMOVAL LS 1.000 ============================================================================================ 0001 570.150007 CLASS A CONTAINMENT FOR PAINT REMOVAL LS 1.000 ============================================================================================ 0001 570.150008 CLASS A CONTAINMENT FOR PAINT REMOVAL LS 1.000 ============================================================================================ 0001 570.150009 CLASS A CONTAINMENT FOR PAINT REMOVAL LS 1.000 ============================================================================================ 0001 571.03 DISPOSAL OF HAZARDOUS PAINT WASTE CONTAINING LEAD LB 155543.000 ============================================================================================ 0001 573.010004 STRUCTURAL STEEL PAINTING FIELD APPLIED, TOTAL REMOVA LS 1.000 ============================================================================================ 0001 573.010005 STRUCTURAL STEEL PAINTING FIELD APPLIED, TOTAL REMOVA LS 1.000 ============================================================================================ 0001 573.010006 STRUCTURAL STEEL PAINTING FIELD APPLIED, TOTAL REMOVA LS 1.000 ============================================================================================

822 D262091

Page 297: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 7 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 573.010007 STRUCTURAL STEEL PAINTING FIELD APPLIED, TOTAL REMOVA LS 1.000 ============================================================================================ 0001 573.010008 STRUCTURAL STEEL PAINTING FIELD APPLIED, TOTAL REMOVA LS 1.000 ============================================================================================ 0001 573.010009 STRUCTURAL STEEL PAINTING FIELD APPLIED, TOTAL REMOVA LS 1.000 ============================================================================================ 0001 573.99000011 LOCALIZED CLEANING, APPLYING PENETRATING SEALER & CAU LF 200.000 ============================================================================================ 0001 576.02 SCUPPERS (TYPE B) EACH 275.000 ============================================================================================ 0001 576.21 DOWNSPOUT SYSTEM (PVC) LF 7802.000 ============================================================================================ 0001 576.25000002 REMOVE AND DISPOSE OF DOWNSPOUT SYSTEM LF 1943.000 ============================================================================================ 0001 580.01 REMOVAL OF STRUCTURAL CONCRETE CY 290.000 ============================================================================================ 0001 580.02 REMOVAL OF STEEL SUPPORTED STRUCTURAL SLAB (WITH SHEA SF 88300.000 ============================================================================================ 0001 580.03 REMOVAL OF STEEL SUPPORTED STRUCTURAL SLAB (WITHOUT S SF 161891.000 ============================================================================================ 0001 580.04 REMOVAL OF CONCRETE APPROACH SLAB SF 16442.000 ============================================================================================ 0001 582.05 REMOVAL OF STRUCTURAL CONCRETE- REPLACEMENT WITH CLAS CY 92.000 ============================================================================================ 0001 582.06 REMOVAL OF STRUCTURAL CONCRETE - REPLACEMENT WITH CLA SF 7299.000 ============================================================================================ 0001 582.07 REMOVAL OF STRUCTURAL CONCRETE - REPLACEMENT WITH VER SF 494.000 ============================================================================================ 0001 582.08000016 FIBER REINFORCED POLYMER REPAIR OF STRUCTURES (PRECUR SF 1323.000 ============================================================================================ 0001 582.10000016 CONCRETE REPAIR FOR FIBER REINFORCED POLYMER SQ FT SF 992.000 ============================================================================================ 0001 582.99000016 EMBEDMENT OF GALVANIC ANODES IN CONCRETE EACH 1610.000 ============================================================================================ 0001 585.01 STRUCTURAL LIFTING OPERATIONS - TYPE A EACH 54.000 ============================================================================================ 0001 585.02 STRUCTURAL LIFTING OPERATIONS - TYPE B EACH 12.000 ============================================================================================ 0001 585.03 STRUCTURAL LIFTING OPERATIONS - TYPE C EACH 136.000 ============================================================================================ 0001 585.04 STRUCTURAL LIFTING OPERATIONS - TYPE D EACH 32.000 ============================================================================================

823D262091

Page 298: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 8 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 585.05 STRUCTURAL LIFTING OPERATIONS - TYPE E EACH 24.000 ============================================================================================ 0001 585.06 STRUCTURAL LIFTING OPERATIONS - TYPE F EACH 16.000 ============================================================================================ 0001 585.07 STRUCTURAL LIFTING OPERATIONS - TYPE G EACH 10.000 ============================================================================================ 0001 586.02 DRILLING AND GROUTING BOLTS OR REINFORCEMENT BARS EACH 1597.000 ============================================================================================ 0001 586.03 DRILLING AND GROUTING BOLTS OR REINFORCING BARSWITH P EACH 2438.000 ============================================================================================ 0001 586.10 FIELD DRILL HOLES IN EXISTING STRUCTURAL STEEL EACH 24075.000 ============================================================================================ 0001 587.01 BRIDGE RAILING REMOVAL AND DISPOSAL LF 1200.000 ============================================================================================ 0001 587.02 BRIDGE RAILING REMOVAL AND STORAGE LF 13503.000 ============================================================================================ 0001 589.010501 REMOVAL OF EXISTING STEEL LB 36310.000 ============================================================================================ 0001 589.520004 REMOVAL OF EXISTING STEEL EACH 28.000 ============================================================================================ 0001 589.520005 REMOVAL OF EXISTING STEEL EACH 60.000 ============================================================================================ 0001 589.520006 REMOVAL OF EXISTING STEEL EACH 64.000 ============================================================================================ 0001 589.520007 REMOVAL OF EXISTING STEEL EACH 62.000 ============================================================================================ 0001 589.520008 REMOVAL OF EXISTING STEEL EACH 58.000 ============================================================================================ 0001 589.520009 REMOVAL OF EXISTING STEEL EACH 12.000 ============================================================================================ 0001 602.3618 LINING WITH CURED IN PLACE PIPE (CIPP) 18 INCH DIAMET LF 490.000 ============================================================================================ 0001 602.3624 LINING WITH CURED IN PLACE PIPE (CIPP) 24 INCH DIAMET LF 1230.000 ============================================================================================ 0001 602.3630 LINING WITH CURED IN PLACE PIPE (CIPP) 30 INCH DIAMET LF 820.000 ============================================================================================ 0001 602.3636 LINING WITH CURED IN PLACE PIPE (CIPP) 36 INCH DIAMET LF 340.000 ============================================================================================ 0001 603.171116 GALVANIZED STEEL END SECTIONS-PIPE (2-2/3" X 1/2"CORR EACH 3.000 ============================================================================================ 0001 603.171216 GALVANIZED STEEL END SECTIONS-PIPE (2-2/3" X 1/2"CORR EACH 4.000 ============================================================================================

824 D262091

Page 299: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 9 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 603.171416 GALVANIZED STEEL END SECTIONS-PIPE (2-2/3" X 1/2"CORR EACH 8.000 ============================================================================================ 0001 603.171614 GALVANIZED STEEL END SECTIONS-PIPE (2-2/3" X 1/2"CORR EACH 6.000 ============================================================================================ 0001 603.171814 GALVANIZED STEEL END SECTIONS-PIPE (2-2/3" X 1/2"CORR EACH 1.000 ============================================================================================ 0001 603.77 CONCRETE COLLARS EACH 2.000 ============================================================================================ 0001 603.9812 SMOOTH INTERIOR CORRUGATED POLYETHYLENE CULVERT AND S LF 74.000 ============================================================================================ 0001 603.9815 SMOOTH INTERIOR CORRUGATED POLYETHYLENE CULVERT AND S LF 460.000 ============================================================================================ 0001 603.9818 SMOOTH INTERIOR CORRUGATED POLYETHYLENE CULVERT AND S LF 9.000 ============================================================================================ 0001 604.070101 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.070102 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.070103 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.070104 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.070105 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.070106 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.070107 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.070108 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.070109 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.070110 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.070111 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.070112 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.070113 ALTERING DRAINAGE STRUCTURES, LEACHING BASINS AND MAN EACH 1.000 ============================================================================================ 0001 604.07200010 SETTING NEW DRAINAGE FRAMES ON EXISTING DRAINAGE STRU EACH 6.000 ============================================================================================

825D262091

Page 300: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 10 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 604.11 PREFABRICATED ADJUSTMENT FRAMES FOR DRAINAGE STRUCTUR EACH 25.000 ============================================================================================ 0001 604.301072 RECTANGULAR DRAINAGE STRUCTURE TYPE J FOR CAST IRON F LF 6.000 ============================================================================================ 0001 604.302016 RECTANGULAR DRAINAGE STRUCTURE TYPE T FOR #16 WELDED LF 5.000 ============================================================================================ 0001 604.302122 RECTANGULAR DRAINAGE STRUCTURE TYPE U FOR #22 WELDED LF 32.000 ============================================================================================ 0001 604.4060 ROUND PRECAST CONCRETE MANHOLE TYPE 60 LF 5.000 ============================================================================================ 0001 606.10 BOX BEAM GUIDE RAILING LF 2210.000 ============================================================================================ 0001 606.100002 BOX BEAM GUIDE RAILING (SHOP BENT OR SHOP MILTERED) LF 40.000 ============================================================================================ 0001 606.11 BOX BEAM MEDIAN BARRIER LF 120.000 ============================================================================================ 0001 606.120101 BOX BEAM END PIECE EACH 3.000 ============================================================================================ 0001 606.120102 BOX BEAM GUIDE RAILING END ASSEMBLY, TYPE I EACH 1.000 ============================================================================================ 0001 606.1203 BOX BEAM END ASSEMBLY, TYPE III EACH 1.000 ============================================================================================ 0001 606.3041 SINGLE-SLOPE CONCRETE MEDIAN BARRIER (OPTIONAL) LF 920.000 ============================================================================================ 0001 606.3061 SINGLE-SLOPE CONCRETE HALF SECTION BARRIER (OPTIONAL) LF 2240.000 ============================================================================================ 0001 606.3063 SINGLE-SLOPE CONCRETE HALF SECTION BARRIER (CAST-IN-P LF 670.000 ============================================================================================ 0001 606.4809 I-BEAM POSTS FOR EXISTING BOX BEAM GUIDE RAILING EACH 60.000 ============================================================================================ 0001 606.53 RESETTING BOX BEAM GUIDE RAILING LF 3560.000 ============================================================================================ 0001 606.57 RESETTING PRECAST CONCRETE BARRIER LF 240.000 ============================================================================================ 0001 606.65 REMOVING AND STORING PRECAST CONCRETE BARRIER LF 240.000 ============================================================================================ 0001 606.73 REMOVING AND DISPOSING BOX BEAM GUIDE RAILING LF 3150.000 ============================================================================================ 0001 606.74 REMOVING AND DISPOSING BOX BEAM MEDIAN BARRIER LF 120.000 ============================================================================================ 0001 606.75 REMOVING AND DISPOSING CONCRETE BARRIER LF 1880.000 ============================================================================================

826 D262091

Page 301: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 11 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 606.7510 REMOVING AND DISPOSING CONCRETE BARRIER - HALF SECTIO LF 900.000 ============================================================================================ 0001 606.76 REMOVING AND DISPOSING OF GUIDE POSTS, GUIDE RAIL POS EACH 50.000 ============================================================================================ 0001 606.7920 REMOVING AND DISPOSING BOX BEAM GUIDE RAILING END ASS EACH 2.000 ============================================================================================ 0001 606.8803 TRANSITION BETWEEN BOX BEAM GUIDE RAIL AND SINGLE SLO EACH 26.000 ============================================================================================ 0001 606.9401 PIER PROTECTION (ONE WAY) LF 900.000 ============================================================================================ 0001 607.21000011 REMOVE AND DISPOSE OF CHAIN LINK FENCE LF 64.000 ============================================================================================ 0001 608.0101 CONCRETE SIDEWALKS AND DRIVEWAYS CY 14.000 ============================================================================================ 0001 608.020102 HOT MIX ASPHALT (HMA) SIDEWALKS, DRIVEWAYS AND BICYCL TON 660.000 ============================================================================================ 0001 608.020112 PLANT PRODUCTION QUALITY ADJUSTMENT TO 608.020102 QU 33.000 ============================================================================================ 0001 608.21 EMBEDDED DETECTABLE WARNING UNITS SY 20.000 ============================================================================================ 0001 609.0201 STONE CURB, GRANITE, (TYPE A) LF 140.000 ============================================================================================ 0001 609.0401 CAST-IN-PLACE CONCRETE CURB TYPE VF150 LF 200.000 ============================================================================================ 0001 609.06010008 REMOVAL OF CURB LF 1209.000 ============================================================================================ 0001 610.0501 FERTILIZER LB 40.000 ============================================================================================ 0001 610.1101 MULCH FOR PLANTING TYPE A, B & D - WOOD CHIPS AND SHR CY 400.000 ============================================================================================ 0001 610.1402 TOPSOIL - ROADSIDE CY 240.000 ============================================================================================ 0001 610.1601 TURF ESTABLISHMENT - ROADSIDE SY 1600.000 ============================================================================================ 0001 610.17 WILDFLOWER SEEDING SY 140.000 ============================================================================================ 0001 610.19 WATERING VEGETATION MGAL 30.000 ============================================================================================ 0001 610.21 MOWING SY 30000.000 ============================================================================================ 0001 610.22 MOWING LIMITS MARKERS EACH 15.000 ============================================================================================

827D262091

Page 302: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 12 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 611.0161 PLANTING - MAJOR DECIDUOUS TREES - 2 1/2 INCH CALIPER EACH 46.000 ============================================================================================ 0001 611.0201 PLANTING - MINOR DECIDUOUS TREES - 2 INCH CALIPER BAL EACH 18.000 ============================================================================================ 0001 611.0241 PLANTING - MINOR DECIDUOUS TREES - 5 FOOT HEIGHT BALL EACH 16.000 ============================================================================================ 0001 611.0371 PLANTING - CONIFEROUS TREES - 7 FOOT HEIGHT BALL & BU EACH 17.000 ============================================================================================ 0001 611.0452 PLANTING - DECIDUOUS SHRUBS - 3 FOOT HEIGHT/SPREAD C EACH 60.000 ============================================================================================ 0001 611.0461 PLANTING DECIDUOUS SHRUBS - 4 FOOT HEIGHT/SPREAD BALL EACH 34.000 ============================================================================================ 0001 611.0462 PLANTING - DECIDUOUS SHRUBS - 4 FOOT HEIGHT/SPREAD C EACH 26.000 ============================================================================================ 0001 611.0471 PLANTING DECIDUOUS SHRUBS - 5 FOOT HEIGHT/SPREAD BALL EACH 59.000 ============================================================================================ 0001 611.19010024 POST PLANTING CARE WITH REPLACEMENT - MAJOR DECIDUOUS EACH 46.000 ============================================================================================ 0001 611.19020024 POST PLANTING CARE WITH REPLACEMENT - MINOR DECIDUOUS EACH 34.000 ============================================================================================ 0001 611.19030024 POST PLANTING CARE WITH REPLACEMENT - CONIFEROUS TRE EACH 17.000 ============================================================================================ 0001 611.19040024 POST PLANTING CARE WITH REPLACEMENT - DECIDUOUS SHRUB EACH 179.000 ============================================================================================ 0001 611.21 RODENT GUARD EACH 18.000 ============================================================================================ 0001 614.0421 CARE OF TREES OVER 12 TO 24 INCHES DIAMETER AT BREAST EACH 1.000 ============================================================================================ 0001 614.05 IMPROVEMENT OF VEGETATED AREAS SY 16500.000 ============================================================================================ 0001 614.060102 TREE REMOVAL OVER 4 INCHES TO 6 INCHES DIAMETER BREAS EACH 32.000 ============================================================================================ 0001 614.060202 TREE REMOVAL OVER 6 INCHES TO 12 INCHES DIAMETER BREA EACH 23.000 ============================================================================================ 0001 614.060302 TREE REMOVAL OVER 12 INCHES TO 18 INCHES DIAMETER BRE EACH 3.000 ============================================================================================ 0001 617.01010024 CONTROLLING INVASIVE PLANT SPECIES WITH HERBICIDES SF 29000.000 ============================================================================================ 0001 617.10000024 DISPOSAL OF MATERIAL CONTAINING INVASIVE PLANT SPECI CY 1130.000 ============================================================================================ 0001 617.11000024 EQUIPMENT CLEANING FOR INVASIVE PLANT SPECIES LS 1.000 ============================================================================================

828 D262091

Page 303: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 13 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 619.01 BASIC WORK ZONE TRAFFIC CONTROL LS 1.000 ============================================================================================ 0001 619.04 TYPE III CONSTRUCTION BARRICADE EACH 258.000 ============================================================================================ 0001 619.0801 REMOVE EXISTING PAVEMENT MARKING STRIPES LF 42800.000 ============================================================================================ 0001 619.100102 INTERIM PAVEMENT MARKINGS, STRIPES (EPOXY PAINT) LF 18540.000 ============================================================================================ 0001 619.100104 INTERIM PAVEMENT MARKINGS, STRIPES (REMOVABLE WETREFL LF 39300.000 ============================================================================================ 0001 619.110202 PORTABLE, VARIABLE MESSAGE SIGN (PVMS) (LED)(CELLULAR EACH 11.000 ============================================================================================ 0001 619.110404 PORTABLE, VARIABLE MESSAGE SIGN (PVMS) (LED)(CELLULAR CW 208.000 ============================================================================================ 0001 619.1701 TEMPORARY CONCRETE BARRIER, (UNPINNED) LF 2100.000 ============================================================================================ 0001 619.1703 TEMPORARY CONCRETE BARRIER, (PINNED) LF 6040.000 ============================================================================================ 0001 619.17060008 LINEAR DELINEATION SYSTEM LF 11040.000 ============================================================================================ 0001 619.1707 TEMPORARY CONCRETE BARRIER (STIFFENED WITH BOX BEAM A LF 2904.000 ============================================================================================ 0001 619.1802 TEMPORARY IMPACT ATTENUATOR - REDIRECTIVE (TEST LEVEL EACH 6.000 ============================================================================================ 0001 619.24 NIGHTTIME OPERATIONS LS 1.000 ============================================================================================ 0001 619.25 TRAFFIC CONTROL SUPERVISOR MNTH 36.000 ============================================================================================ 0001 619.37010001 MOVEABLE BARRIER TRANSFER MACHINE & OPERATION LS 1.000 ============================================================================================ 0001 619.37020001 QUICKCHANGE MOVEABLE BARRIERS LF 4700.000 ============================================================================================ 0001 619.90100004 TOW TRUCK SERVICE EACH 30.000 ============================================================================================ 0001 620.03 STONE FILLING (LIGHT) CY 890.000 ============================================================================================ 0001 620.05 STONE FILLING (HEAVY) CY 230.000 ============================================================================================ 0001 620.09 CONCRETE BLOCK PAVING SY 755.000 ============================================================================================ 0001 621.01 CLEANING CULVERTS WITH SPAN OF 50 IN. OR LESS LF 280.000 ============================================================================================

829D262091

Page 304: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 14 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 621.03 CLEANING CLOSED DRAINAGE SYSTEMS LF 8000.000 ============================================================================================ 0001 621.04 CLEANING DRAINAGE STRUCTURES EACH 45.000 ============================================================================================ 0001 621.05 CLEAN, GRADE AND SHAPE EXISTING ROADSIDE SECTION LF 360.000 ============================================================================================ 0001 623.12 CRUSHED STONE (IN-PLACE MEASURE) CY 840.000 ============================================================================================ 0001 625.01 SURVEY OPERATIONS LS 1.000 ============================================================================================ 0001 633.11 CLEANING EXISTING PAVEMENT AND/OR SHOULDERS SY 105000.000 ============================================================================================ 0001 633.13 CLEANING, SEALING AND/OR FILLING JOINTS LF 260.000 ============================================================================================ 0001 633.15 REMOVAL AND REPAIR OF LOOSE, BROKEN, OR SPALLED PCC P SY 420.000 ============================================================================================ 0001 637.01 LABORATORY BUILDING EACH 1.000 ============================================================================================ 0001 637.03 CONCRETE CYLINDER CURING BOX EACH 1.000 ============================================================================================ 0001 637.15 ENGINEER'S FIELD OFFICE - TYPE 5 MNTH 36.000 ============================================================================================ 0001 637.26 RAIN GAUGE EACH 1.000 ============================================================================================ 0001 637.34 OFFICE TECHNOLOGY AND SUPPLIES DC 5000.000 ============================================================================================ 0001 637.35 PARTNERING WORKSHOP DC 5000.000 ============================================================================================ 0001 637.36 CONSTRUCTION TESTING SUPPLIES - CONSUMABLES DC 100.000 ============================================================================================ 0001 637.40000120 WEBCAM SYSTEM MNTH 36.000 ============================================================================================ 0001 639.10220001 CPM (CRITICAL PATH METHOD) PROGRESS SCHEDULE - TYPE 2 LS 1.000 ============================================================================================ 0001 644.11 ANCHOR BOLTS LB 3800.000 ============================================================================================ 0001 644.20 DRILLED SHAFT FOR OVERHEAD SIGN STRUCTURES CY 156.000 ============================================================================================ 0001 644.432060 SINGLE SPAN SIGN STRUCTURE (20YD MAX. SPAN, 60YD MAX. EACH 1.000 ============================================================================================ 0001 644.432530 SINGLE SPAN SIGN STRUCTURE (25YD MAX. SPAN, 30YD MAX. EACH 1.000 ============================================================================================

830 D262091

Page 305: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 15 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 644.432560 SINGLE SPAN SIGN STRUCTURE (25YD MAX. SPAN, 60YD MAX. EACH 3.000 ============================================================================================ 0001 644.433060 SINGLE SPAN SIGN STRUCTURE (30YD MAX. SPAN, 60YD MAX. EACH 1.000 ============================================================================================ 0001 644.433590 SINGLE SPAN SIGN STRUCTURE (35YD MAX. SPAN, 90YD MAX. EACH 2.000 ============================================================================================ 0001 645.5101 GROUND-MOUNTED SIGN PANELS WITHOUT Z-BARS SF 96.000 ============================================================================================ 0001 645.5102 GROUND-MOUNTED SIGN PANELS LESS THAN OR EQUAL TO30 SF SF 977.000 ============================================================================================ 0001 645.5103 GROUND-MOUNTED SIGN PANELS GREATER THAN 30 SF`WITH Z- SF 485.000 ============================================================================================ 0001 645.5202 GROUND-MOUNTED SIGN PANELS LESS THAN OR EQUAL TO30 SF SF 404.000 ============================================================================================ 0001 645.61 OVERHEAD SIGN PANELS SF 3395.000 ============================================================================================ 0001 645.62 OVERHEAD SIGN PANELS WITH HIGH-VISIBILITY SHEETING SF 198.000 ============================================================================================ 0001 645.81 TYPE A SIGN POSTS EACH 194.000 ============================================================================================ 0001 645.830201 TYPE B SIGN POST, GALVANIZED, W6X9 SECTION,NON-BREAKA EACH 12.000 ============================================================================================ 0001 645.830202 TYPE B SIGN POST, GALVANIZED, W6X9 SECTION,BI-DIRECTI EACH 2.000 ============================================================================================ 0001 645.830301 TYPE B SIGN POST, GALVANIZED, W6X12 SECTION,NON-BREAK EACH 2.000 ============================================================================================ 0001 645.830302 TYPE B SIGN POST, GALVANIZED, W6X12 SECTION,BI-DIRECT EACH 4.000 ============================================================================================ 0001 645.85 POLE MOUNTED SIGN SUPPORT SYSTEM (BAND MOUNTED) EACH 6.000 ============================================================================================ 0001 646.21 REFERENCE MARKER PANEL EACH 14.000 ============================================================================================ 0001 646.22 DELINEATOR, SNOWPLOWING MARKER, SUPPLEMENTARYSNOWPLOW EACH 254.000 ============================================================================================ 0001 646.23 LARGE DELINEATOR, LARGE SNOWPLOWING MARKER, LARGE SUP EACH 514.000 ============================================================================================ 0001 646.32 STEEL POST, 2.0 LB/FT EACH 354.000 ============================================================================================ 0001 646.50 BRACKETS FOR BARRIER AND MULTIDIRECTIONAL MOUNTING EACH 114.000 ============================================================================================ 0001 647.21 REMOVAL OF SINGLE SPAN OVERHEAD SIGN PANEL(S), STRUCT EACH 6.000 ============================================================================================

831D262091

Page 306: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 16 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 647.21000001 REMOVAL OF BRIDGE-MOUNTED SINGLE SPAN OVERHEAD SIGN S EACH 2.000 ============================================================================================ 0001 647.25 REMOVE AND DISPOSE OVERHEAD SIGN PANEL, SIGN PANEL AS EACH 2.000 ============================================================================================ 0001 647.31 RELOCATE SIGN PANEL, SIGN PANEL ASSEMBLY SIZE I (UNDE EACH 1.000 ============================================================================================ 0001 647.51 REMOVE AND DISPOSE SIGN PANEL, SIGN PANEL ASSEMBLY SI EACH 1.000 ============================================================================================ 0001 647.52 REMOVE AND DISPOSE SIGN PANEL, SIGN PANEL ASSEMBLY SI EACH 4.000 ============================================================================================ 0001 647.53 REMOVE AND DISPOSE SIGN PANEL, SIGN PANEL ASSEMBLY SI EACH 2.000 ============================================================================================ 0001 647.61 REMOVE AND DISPOSE SIGNS, GROUND MOUNTED TYPE A SIGN EACH 84.000 ============================================================================================ 0001 647.62 REMOVE AND DISPOSE SIGNS, GROUND MOUNTED TYPE A SIGN EACH 6.000 ============================================================================================ 0001 647.65 REMOVE AND DISPOSE TYPE B GROUND MOUNTED SIGN SUPPORT EACH 4.000 ============================================================================================ 0001 649.01 MILLED-IN AUDIBLE ROAD DELINEATORS (MIARDS) LF 8070.000 ============================================================================================ 0001 654.5032 EXPENDABLE IMPACT ATTENUATOR, TL 3, >2 FT OBSTRUCTION EACH 1.000 ============================================================================================ 0001 655.07010010 CAST FRAME F1, WITHOUT CURB BOX AND WITH RETICULINEGR EACH 2.000 ============================================================================================ 0001 655.0705 CAST FRAME F2, UNMOUNTABLE CURB BOX CU2 & RETICULINEG EACH 1.000 ============================================================================================ 0001 655.1116 WELDED FRAME AND RETICULINE GRATE 16 EACH 7.000 ============================================================================================ 0001 655.1122 WELDED FRAME AND RETICULINE GRATE 22 EACH 9.000 ============================================================================================ 0001 655.1202 MANHOLE FRAME AND COVER EACH 2.000 ============================================================================================ 0001 660.65000101 ALTERING UTILITY MANHOLES AND VAULTS EACH 1.000 ============================================================================================ 0001 660.65000201 ALTERING UTILITY MANHOLES AND VAULTS EACH 1.000 ============================================================================================ 0001 665.98000001 NAVIGATION LIGHTS LS 1.000 ============================================================================================ 0001 670.3006 PULLBOXES 5 CUBIC FEET TO 7.5 CUBIC FEET, INSIDE VOL EACH 3.000 ============================================================================================ 0001 680.5001 POLE EXCAVATION AND CONCRETE FOUNDATION CY 15.000 ============================================================================================

832 D262091

Page 307: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 17 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 680.510501 PULLBOX-RECTANGULAR, 26 X 18 INCH, REINFORCEDCONCRETE EACH 11.000 ============================================================================================ 0001 680.51200001 CAST ALUMINUM PULL BOX EACH 6.000 ============================================================================================ 0001 680.51500211 ELECTRICAL PULL BOX (36 IN X 24 IN X 36 IN) EACH 1.000 ============================================================================================ 0001 680.520103 CONDUIT, METAL STEEL, ZINC COATED, 1" LF 170.000 ============================================================================================ 0001 680.520104 CONDUIT, METAL STEEL, ZINC COATED, 1 1/4" LF 120.000 ============================================================================================ 0001 680.520106 CONDUIT, METAL STEEL, ZINC COATED, 2" LF 390.000 ============================================================================================ 0001 680.520108 CONDUIT, METAL STEEL, ZINC CAOTED, 3" LF 330.000 ============================================================================================ 0001 680.520504 TRAFFIC SIGNAL CONDUIT, RIGID PLASTIC, CLASS 1, 1 1/4 LF 6.000 ============================================================================================ 0001 680.53010010 CLEAN EXISTING CONDUIT LF 147.000 ============================================================================================ 0001 680.54 INDUCTANCE LOOP INSTALLATION LF 1050.000 ============================================================================================ 0001 680.56 EMERGENCY PRE-EMPTION SYSTEM EACH 1.000 ============================================================================================ 0001 680.58800008 WIRELESS VEHICLE DETECTION SYSTEM ACCESS POINT EACH 2.000 ============================================================================================ 0001 680.58820008 WIRELESS VEHICLE DETECTION SYSTEM FREEWAY SENSOR EACH 12.000 ============================================================================================ 0001 680.58850008 WIRELESS VEHICLE DETECTION SYSTEM EXTENSION CONTACT C EACH 2.000 ============================================================================================ 0001 680.58860008 WIRELESS VEHICLE DETECTION SYSTEM MASTER CONTACT CLOS EACH 2.000 ============================================================================================ 0001 680.600430 TRAFFIC SIGNAL POLE - SPAN WIRE, 4,000 POUND LOAD, 30 EACH 2.000 ============================================================================================ 0001 680.6708 TRAFFIC SIGNAL POLE POST TOP MOUNT, 8 FEET MOUNTING H EACH 3.000 ============================================================================================ 0001 680.6716 TRAFFIC SIGNAL POLE-POST TOP MOUNT 16 FEET MOUNTING H EACH 6.000 ============================================================================================ 0001 680.7002 DUAL SPAN WIRE ASSEMBLY WITH UPPER TETHER WIRE EACH 1.000 ============================================================================================ 0001 680.700603 RISER ASSEMBLY, 1" DIAMETER EACH 1.000 ============================================================================================ 0001 680.700606 RISER ASSEMBLY, 2" DIAMETER EACH 2.000 ============================================================================================

833D262091

Page 308: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 18 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 680.71 SHIELDED LEAD-IN CABLE LF 2110.000 ============================================================================================ 0001 680.72 INDUCTANCE LOOP WIRE LF 2940.000 ============================================================================================ 0001 680.730314 SIGNAL CABLE 3 CONDUCTORS, 14 AWG LF 101.000 ============================================================================================ 0001 680.731014 SIGNAL CABLE 10 CONDUCTORS, 14 AWG LF 980.000 ============================================================================================ 0001 680.77000105 MODIFY TRAFFIC SIGNAL INSTALLATION ELOC 1.000 ============================================================================================ 0001 680.77000205 MODIFY TRAFFIC SIGNAL INSTALLATION ELOC 1.000 ============================================================================================ 0001 680.79010008 REMOVE TRAFFIC SIGNAL EQUIPMENT LS 1.000 ============================================================================================ 0001 680.79020008 REMOVE TRAFFIC SIGNAL EQUIPMENT LS 1.000 ============================================================================================ 0001 680.79030008 REMOVE TRAFFIC SIGNAL EQUIPMENT LS 1.000 ============================================================================================ 0001 680.79040008 REMOVE TRAFFIC SIGNAL EQUIPMENT LS 1.000 ============================================================================================ 0001 680.79050008 REMOVE TRAFFIC SIGNAL EQUIPMENT LS 1.000 ============================================================================================ 0001 680.80149305 NEMA TS 2 SOLID STATE MENU DRIVEN ACTUATED TRAFFIC SI EACH 1.000 ============================================================================================ 0001 680.810101 TRAFFIC SIGNAL MODULE - 12 INCH, RED BALL, LED EACH 8.000 ============================================================================================ 0001 680.810103 TRAFFIC SIGNAL MODULE - 12 INCH, YELLOW BALL, LED EACH 8.000 ============================================================================================ 0001 680.810105 TRAFFIC SIGNAL MODULE - 12 INCH, GREEN BALL, LED EACH 8.000 ============================================================================================ 0001 680.810107 TRAFFIC SIGNAL SECTION - TYPE I, 12 INCH EACH 24.000 ============================================================================================ 0001 680.8112 TRAFFIC SIGNAL BRACKET ASSEMBLY - 2 WAY EACH 4.000 ============================================================================================ 0001 680.813103 PEDESTRIAN SIGNAL SECTION - TYPE I, 12 INCH EACH 16.000 ============================================================================================ 0001 680.813105 PEDESTRIAN SIGNAL MODULE - 12 INCH BI-MODAL,HAND/MAN EACH 8.000 ============================================================================================ 0001 680.8141 PEDESTRIAN SIGNAL BRACKET MOUNT ASSEMBLY EACH 1.000 ============================================================================================ 0001 680.8142 PEDESTRIAN SIGNAL POST TOP MOUNT ASSEMBLY EACH 3.000 ============================================================================================

834 D262091

Page 309: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 19 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 680.81500010 PEDESTRIAN COUNT-DOWN TIMER MODULE EACH 8.000 ============================================================================================ 0001 680.8204 OVERHEAD SIGN ASSEMBLY, TYPE D EACH 1.000 ============================================================================================ 0001 680.82232210 SOLAR POWERED FLASHING BEACON EACH 1.000 ============================================================================================ 0001 680.8225 PEDESTRIAN PUSHBUTTON AND SIGN - WITHOUT POST EACH 8.000 ============================================================================================ 0001 680.8230 FIRE PRE-EMPTION TELL TALE LIGHT EACH 1.000 ============================================================================================ 0001 680.82540009 PREEMPT SYSTEM - DETECTOR CABLE - SHIELDED,3 CONDUCTO LF 120.000 ============================================================================================ 0001 680.90920001 ELECTRIC METER SOCKET, 100 AMPERES, SNG PHASE, 120 VO EACH 1.000 ============================================================================================ 0001 680.93500101 SPREAD SPECTRUM WIRELESS TRAFFIC CONTROL EACH 1.000 ============================================================================================ 0001 680.93500201 DIRECTIONAL YAGI ANTENNA FOR SPREAD SPECTRUM WIRELESS EACH 1.000 ============================================================================================ 0001 680.93500301 REMOTE ANTENNA CABLE FOR SPREAD SPECTRUM WIRELESS TRA LF 33.000 ============================================================================================ 0001 680.94000015 RAINTIGHT DISCONNECT BOX EACH 2.000 ============================================================================================ 0001 680.95010615 SERVICE CABLE 1 CONDUCTOR, NO. 06 AWG LF 165.000 ============================================================================================ 0001 683.06010013 TRAFFIC MONITORING CABINET EACH 4.000 ============================================================================================ 0001 683.15020011 REMOVE AND STORE EXISTING LED FULL MATRIX VARIABLE ME EACH 1.000 ============================================================================================ 0001 683.93090104 DYNAMIC MESSAGE SIGN (DMS) EACH 1.000 ============================================================================================ 0001 685.11 WHITE EPOXY REFLECTORIZED PAVEMENT STRIPES - 20 MILS LF 62300.000 ============================================================================================ 0001 685.12 YELLOW EPOXY REFLECTORIZED PAVEMENT STRIPES - 20 MILS LF 33100.000 ============================================================================================ 0001 688.01 WHITE PREFORMED REFLECTORIZED PAVEMENT STRIPES LF 7800.000 ============================================================================================ 0001 688.02 YELLOW PREFORMED REFLECTORIZED PAVEMENT STRIPES LF 9300.000 ============================================================================================ 0001 688.03 WHITE PREFORMED REFLECTORIZED PAVEMENT LETTERS EACH 24.000 ============================================================================================ 0001 688.04 WHITE PREFORMED REFLECTORIZED PAVEMENT SYMBOLS EACH 6.000 ============================================================================================

835D262091

Page 310: F.A. PROJECT PROPOSAL · PROPOSAL NEW YORK STATE DEPARTMENT OF TRANSPORTATION 50 WOLF ROAD ALBANY, NEW YORK 12232 D262091 F.A. PROJECT Book 4 of 4 Submitted in accordance with Standard

PAGE: 20 DATE: 07/18/2012 QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D262091 PROJECT(S): 152868

CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 691.03000020 TRAINING REQUIREMENTS DC 1000.000 ============================================================================================ 0001 697.03 FIELD CHANGE PAYMENT DC 2870001.000 ============================================================================================ 0001 698.04 ASPHALT PRICE ADJUSTMENT DC 67973.000 ============================================================================================ 0001 698.05 FUEL PRICE ADJUSTMENT DC 17126.000 ============================================================================================ 0001 698.06 STEEL/IRON PRICE ADJUSTMENT DC 100.000 ============================================================================================ 0001 699.040001 MOBILIZATION LS 1.000 ============================================================================================

836 D262091