+ All Categories
Home > Documents > STATE OF NEW YORK ENGINEERING DIVISION

STATE OF NEW YORK ENGINEERING DIVISION

Date post: 09-Dec-2021
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
142
STATE OF NEW YORK DEPARTMENT OF TRANSPORTATION ENGINEERING DIVISION ALBANY, NEW YORK SEPTEMBER 22, 2021 AMENDMENT NO. 1 TO: D264573 F. A. PROJECT BROOME AND CHENANGO COUNTIES PIN 9213.30 IN THE LETTING OF NOVEMBER 4, 2021 NOTICE TO PROSPECTIVE BIDDERS 1. Proposal page deletions/additions/replacements are summarized in the following table: Old Prop. Page # (Replacement or Deleted Pages Only) New Prop. Page # Description of Changes 90 - 230 90A1 – 230A1 Correction to header to read D264573. No other changes. PLEASE BE GOVERNED ACCORDINGLY WHEN SUBMITTING BIDS. 1/142
Transcript

STATE OF NEW YORK

DEPARTMENT OF TRANSPORTATION ENGINEERING DIVISION

ALBANY, NEW YORK SEPTEMBER 22, 2021

AMENDMENT NO. 1 TO: D264573 F. A. PROJECT BROOME AND CHENANGO COUNTIES PIN 9213.30

IN THE LETTING OF NOVEMBER 4, 2021

NOTICE TO PROSPECTIVE BIDDERS

1. Proposal page deletions/additions/replacements are summarized in the following table:

Old Prop. Page # (Replacement or Deleted Pages

Only)

New Prop. Page # Description of Changes

90 - 230 90A1 – 230A1 Correction to header to read D264573. No other changes.

PLEASE BE GOVERNED ACCORDINGLY WHEN SUBMITTING BIDS.

1/142

ITEM 203.03800001 - ELASTIC INCLUSION FOR INTEGRAL ABUTMENTS

Page 1 of 2 10/20/2015

DESCRIPTION. Furnish and install an elastic inclusion as shown in the contract documents

and as directed by the Engineer to withstand and absorb backfill compaction and integral

abutment lateral displacements due to thermal bridge movements.

MATERIAL REQUIREMENTS

General. Furnish elastic inclusion material to be installed to the area shown in the contract

documents or as approved by the Engineer. The material shall be elastically compressive within

the Design Compression range shown in the contract documents.

Physical Properties. The elastic inclusion material shall consist of either elasticized

Expanded Polystyrene (EPS) or a preformed Closed Cell Foam material (CCF) meeting the

following properties.

A. Elasticized Expanded Polystyrene (EPS). The thickness of the inclusion shall be a

minimum 10 times the Design Compression. The EPS shall be elasticized, with a linear-

elastic stress-strain behavior up to 10 percent strain and linear proportional stress-strain

behavior up to 30 percent strain. EPS shall meet the following physical requirements:

MINIMUM PHYSICAL PROPERTIES

ASTM D1621 Max. Compressive Strength at 10% deformation 5 psi

ASTM C272 Max. Water Absorption by volume 3%

ASTM D2863 Flammability (Oxygen Index) 24%

B. Preformed Closed Cell Foam (CCF). The thickness of the inclusion shall be a

minimum 4 times the Design Compression. The CCF shall be elastic up to a minimum

25% strain. CCF shall meet the following physical requirements:

MINIMUM PHYSICAL PROPERTIES

ASTM D1056 Type 2, Class B, Grade 1

ASTM D2863 Flammability (Oxygen Index) 24%

The material shall be produced by a manufacturer with an in-place quality control program

which is monitored and certified by an accredited, independent third-party testing organization.

Basis of Acceptance. The material shall be tested by an independent commercial laboratory,

to verify the material requirements specified herein. The Contractor shall provide written

documentation of all tests specified. Documentation shall include product type, lot number, roll

number, and actual results of each test. In addition, the name, address, phone number of the

testing laboratory, and date of testing shall be provided. Each EPS or CCF block shall be labeled

with the manufacturer’s name, product type, lot number, date of manufacture and compressive

resistance at the relevant elastic strain. Unlabeled blocks will be rejected.

D264573 90A1

2/142

ITEM 203.03800001 - ELASTIC INCLUSION FOR INTEGRAL ABUTMENTS

Page 2 of 2 10/20/2015

After the material has been installed and before the work has been accepted, the Contractor and

Inspector shall perform a visual inspection of elastic inclusion coverage and adhesion to the

concrete surface and prefabricated integral abutment drain. Any area deemed unacceptable and

questionable as to remaining in position during placement of the Geosynthetically Reinforced

Soil System backfill material shall be replaced or repaired at no additional cost to the State.

The State reserves the right to take random samples from the project site for additional quality

assurance testing. If testing yields unsatisfactory results the Contractor may be directed to

remove and replace potentially defective material at no additional cost to the State.

CONSTRUCTION DETAILS

General. Exercise care to prevent damage to the material during delivery, storage and

construction. Protect the material from (1) Organic solvents such as acetone, benzene, and paint

thinner; (2) Petroleum based solvents such as gasoline and diesel fuel; (3) Open flames and (4)

Prolonged exposure to sunlight (more than 30 days).

Do not drive or operate heavy machinery or place concentrated loads directly on the elastic

inclusion material. Material damaged due to the Contractor’s operations will be removed and

replaced at no additional cost to the State.

Installation. Following construction of integral abutment stem, the vertical concrete surface

which will be backfilled shall be abrasive blast cleaned to remove all non-adherent oil, grease

and other foreign or deleterious matter. Place the elastic inclusion on the cleaned concrete

surface of the abutment stem using an adhesive and installation procedure approved by the

manufacturer. Place the prefabricated integral abutment drain on the exposed vertical face of the

elastic inclusion using an adhesive approved by both manufacturers. Place a permanent

geosynthetic separation fabric at the top of the elastic inclusion for protection from construction

and environmental elements. Backfill with a Geosynthetically Reinforced Soil System with wire

forms placed against the prefabricated integral abutment drain and elastic inclusion system.

METHOD OF MEASUREMENT. The quantity of elastic inclusion is the number of square

feet satisfactorily installed on the concrete surface as measured in its final position.

BASIS OF PAYMENT. The unit price per square foot shall include the cost of labor,

materials, incidentals and equipment necessary to satisfactorily complete the work. No payment

will be made for repairs or replacement.

D264573 91A1

3/142

ITEM 207.96000017 - GEOSYNTHETIC REINFORCEMENT

Page 1 of 1 06/10/99

DESCRIPTION This work shall consist of providing and installing Geosynthetic Reinforcement (GR) as indicated on the plans or as directed in writing by the Engineer. MATERIALS Provide certified tested GR meeting the minimum wide width tensile strength in two perpendicular directions at 5% strain shown on the plans. CONSTRUCTION DETAILS Protect the GR from exposure to sunlight during transport and storage. After placement, the GR shall not be left uncovered for more than two weeks. Place the GR at the proper elevation and alignment as shown on the plans or as directed by the Engineer. The surface upon which the GR is to be placed shall be within reasonable conformity to the proposed grade. GR sections shall be overlapped a minimum of 1 foot or as directed by the Engineer. Care shall be taken to ensure that GR sections do not separate at overlaps during construction. Place the GR without folds. The placement of the GR around corners may require cutting the material and diagonal overlapping of the GR to ensure that excessive buckling or folding of the GR material does not occur. Place the overlying course(s) and compact as shown on the plans or as approved by the Engineer. Traffic or construction equipment will not be permitted directly on the GR. METHOD OF MEASUREMENT This work will be measured as the number of square feet of GR computed from the payment lines shown on the plans or from payment lines established in writing by the Engineer. Measurement will not be made for GR used for repairs or overlaps. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work.

D264573 92A1

4/142

ITEM 208.01030022 BIORETENTION AND DRY SWALE SOIL ITEM 208.01040022 LABORATORY TESTING FOR SOIL PHOSPHORUS

CONCENTRATION

Page 1 of 3 Rev. 6/2013

DESCRIPTION This work shall consist of installing Bioretention and Dry Swale Soil in accordance with the contract documents and as directed by the Engineer. The work shall also consist of having the Bioretention and Dry Swale Soil tested for total soil phosphorus concentration at a qualified laboratory. A qualified laboratory shall be defined as a laboratory that is certified by the New York State Department of Health (NYSDOH) Environmental Laboratory Approval Program (ELAP) to test soil for total soil phosphorous. MATERIALS The following sections of the standard specifications apply: §703-07 Concrete Sand §713-01 Topsoil, Type A (see exceptions below) The soil for Bioretention areas and Dry Swales shall be a uniform mix, free of stones, stumps, roots or other objects larger than two inches (2”) in diameter. The Bioretention and Dry Swale soil shall be visibly free of noxious weeds. Bioretention and Dry Swale Soil shall be a well blended mixture of three (3) parts sand and one (1) part topsoil, by volume. The Bioretention and Dry Swale Soil shall have a pH range of 5.2 to 7.6, and an organic content of 3-7%. Sand shall meet the requirements of §703-07 Concrete Sand. Topsoil shall be in accordance with the requirements of §713-01 Topsoil for Topsoil Type A, except as follows: • All topsoil shall be sampled and tested, regardless of the source. • Sampling of topsoil, amended topsoil, and the Bioretention and Dry Swale Soil shall be done by

the Contractor/Supplier. Sampling protocol shall be in accordance with §713-01 Topsoil. Soil amendments to increase organic content shall be peat moss. Peat moss shall be commercially produced and shall be composed of the partly decomposed stems and leaves of any or several species of sphagnum moss. It shall be free from wood, decomposed colloidal residue, and other foreign matter. It shall have a pH range between 3.5 pH - 5.5 pH as determined in accordance with the Association of Official Agricultural Chemists’ testing methods. It’s water-absorbing ability shall be a minimum of 1100% by weight on an oven-dry basis. Acceptance of Bioretention and Dry Swale soil will be based upon a material certification that the

D264573 93A1

5/142

ITEM 208.01030022 BIORETENTION AND DRY SWALE SOIL ITEM 208.01040022 LABORATORY TESTING FOR SOIL PHOSPHORUS

CONCENTRATION

Page 2 of 3 Rev. 6/2013

material conforms to the above requirements. The Contractor/Supplier shall provide to the Engineer copies of testing results of the sand gradation, topsoil gradation, organic content percentage of the Bioretention and Dry Swale Soil, and pH of the Bioretention and Dry Swale Soil. These tests are to be paid under the Bioretention and Dry Swale Soil item. The Contractor shall provide to the Engineer copies of testing results for Soil Phosphorus Concentration. Samples to be submitted to the qualified laboratory shall be obtained in accordance with §713-01 Topsoil. Sampling shall be paid under the pay item for Bioretention and Dry Swale Soil. The results of the Soil Phosphorus analysis shall not be used as the basis for material acceptance. Sampling frequency for total phosphorous shall be one composite sample for the first 100 to 500 cubic yards of soil, and an additional composite sample for each additional 500 cubic yards, or portion thereof. No samples are required for stockpiles of less than 100 cubic yards. CONSTRUCTION DETAILS Bioretention and Dry Swale Soil shall be installed at the locations and to the depth(s) as shown in the contract documents. Placement of Bioretention and Dry Swale Soil shall be done in lifts of 12 inches to 18 inches. The soil shall be loosely compacted, such as by tamping lightly with a dozer or backhoe bucket. No other materials or substances shall be mixed or dumped within the Bioretention area and Dry Swale that may be harmful to plant growth, or prove a hindrance to planting or maintenance operations. METHOD OF MEASUREMENT Bioretention and Dry Swale Soil The work will be measured as the number of cubic yards of Bioretention and Dry Swale Soil installed, computed from payment lines shown in the contract documents. Laboratory Testing for Soil Phosphorus Concentration The work will be measured by the number of soil samples analyzed for Soil Phosphorus Concentration by a qualified laboratory. BASIS OF PAYMENT The unit price bid for a cubic yard of Bioretention and Dry Swale Soil shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work, including costs for testing. The unit price bid for Laboratory Testing for Soil Phosphorus Concentration, shall include the receipted costs of testing, including the cost of the laboratory test(s) and all labor, materials and equipment required to obtain and deliver soil sample(s) to the qualified laboratory plus 5% for profit

D264573 94A1

6/142

ITEM 208.01030022 BIORETENTION AND DRY SWALE SOIL ITEM 208.01040022 LABORATORY TESTING FOR SOIL PHOSPHORUS

CONCENTRATION

Page 3 of 3 Rev. 6/2013

and overhead.

D264573 95A1

7/142

Item 209.23010009 - Biodegradable Sediment Filter Log, 12”

Item 209.23020009 - Biodegradable Sediment Filter Log, 18”-20”

Item 209.23030009 - Biodegradable Sediment Filter Log, 24”

Page 1 of 1 January, 2021

All provisions of Section 209 pertaining to Sediment Filter Logs shall apply, except that all

materials of the Sediment Filter Logs shall be composed of 100% biodegradable materials. In

addition, Biodegradable Sediment Filter Logs shall be left in place, and tops of posts shall be cut

flush with the sediment filter log surface at the end of the contract, unless otherwise noted in the

contract documents.

D264573 96A1

8/142

ITEM 490.17011018 – PRODUCTION COLD MICROMILLING

EI 18-009 Page 1 of 2 L 01/01/19

DESCRIPTION: This work shall consist of the production cold micromilling, shaping and removal of portions of existing Hot Mix Asphalt (HMA) pavement surfaces and subsequent cleaning as indicated in the contract documents and as directed by the Engineer.

MATERIALS: Provisions of §490-2 Materials and §490-2.01 Equipment shall apply except as modified in Construction Details. CONSTRUCTION DETAILS: Provisions of §490-3 Construction Details apply except as modified below: Equipment: The Contractor shall provide a milling machine with a minimum 7-foot micromilling drum that has at least 3 wraps of teeth. The spacing between each tooth shall not exceed 1/4 inch. Other tooth spacing configurations for the micromilling drum may be allowed by the Director, Materials Bureau, if demonstrated to meet the surface texture requirements. The milling machine shall be capable of milling to the depth indicated in the contract documents. The Contractor may utilize a machine with a micromilling drum less than 7 feet wide for non-mainline areas, including shoulders and ramps of less than 7 feet, gore areas, turnouts, etc.

The Contractor shall submit a copy of the manufacturer’s specifications to the Engineer a minimum of 2 work days prior to the construction of a test section indicating the drum is designated as a micromilling drum meeting the requirements of this specification.

Test Section: Prior to micromilling, the Contractor shall select the machine operation speed and inform the Engineer. The Contractor shall select a test area with a minimum length of 500 lane feet and mill a lane width at the selected speed. The suggested target forward speed for the milling machine is 30 feet per minute. The Engineer will randomly select 5 locations along the test section, and the Contractor shall measure the texture of the milled surface in accordance with Test Method NY 490-01 Texture Measurement for Micromilled Surface, witnessed by the Engineer or their representative. The texture value shall be no less than 5.0 at any of the tested areas. The Engineer will review texture measurements, consistency of profile, and cross slope of the test section. If the texture value at any location is below 5.0, the Contractor shall adjust the operation, typically by reducing the forward speed of the machine. The Contractor shall mill an additional 500-foot path and measure the texture of the milled surface at 5 random locations selected by the Engineer and repeat until the texture value is 5.0 or greater. Production micromilling will not be allowed until acceptable results are obtained. A test section is not required for equipment used for non-mainline areas. Production Micromilling: The Contractor shall perform micromilling using the settings from the acceptable test section such as forward speed, drum revolutions, etc. There shall be no visible longitudinal lip between passes. Any lip greater than 1/4 inch in differential shall be milled again to remove the differential. The Contractor shall perform micromilling such that the milled surface is free from waves or irregularities exceeding 1/4 inch, measured using a 10-foot straight edge. To maintain an acceptable profile, there may be occasional exceptions where the bottom of a wheel path and other low point defects may not be textured.

D264573 97A1

9/142

ITEM 490.17011018 - PRODUCTION COLD MICROMILLING

EI 18-009 Page 2 of 2 L 01/01/19

The Contractor shall perform one texture measurement on the milled surface every 500 feet along the length of the milling path and record the data on BR 359. The first measurement shall be located at a transverse offset of 3 feet from the right edge of the milling. Further transverse offsets shall be 3 feet greater than the previous offset. At no time shall the transverse offset be closer than 3 feet to the left edge of milling. When the transverse offsets have reached the limits of the milling width, the texture measurement shall be taken at the transverse offset 3 feet from the right edge of the milling. The measurement locations shall then continue every 500 feet beginning at a transverse offset of 3 feet from the right edge. After the initial 5,000 feet, the frequency of testing will be reduced to once every 1000 feet if measurements exceed the minimum value of 5.0. If the subsequent reduced measurements are not meeting the minimum value of 5.0, the testing frequency shall increase to every 500 feet.

The Engineer shall witness at least 5 texture measurements per day. If the texture value is below 5.0, the Contractor shall stop and re-mill the area below a minimum of 5.0. The Engineer will determine the limits by performing texture measurements to the limits of re-mill. The Contractor shall also modify the operation so that the minimum texture results are achieved.

The equipment used for non-mainline areas (shoulders and ramps of less than 7 feet, gore areas, turnouts, etc.) shall provide a textured surface comparable to the mainline milled surface and to the same tolerances as the mainline milling machine. Texture measurements are not required when micromilling the shoulders if the same equipment and settings are used as the mainline. If a separate machine is used on the shoulders, the Contractor shall perform texture measurements and ensure the texture values are at least 5.0.

The Engineer will perform at least one random texture measurement per mainline lane mile for quality assurance. If the texture value is below 5.0, the Engineer will take additional tests to determine the limits of the area that has texture value below 5.0. The Contractor shall re-mill these areas to provide the required surface texture.

METHOD OF MEASUREMENT: Provisions of §490-4 Method of Measurement apply.

BASIS OF PAYMENT: Provisions of §490-5 Basis of Payment apply except as modified below: The cost of texture measurement will be included in the bid price. Payment will be made under: Item No Description Pay Unit 490.17011018 Production Cold Micromilling Square Yard

D264573 98A1

10/142

ITEM 553.0401nn09 - TEMPORARY CAUSEWAYS

Page 1 of 2 07/24/2003 REV 05/02/2011 

DESCRIPTION This work shall consist of designing, furnishing, placing, maintaining and removing temporary causeways at the locations and to the elevations shown on the Contract plans. All work done shall conform to all Federal, State, County and Local Regulations and permit conditions. MATERIALS As indicated on the Contract plans. CONSTRUCTION DETAILS Drawings shall be submitted to the Engineer for review a minimum of two weeks prior to construction. The drawings shall show profile, cross-sections, plan, and the location of any equalizer pipes. Changes to the causeway require new drawings and two additional weeks for review. The Engineer may waive the time requirement and/or the drawings if the Engineer deems the changes to be minor. Temporary causeways shall be constructed as indicated on the plans and in accordance with any regulatory agency permit conditions. Prior to construction, all temporary soil erosion and sediment control measures shall be installed in accordance with §209 of the Specifications. Construction, maintenance and removal of the temporary causeways shall be performed in such a manner as to minimize turbidity and discharge of fine materials into the waterway. Additional temporary erosion control measures, as determined by the Engineer, may need to be employed to facilitate installation and removal. After removal of the temporary causeway, land areas disturbed by the Contractor’s operations shall be regraded and vegetated as indicated on the plans. Temporary erosion control measures shall be maintained by the Contractor until the restored areas are permanently stabilized. Major damage to the causeway resulting from overtopping floodwaters shall be repaired as directed by the Engineer in accordance with the requirements of §109-05 Extra Work, Force Account Work, Dispute Compensation and Recordkeeping. Major damage is defined as causeway damage evolving loss or displacement of the heavy stone fill. METHOD OF MEASUREMENT This work will be measured on a lump sum basis. BASIS OF PAYMENT The lump sum price bid shall include the cost of furnishing all labor, material, and equipment necessary to satisfactorily install, maintain and remove the temporary causeway, including land restoration measures and any additional temporary erosion control measures required to facilitate installation and removal of the temporary causeways, except as note below. Major causeway restoration work resulting from overtopping floodwaters shall paid for in accordance with §109-05. Minor causeway restoration work resulting from overtopping

D264573 99A1

11/142

ITEM 553.0401nn09 - TEMPORARY CAUSEWAYS

Page 2 of 2 07/24/2003 REV 05/02/2011 

floodwaters shall be considered maintenance of the causeway and will not be reason for any additional payment. Partial payments will be made as follows:

Seventy (70) percent when the temporary causeway is completely installed and operable. Twenty-five (25) percent when the temporary causeway is permanently removed. Five (5) percent when the temporary erosion control measures are removed and disturbed areas are permanently stabilized.

Payment will be made under: Item No. Item Pay Unit 553.0401nn09 Temporary Causeways Lump Sum Lump Sum nn denotes serialized pay item, see §101-02. 

D264573 100A1

12/142

ITEM 555.72950010 - ARCHITECTURAL TREATMENT VERTICAL STAINED CONCRETE SURFACES

Page 1 of 4 08/19/08E 07/29/04

DESCRIPTION This work shall consist of architecturally treating and staining the vertical surfaces of integrally colored concrete retaining walls, structures, pilasters, piers or other similar vertical surfaces with designated patterns and textures. All work shall be in accordance with these specifications and in reasonably close conformity to the lines, grades, patterns and textures shown on the plans. MATERIALS Form Liner and Rustication Strips. Commercially produced Form Liner and Rustication Strip shall meet the requirements of Section 555-3. The form liners and Rustication Strips shall:

1. Produce the patterns, textures and joints indicated on the plans. 2. Be composed of a material(s) that will not bond to concrete. 3. Be attachable to standard plywood, steel, or concrete forms, such that no distortions, or stray

markings occur within the concrete surfaces. 4. Be fabricated with care so that all strips are equal in cross-section so that the ends of the strips

can be matched during installation. Concrete. Concrete shall meet the requirements of Section 501 and 555 of the Standard Specifications except for the following. The class of concrete will be as specified elsewhere in the Contract Documents. Color Admixture. All concrete which is visible above the finished grade shall be integrally colored using pigment admixture, Federal color as noted on drawings and as approved by the Regional Landscape Architect. The color admixture for integrally colored concrete shall be certified by the manufacturer as meeting the requirements of ASTM 979, Standard Specifications for Pigments for Integrally Colored Concrete and be packaged such that one dose is the proper dosage for one cubic meter of concrete. Releasing Agents. If the form liner manufacturer requires the use of an agent to facilitate the release of the form liner panel from the concrete, or when its use is specified on the plans, such agent shall appear on the Departments Approved List – Form Coatings for Structural Concrete, be non-staining and evenly spread over the entire liner surface. Formwork shall also be treated as needed. Concrete Penetrating Stain. To unify minor variations in color, a concrete penetrating stain shall be applied in the field on all surfaces of the integrally colored concrete. The color of the concrete penetrating stain shall match the integrally colored concrete. The penetrating stain shall be a single component water-based thermoplastic acrylic emulsion which carries its color and water repellent protection into the concrete. The stain shall be delivered in original, sealed plastic pails clearly labeled with the manufacturer’s name and batch number of the material. The penetrating stain shall conform to the following performance requirements: PHYSICAL PROPERTIES CONDITION RESULTS TEST METHOD Dry-through time 25 minutes maximum ASTM D 1640

D264573 101A1

13/142

ITEM 555.72950010 - ARCHITECTURAL TREATMENT VERTICAL STAINED CONCRETE SURFACES

Page 2 of 4 08/19/08E 07/29/04

Dry-to-recoat time 1 hour maximum ASTM D 1640 Oil, Wax & Silicone Content None Adhesion to Concrete 200 lb/sq.in ASTM D 4541- (Average of 5 Tests) Elcometer Test Weather-Q-Meter Tests No Visible ASTM G 23-Atlas (500 Hours) Degradation Carbon Arc Solids by Weight 57% ± 2% Viscosity 70-75 KU ASTM D 562 The unpigmented, clear, non-volatile portion of the stain shall match the infrared spectrograph on file at the central laboratory. The penetrating concrete stain shall comply with New York State Laws regulating the use of volatile organic compounds and solvents. Caulking Compounds. When a caulking compound is required to seal any necessary concrete joints in the surface, such caulking compounds shall be color matched to the adjacent concrete and meet the material requirements of U.S. Federal Specification TT-S-00227E (COM-NBS) as a multi component, Class A, Type II sealant with ASTM C 920, Standard Specification for Elastomeric Joint Sealants as a Type M, Grade NS, Class 25 joint sealant for uses NT, A, M, and O. SUBMITTALS The Contractor shall submit the following for approval:

1. A separate 3ft x 3ft x 4 inch thick completely finished sample of integrally colored, stained concrete with form liner/rustication joint treatment shall be cast on-site using the methods, materials and finishes stated in this specification and on the plans for the approval of the Engineer and the Regional Landscape Architect. When approved, this sample shall be used as the standard for all Architecturally Treated Stained Concrete work on the project.

2. Form Liner and Rustication Strip samples with manufacturer’s specifications shall be submitted to the Regional Landscape Architect for approval.

3. Shop drawings of layouts for vertical stained concrete surfaces on retaining walls, abutment walls, parapets, piers and pier caps, including all dimensions and radii.

CONSTRUCTION DETAILS All provisions of Section 555-3 shall apply with the following modifications: To integrally color the concrete, use a color admixture dosage rate recommended by the manufacturer to achieve the Federal color as noted on drawings. This rate is to remain constant for all batches of concrete produced. Introduce color admixtures into the mixer drum in a manner recommended by the manufacturer. The quantity of concrete being delivered shall be no less than one-third the capacity of the mixer drum. Batch the concrete in full cubic meter increments. Once a portion of the batch has been placed, no additional mixing water shall be added to the remaining batch.

D264573 102A1

14/142

ITEM 555.72950010 - ARCHITECTURAL TREATMENT VERTICAL STAINED CONCRETE SURFACES

Page 3 of 4 08/19/08E 07/29/04

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

D264573 103A1

15/142

ITEM 555.72950010 - ARCHITECTURAL TREATMENT VERTICAL STAINED CONCRETE SURFACES

Page 4 of 4 08/19/08E 07/29/04

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

D264573 104A1

16/142

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

D264573 105A1

17/142

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.

D264573 106A1

18/142

ITEM 559.91100010 - ANTI-GRAFFITI PROTECTIVE COATING

04/27/97 Revised Date 10/02/98

Rev.06/15/10

DESCRIPTION

Under this item, the Contractor shall clean, furnish and place anti-graffiti protective coating on noise barrier walls, retaining walls, bridge structures, barriers, or other concrete surfaces at locations indicated in the contract documents or approved by the EIC. Wood surfaces shall not be treated with anti-graffiti protective coating under this item.

The Contractor shall apply the protective coating on selected surfaces within the limits in the contract documents. In addition, the Engineer may order that certain areas receive increased coverage or new locations be added.

MATERIALS

The protective coating shall be a breathable, one component clear non-sacrificial urethane or acrylic water based formulation designed as an anti-graffiti solution.

The Contractor shall provide the manufacturer’s product literature including surface preparation data, mixing, application, spread rates, storage and Volatile Organic Compounds (VOC) compliance certification.

All materials are to be approved by the Engineer and the Regional Landscape Architect before any work can begin.

CONSTRUCTION DETAILS

1. The selected surfaces shall be thoroughly cleaned of dust, dirt, grease, oil, loose materialsor other objectionable materials before applying the protective coating. No sandblastingwill be allowed. Anti-graffiti coating shall be applied as soon as practicable aftercleaning is completed. If in the opinion of the Engineer, the surface has become soiled,or otherwise contaminated, prior to the application of the protective coating; the surfaceshall be re-cleaned at no additional cost to the State.

2. Surface and material temperatures shall be a minimum of 40o F or as recommended by themanufacturer.

3. Material shall be applied by brush, roller or low-pressure spray. The rolling shall be doneonly on smooth surfaces and at such a pace that no spinning of the roller or throwing offof protective coating material occurs when the roller is lifted from the surface. Coveragerate shall be as recommended by the manufacturer and as approved by the Engineer.

4. The protective coating shall be applied in a uniform manner to evenly coat all pores andtextured areas. Extremely textured or porous surfaces will require a second coat. Unlessotherwise designated by the Engineer, the protective coating shall be applied from

1 of 2

D264573 107A1

19/142

ITEM 559.91100010 - ANTI-GRAFFITI PROTECTIVE COATING

04/27/97 Revised Date 10/02/98

Rev.06/15/10

column to column, post to post, and from bottom to a height of 8 feet 2.5 for noise barrier wall panels, and from joint to joint or scoremark to scoremark and from bottom to a height of 8 feet for abutments, walls or other surfaces.

5. Avoid high wind and rain, prolonged exposure in summer sunlight, and keep fromfreezing 12 hours after application.

6. A test panel 5 foot x 5 foot shall be provided and coated to insure suitability, number ofcoats required, and desired results. The test panel application and results shall beinspected and approved by the Engineer and the Regional Landscape Architect.

7. All work must conform to the OSHA standards referred to in subsection 107-05 of theStandard Specifications.

8. No dilution can happen of dilution or cleaner.

METHOD OF MEASUREMENT

This work will be measured by the number of square feet of surface covered with the anti-graffiti coating applied, in accordance with this specification. Test panels prepared under this item will not be measured for payment.

BASIS OF PAYMENT

The unit price bid per square foot shall include the cost of furnishing all labor, materials and equipment necessary to prepare the surfaces and apply the coating in accordance with the contract documents and as directed by the Engineer. The cost of providing necessary test panels shall also be included in the price bid for this item.

2 of 2

D264573 108A1

20/142

ITEM 603.1714XX01 - GALVANIZED STEEL END SECTIONS - PIPE (2 2/3” X 1/2") W/BARS FOR 1:4 SLOPES ITEM 603.1716XX01 - GALVANIZED STEEL END SECTIONS - PIPE (2 2/3” X 1/2”) W/BARS FOR 1:6 SLOPES

12/08/97 Revised 12/31/98

Page 1 of 1

All the provisions of Section 603 of the Standard Specifications shall apply except the details shall be as shown on the Contract Plans. Payment will be made under: ITEM NO. ITEM DESCRIPTION PAY UNIT 603.17141501 Galvanized Steel End Sections 15” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17141801 Galvanized Steel End Sections 18” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17142101 Galvanized Steel End Sections 21” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17142401 Galvanized Steel End Sections 24” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17143001 Galvanized Steel End Sections 30” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17143601 Galvanized Steel End Sections 36” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17144201 Galvanized Steel End Sections 42” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17144801 Galvanized Steel End Sections 48” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17146001 Galvanized Steel End Sections 60” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:4 Slopes Each 603.17161501 Galvanized Steel End Sections 15” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17161801 Galvanized Steel End Sections 18” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17162101 Galvanized Steel End Sections 21” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17162401 Galvanized Steel End Sections 24” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17163001 Galvanized Steel End Sections 30” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17163601 Galvanized Steel End Sections 36” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17164201 Galvanized Steel End Sections 42” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17164801 Galvanized Steel End Sections 48” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each 603.17166001 Galvanized Steel End Sections 60” Diameter - Pipe (2 2/3” X 1/2”) W/Bars For 1:6 Slopes Each

D264573 109A1

21/142

ITEM 607.41010010 - TEMPORARY PLASTIC BARRIER FENCE

Page 1 of 2 May, 2012

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

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

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

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

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

D264573 110A1

22/142

ITEM 607.41010010 - TEMPORARY PLASTIC BARRIER FENCE

Page 2 of 2 May, 2012

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

D264573 111A1

23/142

ITEM 610.100XXX09 - SURFACE-APPLIED COMPOST  

Page 1 of 2 rev. October, 2017 August, 2015

 

 

DESCRIPTION This work shall consist of furnishing and placing surface-applied compost in accordance with the contract documents and as directed by the Engineer.  MATERIALS The following sections of the standard specifications apply:  Compost §713-15  Surface-Applied Compost: Type C, as described under §713-15.  CONSTRUCTION DETAILS Preparation: Prior to placing compost, the Contractor shall prepare the areas indicated in the contract documents to facilitate bonding between the compost and the existing soil surface Slightly roughening, tilling or scarifying surfaces to a depth of six inches (6”). Removing all debris, large clods, rocks, stumps, and any undesirable roots larger than two

inches (2”) in diameter. “Tracking” surfaces by a minimum of two passes in a manner that creates an even pattern of

creases parallel to the existing contours. Tracking can be done by mechanical equipment or hand raking.

 For extremely steep, inaccessible or other areas noted in the contract documents and as determined by the Engineer, the Contractor will not be required to till and remove debris, clods, rocks, stumps and roots but shall roughen and track as much of the surface of such areas as possible. Smoothing of the slope is not permitted.  Applying Compost: The Contractor shall evenly distribute compost over the prepared areas to the depths indicated in the contract documents, using an approved method including (but not limited to): pneumatic blower unit, side discharge manure methods, units that propel the product directly at the soil surface, or manually. In addition, equipment such as bulldozers, front end loaders and bucket trucks and/or manual methods shall be used to spread the compost. Regardless of the application method used, the Contractor shall establish good contact between the existing soil and the surface-applied compost in a manner that prevents water from moving between the soil- compost interfaces. The limits of the surface-applied compost shall extend approximately three feet (3’) beyond the top of the slope or shall overlap adjacent undisturbed areas (including existing vegetation), where applicable.

The Contractor shall thoroughly water the compost to a depth of one inch (1”) after it is applied. Watering shall not displace or cause the surface-applied compost to erode. The cost for this watering shall be included in the cost for this pay item.

D264573 112A1

24/142

ITEM 610.100XXX09 - SURFACE-APPLIED COMPOST  

Page 2 of 2 rev. October, 2017 August, 2015

 

 Surface-applied compost may be used in conjunction with other appropriate structural and non- structural erosion/sediment control measures. Examples include compost erosion/sediment control filter berms, erosion control blankets, silt fence and temporary seed and/or mulch. When used with other erosion/sediment control measures, those items shall be included in the contract, and estimated and paid for separately.  The temporary or permanent seeding of surface-applied compost surfaces, as well as subsequent applications of water to applied seeds, shall not displace or cause the surface-applied compost to erode.  METHOD OF MEASUREMENT This work will be measured as the number of cubic yards, measured on slope to the nearest whole cubic yard of compost satisfactorily furnished and placed.  BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work.  Where XXX is the depth of the compost in inches.

D264573 113A1

25/142

ITEM 610.15XX0108 – SOIL CULTIVATION – ROTOTILLING ITEM 610.15XX0208 – SOIL CULTIVATION - SUBSOILING  

Page 1 of 3 February, 2013

DESCRIPTION This work shall consist of soil cultivation at the location(s) and to the depths indicated in the contract documents and as directed by the Engineer. MATERIALS Subsoiling: Cultivating equipment specifically designed for the purpose of subsoiling to the depths specified. The equipment shall effectively fracture (vertically and laterally) the physically compressed soil material. When shanks are used, vertical shank spacing shall not exceed thirty inches (30”). A minimum of three (3) shanks shall be used. Rototilling: Cultivating equipment specifically designed for the purpose of rototilling soils to the depths specified shall be used. All equipment shall be approved prior to use. CONSTRUCTION DETAILS General: The work area shall be clearly marked or staked by the Contractor prior to the start of work. The Contractor shall verify the location of all utilities in the area of work and shall notify the Engineer prior to the start of work if any underground utilities are found that would preclude the work as specified. Soil cultivation shall not occur:

• (for subsoiling)--over utilities or, (for rototilling) over utilities that are within thirty inches (30”) of the ground surface, ,

• within the dripline of any trees to be preserved, and • when the soil is below the optimum moisture content. The following test method is

recommended for use (unless an alternative method is approved) to determine whether or not the moisture level of the soil is low enough for cultivation.

− The Contractor shall collect soil sample(s) from a minimum depth of four inches (4”) below the soil surface in the area that is to be cultivated. One (1) sample for each ten (10) square yards cultivated, or a minimum of three (3) samples.

− The samples shall be hand-rolled between the palms down to a one eighth inch (1/8”) diameter thread. If the respective soil sample crumbles apart in segments no greater than three eighths of an inch (3/8”) long by the time it is rolled down to a one eighth inch (1/8”) diameter, it is low enough in moisture for cultivation to occur.

D264573 114A1

26/142

ITEM 610.15XX0108 – SOIL CULTIVATION – ROTOTILLING ITEM 610.15XX0208 – SOIL CULTIVATION - SUBSOILING  

Page 2 of 3 February, 2013

The Contractor shall demonstrate to the Engineer that the soil in areas to be cultivated passes the test method(s) chosen (above method or approved alternative). Soil moisture level test sites shall be dispersed randomly throughout the cultivated area. Acceptance will be achieved when a least eighty percent (80%) of the test sites, or a minimum of three (3) test sites, meet the acceptance criteria.

Prior to the start of work, all above ground, existing herbaceous and woody vegetation may require removal. The removal of existing vegetation will be paid for under a separate pay item. Refer to the contract documents to determine if additional pay items have been included in the contract at the locations indicated for cultivation. The work area(s) shall first be cultivated (first pass) perpendicular to the predominant slope of the area and to the depths indicated in the contract documents. If required, a second pass shall be completed that is perpendicular to the first pass. No more than two (2) passes shall be permitted, unless otherwise specified. After the area has been completely cultivated, the soil shall be raked to remove loose clumps of sod, roots, plant parts, stones larger than four inches (4”) in diameter and other debris. This debris shall e removed from the site and legally disposed of, unless otherwise specified. The costs for debris removal and disposal shall be included in this pay item. Cultivated areas shall be maintained as such for subsequent operations, including, but not limited to, the application of topsoil and the preparation of subsoil for seeding. Rototilling: Refer to the contract documents to determine if granular soil amendment pay items are to be used in the rototilled area. If so, these products should be broadcast after the first rototill pass, but before a second rototill pass (if required). Soil amendments shall be paid for under a separate pay item. Subsoiling: The subsoiling equipment shall be operated at the optimal speed (typically no more than five miles per hour (5 m.p.h.)) to achieve the desired results. The distance between parallel passes shall not exceed the distance between the individual shanks. Basis of Acceptance (both Rototilling and Subsoiling): Cultivated areas shall be accepted when the work area(s) is (are) sufficiently loosened to allow a three eighths inch (3/8”) diameter steel soil probe to be inserted into the ground, by body weight only, to a depth equal to eighty percent (80%) of the depth specified by the pay item. Body weight shall not exceed 180 pounds. The Contractor shall verify that the cultivated area achieves the acceptance criteria uniformly. The number of total tests shall be one (1) per ten (10) square yards of cultivated area, with no

D264573 115A1

27/142

ITEM 610.15XX0108 – SOIL CULTIVATION – ROTOTILLING ITEM 610.15XX0208 – SOIL CULTIVATION - SUBSOILING  

Page 3 of 3 February, 2013

fewer than three (3) test sites. Soil compaction test sites shall be dispersed randomly throughout the cultivated area. Acceptance will be achieved when a least eighty percent (80%) of the test sites, or a minimum of three (3) test sites, meet the acceptance criteria. METHOD OF MEASUREMENT The work will be measured as the number of square yards, to the nearest square yard of area satisfactorily cultivated. BASIS OF PAYMENT The unit price bid per square yard shall include the cost of all labor, materials, and equipment necessary to satisfactorily complete the work. The removal of existing vegetation and/or topsoil, if required, shall be paid for under separate item numbers. Pay Item Description Pay Unit610.15XX0108 Rototilling SY610.15XX0208 Subsoiling SY Where XX is the depth of cultivation in inches.

D264573 116A1

28/142

ITEM 615.80XX0005 - RAILING

Page 1 of 1 February 13, 1998

Description The Contractor shall furnish and install railings as shown in the contract documents or as directed by the Engineer. The Contractor shall verify the type, quantity, location and installation method for each type of railing with the Engineer prior to ordering. Acceptance may include approval by owning or maintaining agencies other than NYSDOT. Materials A. Railing - Materials shall be as specified in the contract documents. B. Connecting Hardware - All hardware shall be as supplied or recommended by the

manufacturer, as specified in the contract documents or as approved by the Engineer. C. The sizes, shapes, finishes and colors of all handrails shall be as specified in the

contract documents. Construction Details The railings shall be installed in the locations indicated in the contract documents, in accordance with the instructions supplied by the manufacturer or as indicated in the contract documents and as approved by the Engineer. Method of Measurement The quantity to be measured for payment under this item will be the number of feet measured along the centerline of railing anchorage, between the extreme outer limits shown on the plans, installed in a manner satisfactory to the Engineer. Basis of Payment The unit price bid shall include the cost of all labor, materials and equipment necessary to furnish and install the railings, including both fabrication and installation as per the contract plans, and the removal of any existing railing being replaced. Payment will be made under:

Item Description 615.80010005 Railing, Type 01 615.80020005 Railing, Type 02 615.80030005 Railing, Type 03 615.80040005 Railing, Type 04 615.80050005 Railing, Type 05

D264573 117A1

29/142

ITEM 616.07000024 -- LIVE CUTTING PLANTINGITEM 616.08000024 -- LIVE STAKE PLANTING (1”to2”)ITEM 616.09000024 -- LIVE STAKE PLANTING (2 1/4'”to4”)

1/15/2009Page 1 of 2

DESCRIPTION

Live cuttings and live stakes consist of branch cuttings from freshly cut dormant plants. Underthis item the Contractor shall furnish and install live cuttings and/or live stakes in soil, in jointplantings (plantings located in joints in riprap and stone fill), and in other erosion controlapplications in accordance with the contract documents.

MATERIALS

Live cuttings shall be½”to1”in diameter and1’to4’long.

Live stakes shall be1”to2”or2 ¼”to4”in diameter and5’to6’long.

No leaf buds shall have initiated growth beyond¼”and the cambium layer shall be moist, green,and healthy. All material shall be maintained in a continuously cool, covered, and moist state. Allplant material shall be in good condition when installed. Materials harvested on site shall to beinstalled the same day they are prepared. Nursery grown material shall be soaked for 24 hoursprior to installation.

The live cuttings/live stakes shall have side branches cleanly removed and with the bark intact.The basal ends shall be cut at an angle for easy insertion into the soil and the top cut square.

See contract documents for plant species, size, spacing, and planting season specifications.

Plant material substitutions shall be approved by the Engineer prior to delivery to the project site.

Water shall meet the requirements of § 712-01.

CONSTRUCTION DETAILS

Live cutting/live stakes shall be planted with the pointed end in the ground.

Live cuttings shall be inserted by hand into a pilot hole. Use a dead-blow hammer to drive livestakes into the ground. Care shall be taken not to damage live cutting/live stakes duringinstallation. Use of a dibble, a bar, or similar tool for preforming holes and to work an accesspoint through any rock layer is required to prevent damage to plant material during installation.Damaged plant material shall be left in place and supplemented with an intact live stake.

Live cuttings/live stakes shall be inserted at least two-thirds their length in soil. In joint plantings,live cuttings/live stakes shall be inserted to one-half their length into soil below stone fill with aminimum2”to4”and two buds exposed above the stone fill. When possible, upon insertion the

D264573 118A1

30/142

ITEM 616.07000024 -- LIVE CUTTING PLANTINGITEM 616.08000024 -- LIVE STAKE PLANTING (1”to2”)ITEM 616.09000024 -- LIVE STAKE PLANTING (2 1/4'”to4”)

1/15/2009Page 2 of 2

soil around the live cutting/stake shall be tamped to insure contact with the soil.

Care of Planted Materials During Construction. The Contractor shall care for the plantedmaterials until final acceptance of the contract. Care of planted material shall consist of keepingplant material in a healthy growing condition by watering.

When the Engineer determines that any area within the installation has failed, for any reason, toproduce approximately 75% vegetative growth after a suitable period of time the Contractor shallrepeat or rectify all the work required by the specification until the growth of vegetation has beenestablished at no additional cost to the State.

METHOD OF MEASUREMENT

The quantity of live cuttings/live stakes will be measured as the number of live cuttings/livestakes of each kind or size as set forth in the contract documents satisfactorily installed andaccepted.

BASIS OF PAYMENT

The unit price bid per live cuttings/live stakes shall include the cost of furnishing all labor,materials, and equipment necessary to complete the work including excavation, backfill andwatering.

D264573 119A1

31/142

ITEM 617.ABCD0024 - CONTROLLING INVASIVE PLANT SPECIES

EI 09-002 Page 1 of 4 Rev. November, 2019

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 either a special note in the contract proposal or notes on contract plans. The note(s) shall be titled 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 t h e special note in the project proposal or notes on the contract plans. Notes will be titled 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.

D264573 120A1

32/142

ITEM 617.ABCD0024 - CONTROLLING INVASIVE PLANT SPECIES

EI 09-002 Page 2 of 4 Rev. November, 2019

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

the 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

D264573 121A1

33/142

ITEM 617.ABCD0024 - CONTROLLING INVASIVE PLANT SPECIES

EI 09-002 Page 3 of 4 Rev. November, 2019

species disposal facilities as identified in the contract documents.

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 §209-3.09 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 square feet of surface area controlled, measured to the nearest square foot.

D264573 122A1

34/142

ITEM 617.ABCD0024 - CONTROLLING INVASIVE PLANT SPECIES

EI 09-002 Page 4 of 4 Rev. November, 2019

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 Description 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

D264573 123A1

35/142

ITEM 625.13000009-ROBOTIC TOTAL STATION AND SURVEY FIELD

CONTROLLER

1 of 5 Feb 2021

DESCRIPTION

This work shall consist of providing a Robotic Total Station and Survey Field Controller for the

Engineer’s field office.

MATERIALS

The system shall include the following components:

A. Robotic Total Station

The Contractor shall provide the Engineer with one self-contained Robotic Total Station with or

without on-board data collection which meets the following minimum requirements, which is

fully compatible with the Survey Field Controller and Miscellaneous Accessories as noted.

Angle Measurement: Horizontal and Vertical accuracy of 1”

Compensator Axis Compensation - Dual Axis

Setting Accuracy - 1.0" or less

Distance Measurement: EDM Types - coaxial, Reflectorless

Accuracy – 2 mm + 2ppm or less

Accuracy Reflectorless - 3mm + 2ppm or less

Range with Prism – 2500 m or greater

Range Reflectorless – 500 m or greater

Automated Drive: Motorized, servo driven, or some other automated drive

method with endless tangent screws

Robotic: Full auto tracking

Keyboard & Display: Minimum keyboard and display shall be able to power

instrument on/off, level instrument and access instrument

settings.

Communication: Wireless communication with Survey Field Controller to a

minimum of 500 feet. Shall include all antennas and related

appurtenances.

Telescope: Magnification - 30X or greater

D264573 124A1

36/142

ITEM 625.13000009-ROBOTIC TOTAL STATION AND SURVEY FIELD

CONTROLLER

2 of 5 Feb 2021

Battery and Charger: Rechargeable Li-Ion Battery

Continuous operation operating life 5 – 8 hrs

3 rechargeable batteries shall be included.

Temperature Range: Measurement (-20°C to 50°C)

Storage (-23.3°C to 70°C)

B. Survey Field Controller

The Contractor shall provide the Engineer with a hand held, weatherproof Survey Field Controller,

which meets the following minimum operating requirements, and is compatible with the Robotic

Total Station, collection software, and processing software to be installed on Department

PCs/laptops. All original manuals shall be included for the Survey Field Controller and any

associated software.

Power Source: Removable, rechargeable, Li-Ion battery, shall include

enough batteries to sustain 24 hour operating time

Temperature Range: Operating: (-20°C to 60°C)

Storage: (-40°C to 70°C)

Waterproof Sealing: Waterproof against accidental immersion to (IP-67)

Standard.

Environmental Standards: Must be certified to appropriate IEC 68, MIL-STD-810E,

and BS2011 standards for: Temperature, moisture and

immersion, dust and sand, drop test, shock, vibration, and

altitude.

Shockproof: 1.2 m drop (MIL-STD-810F, Method 514.5 – Cat24)

Display Feature: Minimum 320x240 pixel Touch screen

Keyboard: Minimum full QWERTY or ABCD keyboard with separate

alpha and numeric keypads

Operating System: Current version of Windows (CE, Mobile or Windows 10)

D264573 125A1

37/142

ITEM 625.13000009-ROBOTIC TOTAL STATION AND SURVEY FIELD

CONTROLLER

3 of 5 Feb 2021

Applications: Manufacturer’s current full, stable version Survey Field

Controller software, beta-versions will not be accepted

Memory: Minimum 512 MB RAM

Mass Storage: Minimum 512 MB internal plus a Minimum 1 GB CF, SD

or microSD external

Microprocessor: Minimum 520 MHz

Interfaces: USB, Serial, Bluetooth, Wireless LAN, CF/SD/microSD

Programs/Capabilities: Station setup: known coordinates, point and orientation and

resection, traversing/measuring control. Stake out: stake

points, stake/measure line, stake to DTM/surface, stake to a

combined alignment and surface (road design). Coordinate

Geometry (COGO): inverse, compute points,

compute/offset lines. Two-way data interchange

(Import/Export)

Note: Calculator type units with programmable template will not be acceptable.

Additional Items:

1) Manufactures original equipment case for the Robotic Total Station.

2) The Robotic Total Station shall include its own tribrach.

3) Carry case for Survey Field Controller

4) Data transfer cable for direct communication between Robotic Total Station and PC (if

applicable).

5) Data transfer cable for direct communication between Survey Field Controller and PC.

6) All original hard copy manuals.

Misc. Accessories

The Contractor shall provide the Engineer with the following surveying accessories which are

compatible with the Robotic Total Station and Survey Field Controller. The accessories shall be

of a type approved by the Engineer.

Accessories:

D264573 126A1

38/142

ITEM 625.13000009-ROBOTIC TOTAL STATION AND SURVEY FIELD

CONTROLLER

4 of 5 Feb 2021

Prism Pole: One (1) one-section, carbon-fiber, telescopic type with 5.0

ft to 8.5 ft range with locking pin, One (1) two-section,

telescopic type with 5.2 ft to 11.8 ft range, locking

mechanism to be twist lock type, each pole shall include a

pointed tip, one (1) interchangeable topo boot shall be

included, poles to include both feet/tenths and metric

graduations, poles shall include any necessary adapters to

allow for “direct-read” of prism height, one (1) bi-pod

capable of fitting both prism poles shall be included.

Controller Bracket: Two (2) brackets, one for each prism pole, capable of

attaching the Survey Field Controller to the prism pole in

multiple positions, shall be included

Traverse kit: One (1) kit consisting of two (2) full size trackable prisms,

two (2) tribrachs with optical plummet, two (2) fixed

tribrach adapters with integrated prism holder compatible

with supplied tribrach, and coincides with the H.I. of the

supplied Robotic Total Station. Hard case(s) engineered to

store/transport Traverse kit equipment shall be provided.

Prism: One (1) 360° prism (active tracking device preferred but

not required), and one (1) peanut prism with compatible

mini prism pole shall be included

Tripod: Three (3) heavy duty tripod legs

Batteries & Charger: Li-Ion rechargeable battery packs as previously listed, for

the Survey Field Controller and Robotic Total Station

including one (1) multi-bay charger and one (1) single bay

charger. One (1) single bay charger shall be provided for

each battery type if a universal single bay charger is not

available and shall include a car adapter

Office Processing Software: Two (2) licensed copies (if necessary) of manufacturer’s

current office processing software capable of

importing/exporting data (points, 2D/3D lines, alignments,

surfaces/terrain models, etc.) between Survey Field

Controller and Department CADD Software and importing

and adjusting traverse data.

CONSTRUCTION DETAILS

D264573 127A1

39/142

ITEM 625.13000009-ROBOTIC TOTAL STATION AND SURVEY FIELD

CONTROLLER

5 of 5 Feb 2021

The contractor shall supply a Robotic Total Station and Survey Field Controller to the Engineer.

If the contract includes 625.11 Survey Grade GPS Inspection Units or equivalent Special

Specification or Special Note, the field (Controller) and office (PC) software shall be the same

except where the equipment functions differ. All equipment provided shall be of the same

manufacturer as the equipment used by the contractor to allow for seamless communication and

data flow. Training for the Robotic Total Station, Survey Field Controller and Office Processing

Software shall be provided to the Engineer’s staff with an initial minimum of 24 hours of training

to correspond with the initial delivery of the equipment and an additional 16 hours of training with

each successive year (365 days from date of Award) of the contract. The training shall be provided

by a manufacturer-verified trainer who is approved by the Engineer. The hours may be split

between field and office training as determined by the Engineer. This system shall also be

maintained for the duration of the contract by the contractor. The Robotic Total Station and Survey

Field Controller shall remain in service until the Engineer requests its removal in writing or the

state relinquishes the Engineer’s Field Office. This equipment is for the sole use of the Department.

The Contractor shall maintain all furnished equipment and software in good working condition

and shall provide replacement due to breakdown, damage, or theft within five work days. If this

requirement is not met a charge will be made against the Contractor in the following format.

For each work day over the five work day limit, a non-payment of (price bid for this item / number

of work days in the contract) will be assessed against the Contractor for the next estimate period.

All equipment and software furnished shall be subject to approval by the Engineer.

METHOD OF MEASUREMENT

The Robotic Total Station and Survey Field Controller will be measured on an “Each” pay unit

basis.

BASIS OF PAYMENT

The price bid for the Robotic Total Station and Survey Field Controller system shall include the

cost of furnishing, installing, maintaining, and removing all equipment for the system.

Fifty percent of the bid price will be paid when the complete system has been provided to the

Engineer and is operational; the balance of fifty percent will be divided into even increments and

paid in each estimate.

D264573 128A1

40/142

ITEM 627.50140008 - CUTTING PAVEMENT

DESCRIPTION:

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

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

by the Engineer.

MATERIALS:

None specified.

CONSTRUCTION DETAILS:

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

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

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

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

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

from the pavement to remain.

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

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

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

and the item for the adjacent operation.

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

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

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

METHOD OF MEASUREMENT:

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

completed.

BASIS OF PAYMENT:

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

and equipment necessary to satisfactorily complete the work.

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

appropriate items.

Page 1 of 1 Aug. 2013

D264573 129A1

41/142

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

Page 1 of 30 8/15/2014

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

DEFINITIONS

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

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

Activity, Critical - An activity on the critical path.

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

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

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

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

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

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

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

Constraint - A schedule restriction imposed on the Start or Finish date(s) of an activity that modifies or overrides an activity’s relationships.

Contemporaneous Period Analysis Method – A technique for evaluating schedule delays or time savings. The analysis period for the purpose of these provisions shall be the period covered in each regular progress update to the schedule, as they coincide with contract payments to the Contractor.

Contractor’s First Day of Work - The day of the Contractor’s first day of physical work within the highway Right-of-Way.

Contractor’s Last Day of Work - The Contractor’s last day of physical work in the field, and the Contractor has demobilized (no longer has any presence within the highway right-of-way). Contractor Work Day - A calendar day scheduled for active prosecution of the work.

D264573 130A1

42/142

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

Page 2 of 30 8/15/2014

Critical Path – In the Progress Schedule the critical activities shall be those activities being on the longest path. In a project network diagram, it is the series of activities which determines the earliest completion of the project.

Critical Delay - An event, action, or other factor that delays the critical path of the Progress Schedule and extends the time needed for completion of the construction project.

Critical Path Method (CPM) – A network analysis technique used to predict project duration by analyzing which sequence of activities (which path) has the least amount of scheduling flexibility (the least amount of float). A scheduling technique utilizing activities, durations, and interrelationships/dependencies (logic), such that all activities are interrelated with logic ties from the beginning of the project to the completion of the project. Early dates are calculated by means of a forward pass using a specified start date. Late dates are calculated by means of a backward pass starting from a specified completion date (usually the forward pass’s calculated project early finish date).

Data Date – The date entered in the Project Details, in the Dates tab, which is used as the starting point to calculate the schedule. Everything occurring earlier than the data date is "as-built" and everything on or after the data date is "planned." Deliverable – Any measurable, tangible, verifiable outcome, result, or item that must be produced to complete a project or part of a project. Often used more narrowly in reference to an external deliverable, which is a deliverable that is subject to approval by the Department.

Draft Baseline Progress Schedule – An optional schedule submission that reflects an outline of the schedule format and content proposed by the Contractor’s Project Scheduler to comply with the schedule provisions in the contract to solicit early comments by the Engineer, prior to the submittal of complete Baseline Progress Schedule @ Award.

Duration, Original - The original estimated number of working days (not including holidays or other non-working periods) in which the work task associated with the activity is expected to be performed. (The number of calendar days may be different based on the calendar assigned to the activity.) For certain activities such as concrete curing, or others approved by the Engineer, the calendar shall reflect no non-working days.

Duration, Remaining - The estimated time, expressed in working days (not including holidays or other non-working periods), needed to complete an activity that has started but has not finished.

Early Completion Schedule - A progress schedule will be considered an early completion schedule when the schedule submitted by the Contractor indicates a completion date that is earlier than the specified contract completion date, or the Finish date of any interim Milestone work activity is earlier than the date specified in the contract. This includes, but is not limited to, B-Clock activities, activities subject to Incentive/Disincentive provisions, and/or specific Liquidated Damages provisions, and Lane Rental activities.

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

Final Baseline Progress Schedule @ Award - The original plan against which the Contractor’s progress is measured. The Final Baseline Progress Schedule @ Award represents the original plan at the award of the contract, of what is expected to happen. Once the Final Baseline Progress Schedule @ Award is accepted by the Engineer it is saved and used as a basis to compare against Progress Schedules Updates.

Float Suppression - Utilization of zero free float constraints which allows an activity to start as late as possible by using all of its’ available free float. This technique allows activities to appear more critical than if the activity's total float was based on early dates. Assigning zero free float prevents true sharing of total float between Department and the Contractor. Utilization of overly generous activity durations and overly restrictive calendar non-working periods are also considered to cause float suppression.

D264573 131A1

43/142

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

Page 3 of 30 8/15/2014

Float, Free - The amount an activity can slip without delaying the immediate successor activities. Free Float is the property of an activity and not the network path.

Float, Total - The amount of time an activity (or chain of activities) can be delayed from its early start without delaying the contract completion date. Float is a mathematical calculation and can change as the project progresses and changes are made to the project plan. Total Float is calculated and reported for each activity in a network, however, Total Float is an attribute of a network path and not associated with any one specific activity along that path.

Fragnet – A subdivision of a project network diagram usually representing some portion of the project.

Global data – Data classified by Oracle-Primavera software as Global, including Project Codes, Global Activity Codes, Global Calendars, Resource Calendars, Global Filters, Resources, Global Reports, User Defined Fields and Unit of Measure.

Key Plans - Key Plans are graphic representations made by the Contractor’s Project Scheduler on paper copies of the appropriate contract plan sheets that reflect the Contractor’s planned breakdown of the project for scheduling purposes to efficiently communicate the Contractor’s activity coding scheme to State scheduling staff. The key plans prepared by the Contractor shall clearly define the boundaries of the work for each designated Area, the operations contained in various Stages of work, and work in the Work Zone Traffic Control (WZTC) Phases. The alphanumeric codes on the key plans shall match the code values for the activity code "Area", “Stage”, and “WZTC Phase” in the Progress Schedule.

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

Look-Ahead Schedule – A three week time segment generated from the accepted Progress Schedule that shows the actual work progressed during the previous one week and forecasts the work planned for next two week period following the Data Date, and includes any major materials to be delivered and any lane closings or anticipated shifts in WZTC.

Milestone – An activity with zero duration that typically represents a significant event, usually the beginning and end of the project, milestones set forth in the contract proposal, construction stages, a major work package, or the contract interim time-related clauses.

Narrative Report - A descriptive report submitted with each Progress Schedule. The required contents of this report are set forth in this specification.

Open End - The condition that exists when an activity has either no predecessor or no successor, or when an activity’s only predecessor relationship is a finish-to-finish relationship or only successor relationship is a start-to-start relationship.

Predecessor - An activity that is defined by Schedule logic to precede another activity. A predecessor may control the Start Date or Finish Date of its successor.

Progress Schedule – A general Oracle-Primavera P6 Schedule as defined by this Specification.

Progress Schedule Update – Changes to the Progress Schedule that reflect the status of activities that have commenced or have been completed, including the following items: (a) Actual Start date and or Actual Finish date as appropriate; (b) Remaining Duration for activities commenced and not complete; and (c) Suspend or Resume dates for activities commenced and not complete.

Progress Schedule Revision – Revisions to the Progress Schedule ensure it accurately reflects the current means and methods of how the project is anticipated to progress, including modifications made to any of the following items: (a) changes in logic connections between activities; (b) changes in constraints; (c) changes to activity descriptions; (d) activity additions or deletions; (e) changes in activity code assignments; (f) changes in activity Productivity Rates; and (g) changes in calendar assignments.

Project Scheduler – The person that is responsible for developing and maintaining the Progress Schedule.

D264573 132A1

44/142

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

Page 4 of 30 8/15/2014

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

Projects Must Finish By Date – A date constraint entered in the Project Details, in the Dates tab, that reflects the Contract Completion Date set in the Contract Documents or through a formal contract extension of time.

Recovery Schedule – A schedule depicting the plan for recovery of significant time lost on the project. This separate CPM schedule submission shall provide the resolution and include appropriate changes in network logic, calendar adjustments, or resource assignments.

Relationships - The interdependence among activities. Relationships link an activity to its predecessors and successors. Relationships are defined as:

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

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

Resources, Equipment – Equipment resources shall be identified as a Nonlabor resource type. A unique identifier shall be used in the Resource Name or Resource Notes to distinguish this piece of equipment from a similar make and model of equipment used on the project.

Resources, Labor – Labor resources shall be identified as a Labor resource type. Labor Resources shall identify resources that encompass direct labor at the Crew level.

Scheduling/Leveling Report – The report generated by the software application when a user “Schedules” the project. It documents the settings used when scheduling the project, along with project statistics, errors/warnings, scheduling/leveling results, exceptions, etc.

State Business Days – Monday through Friday, with the exception of State Holidays. Days scheduled for the active prosecution of work activities by State staff or the State’s representatives.

Substantial Completion - the day, determined by the Engineer, when all of the following have occurred: 1. The public (including vehicles and pedestrians) has full and unrestricted use and benefit of the

facilities both from the operational and safety standpoint, and2. 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 safetyappurtenances, and

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

4. The Contractor and Engineer mutually agree that all work remaining will be performed with shortterm lane closures to minimize delays, disruption, or impediment to the traveling public. Noovernight lanes closures will be allowed.

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

Time Impact Analysis - A technique to demonstrate the comparison of a time impact of a Progress Schedule revision prior to a change in the Contract work, against the current accepted Progress Schedule. It is also known as a “What-If” analysis.

Weekly Status Report – The report generated weekly from the updated Progress Schedule in an electronic Adobe Acrobat PDF format that reflects a Data Date for that Progress Schedule Update period. The report

D264573 133A1

45/142

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

Page 5 of 30 8/15/2014

shall be formatted to fit ANSI Size D paper (610 mm x 914 mm) (24 inch x 36 inch), listing all work activities from the data date to contract completion, using the NYSDOT Status Report Layout, sorted by Early Start Date, Total Float in increasing order, showing the Activity ID, Activity Description, Original Duration, Remaining Duration, Total Float, Early Start date, Early Finish date, Start date, Finish date and Calendar ID.

Work Breakdown Structure (WBS) - A deliverable-oriented grouping of project elements, which organizes and defines the total scope of the project. Each descending level represents an increasingly detailed definition of project components or work packages.

Work Days – A calendar day (Monday through Friday) on which State offices are open to the public for business. State recognized public holidays are not work days. Days scheduled for the active prosecution of work activities by State staff or the State’s representatives. (State Business Day calendar)

New York State Holidays New Years Day January 1

Martin Luther King Day 3rd Monday in January President’s Day 3rd Monday in February Memorial Day Last Monday in May

Independence Day July 4th Labor Day 1st Monday in September

Columbus Day 2nd Monday in October Veteran’s Day November 11th

Thanksgiving Day 4th Thursday in November Christmas Day December 25th

If the holiday occurs on a Saturday, it will be observed the Friday before. If the holiday occurs on a Sunday, it will be observed the Monday after.

Work Package - A deliverable at the lowest level of the work breakdown structure. A work package contains activities.

MATERIALS None Specified.

CONSTRUCTION DETAILS A. General. In addition to the attributes of the Progress Schedule provisions as set forth in §108-01, theContractor shall prepare, furnish, and maintain a computer-generated Progress Schedule using the CriticalPath Method (CPM) utilizing Oracle-Primavera scheduling software on the Department’s network servers.The CPM Progress Schedule shall be prepared based on the principles defined by the latest issue of theConstruction Planning & Scheduling Manual published by the Associated General Contractors of America,except where superseded by the contract documents such as the CPM Special Notes and this specification.

The Contractor and the Department shall use the Progress Schedule to manage the work, including but not limited to the activities of subcontractors, fabricators, the Department, other involved State agencies and authorities, other entities such as utilities and municipalities, and all other relevant parties involved with the project.

No work other than installation of the Engineer’s Field Office, mobilization, procurement and administrative activities, installation of construction signs, installation of erosion and pollution protection, clearing and grubbing, field measurements, and survey and stakeout will be permitted to start until the Baseline Progress Schedule @ Award has been submitted to the Engineer, and the Engineer determines there are no deficiencies consistent with those identified in paragraph I.1 Immediate Rejection of Progress Schedule Submissions. .

The purpose of the Progress Schedule, and scheduling provisions in the contract, shall be to:

D264573 134A1

46/142

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

Page 6 of 30 8/15/2014

a) Ensure that the Contractor and the Department have a detailed plan and resources to complete theproject in accordance with contract time requirements;

b) Provide a means of monitoring the progress of work;c) Aid in communication and coordination of activities among all affected parties;d) Analyze the effect of changed conditions on any milestone dates or on the contract completion date;e) Analyze the effect of change orders for extra work or deductions, and unanticipated delays, on the

contract completion date;f) Establish a standard methodology for time adjustment analysis based on the principles of the Critical

Path Method of scheduling, to analyze delays and resolve construction disputes concerning time;g) Determine appropriate extensions or reductions of Contract Time.

In scheduling and executing the work, the Contractor shall: a) Sequence the work commensurate with the Contractor’s abilities, resources and the contract

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

are in compliance with the Contract. The intent should be that Schedule submissions andaccompanying 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 allsubcontractors, fabricators, etc, that effect the Progress Schedule to the Project Scheduler in a timelymanner 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. Workactivities directed by the Engineer to be added to the Contract shall be included in the next MonthlyProgress Schedule submission.

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

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

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

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

Failure by the Contractor to include any element of work required by the Contract in the accepted progress schedule does not relieve the Contractor from its responsibility to perform such work.

Should the Contractor choose to show activities in the schedule that reflects their plan of work prior to the contract award, the Department does not incur any liability and such work being performed between the letting date and the contract award date shall be considered at risk work.

Errors or omissions on schedules shall not relieve the Contractor from finishing all work within the time limit specified for completion of the contract.

B. Project Scheduler. The Contractor shall designate an individual, entitled the Project Scheduler, whowill develop and maintain the construction progress schedule. The Project Scheduler shall be present at thePreconstruction Schedule Meeting, prepared to discuss, in detail, the proposed sequence of work and methodsof operation, and how that information will be communicated through the Progress Schedule. The ProjectScheduler shall attend all meetings, or receive meeting minutes that outline schedule related issues of thosemeetings, which may affect the CPM schedule, including but not limited to those between the Contractor andtheir Subcontractors and between the Contractor and the Department. The Project Scheduler shall beknowledgeable of the status of all aspects of the work throughout the length of the Contract, including but notlimited to: original contract work, additional work, new work, and changed conditions of work.

C. Scheduling Software. The State will provide Oracle-Primavera P6 software and computer system foruse by the Engineer to review the schedules submitted by the Contractor. The Department has installed

D264573 135A1

47/142

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

Page 7 of 30 8/15/2014

Oracle-Primavera P6 software on internet accessible servers for use by the Department’s construction inspection staff. Appropriate Department personnel, Consultants, and Contractors will also have access to these schedules on the Department’s Enterprise Project Management Database (EPMD). The Department will determine the location to store the project schedule files on the EPMD, and will provide the Contractor the naming convention for all progress schedule submissions. The Contractor shall develop, update, and revise the Progress Schedules using the Department provided Oracle-Primavera P6 software application and the Contractor shall store all Progress Schedule files on the Department’s EPMD.

C.1 User Access. The Contractor shall submit completed and signed Request for Access Forms to theEngineer for each proposed Primavera user to obtain the User ID’s and Passwords for access to software and data on the Department’s network servers. The form can be downloaded from the following web page https://www.dot.ny.gov/main/business-center/contractors/construction-division/primavera. These forms may submitted any time after the contract letting date and announcement by the Department that the Contractor is the apparent low bidder. The Department will process these requests and should generally provide the User ID’s and Passwords within two weeks of receipt by the Engineer. Upon approval by the Construction Supervisor and the Office of Construction, required User ID’s and passwords will be provided to the Contractor (for the Project Scheduler plus one other person) to obtain secure Internet access to the Oracle-Primavera software and project schedule data. If the contract is not awarded to this firm, the firms access to this project will be removed. Department provided User Id’s and Passwords are assigned to specific individuals and shall not be shared with any other users.

C.2 User Security Privileges. User security privileges within the Oracle-Primavera database will becreated and maintained by the Department. The Department will be the sole entity to modify the Enterprise Project Structure (EPS), the Organizational Breakdown Structure (OBS), Project Codes, Global Activity Codes, Global Calendars, User Defined Fields, Security Profiles, Admin Categories and Preferences. The Contractor’s users will generally have the security privileges to create and edit activities, project calendars, project resources, project activity codes, as well as schedule and summarize the project.

Project schedules are developed from the Contractor’s knowledge of the project, and the means and methods represented in those schedules are based on the Contractor’s understanding of the contract documents, and the Contractor’s past experience, which are unique to the Contractor. Schedule activity data and logic are therefore the intellectual property of the Contractor and will not be made available to other Contractors. All other schedule data, and all Enterprise data residing on the network servers, are the sole property of the Department.

The Contractor will be the sole entity allowed to physically modify the following data within the progress schedule: activity IDs; activity descriptions; activity durations; relationships between activities; successors and predecessors, actual start and actual finish dates of activities; planned start and planned finish dates of activities; and activity resources (with the exception that activities assigned resources labeled to reflect Department personnel may be changed to reflect specific individuals, or job roles, within the Department).

The Department may modify certain data associated with the progress schedule to ensure conformance to the Department’s Enterprise Project Management standard schedule format. This means that the Department may: create additional layouts, filters and reports; create and edit additional user defined custom data fields; assign Project Codes; add and assign additional project Activity Codes; add and assign additional Cost Account Codes; add and assign additional Resource Codes; enter data in Notebook tabs; modify calendar ID’s (although not the calendar itself); etc; that do not alter the established activities or schedule logic of the Contractor. The Engineer shall communicate to the Project Scheduler the types and scope of changes planned to be made to the progress schedules prior to the implementation of those changes. The Contractor shall not delete or modify any schedule data entered by the Department without prior approval by the Engineer. The schedule data added by the Department shall be incorporated into future schedule submissions of the Contractor.

The Department may make copies of the Contractor’s progress schedules to perform what-if type analysis, which may involve any type of modification to those copies of the schedules.

D264573 136A1

48/142

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

Page 8 of 30 8/15/2014

C.3 Software availability. Oracle-Primavera software and schedule data on the Department’s EPMD willgenerally be available for the Contractor’s use at all times unless system maintenance (e.g. backups, upgrades, etc) is being performed. System maintenance will generally be conducted over short time periods between the hours of 10 PM – 6AM, Monday - Friday and on weekends. The Department does perform regular backup of data contained in the EPMD, and will make every effort to restore the latest historical copy of schedule submissions in the event of any data failure of the EPMD. The Contractor shall also be responsible for exporting copies of project progress schedules, recovery schedules, TIA schedules, after data modifications have been made as their backup of these submissions. In the event a Contractor’s authorized user cannot access the software from 6AM to 10PM Monday through Friday, the Contractor shall provide written notification to the Engineer.

C.4 Schedule Templates. The Department will provide the Contractor either a project specific SuggestedPreliminary Construction Schedule or a project schedule template for the Contractor’s use in developing their CPM Progress Schedule.

C.5 Importing/Exporting Schedules. Contractor’s users will have the security privileges to “Export” theirprogress schedule files from the central P6 database to a computer. However, the Department will not allow any user to “Import” or accept Progress Schedule files from any other computer system back into the Department’s EPMD.

D. Meetings.D.1. Preconstruction Schedule Meeting. The Contractor shall contact the Regional Construction

Engineer after notification they are the apparent low bidder, but no later than two (2) Work Days following notification of contract award to schedule a Preconstruction Schedule Meeting. The purpose of this meeting will be to discuss essential matters pertaining to the satisfactory scheduling of project activities, and to resolve any known questions regarding interpretation of the contract requirements for this work.

The Project Scheduler shall be prepared to discuss the following: a) The proposed hierarchal Work Breakdown Structure (WBS) for the Progress Schedules. The

Project Scheduler shall provide a paper copy at the meeting.b) The proposed project calendars.c) The proposed project activity codes and various code values for each activity code. The Project

Scheduler shall provide a paper copy at the meeting.d) The specifics of any contract Time-Related Clauses (A+B Bidding, Incentive/Disincentive,

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

proposed deviations from the contract plans with respect to Staging or Work Zone Traffic Controlphasing.

f) The Key Plans shall be provided at the meeting.g) The factors that the Contractor determines to control the completion of the project and any

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

Progress Schedule submissions.i) Schedule submission protocol for Progress Schedule submissions.

The Contractor shall submit to the Engineer for review, a minimum of five Work Days prior to thePreconstruction Schedule Meeting, the following: a copy of the Key Plans, a print out of the proposed Work Breakdown Structure, a print out of each of the proposed project Calendars showing the Work Days versus non-work days and hours per day, and a list of the Code Values for each Project Activity Code proposed to be used in the schedules.

The Engineer will be available to answer questions regarding scheduling, including: the availability of Department supplied electronic file(s) containing sample project schedule information, sample

D264573 137A1

49/142

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

Page 9 of 30 8/15/2014

progress schedule narratives, Special Notes for CPM Scheduling, and required standard format for CPM Progress Schedules for contract work. The Contractor shall schedule meetings as necessary with the Engineer to discuss schedule development and resolve schedule issues, until the Final Baseline Progress Schedule @ Award is accepted by the Engineer.

D.2. Progress Meetings. One topic of the regular progress meetings held by the Engineer and attendedby 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, changeorders, potential Contractor time extension requests, and other relevant issues. If contract work isfalling behind the Progress Schedule, the responsible party (i.e.- Contractor or Department) shall beready to discuss what measures it will take in the next thirty (30) days to put the work back onschedule 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; nearterm and long-term schedule issues, including RFIs, Shop Drawing submittals, permit work, utilityrelocations, mitigation work; project issues and risks; proposed solutions; and any relevanttechnical issues that are schedule related.

c) At the meeting the Project Scheduler shall compile an action item list that describes who isresponsible for existing or pending issues and the date by which the issue needs to be resolved toavoid delays. The Contractor shall forward a copy of the action item list to the Engineer within 2business days following the meeting.

E. Progress Schedule Submissions:E.1. Draft Baseline Schedule. The Contractor is encouraged, but not required, to submit a Draft Baseline

Progress Schedule that demonstrates a sample of how the Project Scheduler’s proposed alphanumeric coding structure and the activity identification system for labeling work activities in the CPM progress schedule will conform to the detailed requirements of this specification.

This submittal may be made anytime following notice to the Contractor that they are the apparent low bidder on the contract.

Critical items for this review should include but are not limited to: the proposed WBS for subsequent progress schedules; the proposed project Calendars; project Planned Start date; project Must Finish By date; major milestone activities (e.g. - Award, Notice to Proceed, Contractor’s First Day of Work, Contractor’s Last day of Work, Anticipated Completion Date); and between fifty to one hundred summary activities for the major work deliverables of the contract (e.g. - pave EB from STA x to STA y, construct roundabout 1, construct bridge xyz, etc) that have assigned Activity Ids, Activity Descriptions, Activity Durations, Predecessors, Successors, and Activity Relationships. These summary activities will be broken down into, or supplemented with, individual work activities for the baseline submission.

If any Crew resources are included, the composition of the staffing (the number and titles of the various staff) shall be listed in the Notes tab of the Crew resource, and the composition of the crews shall be included in the narrative. To the extent practicable, the Draft Baseline Progress Schedule should include administrative and procurement activities to be accomplished during the contract; planned submittal, review, and approval dates for shop drawings, working drawings, fabrication drawings, and contractor supplied plans, procedures, and specifications.

Any submission of a Draft Baseline Progress Schedule should be accompanied by a written Narrative that provides details of the Calendar assignments of Working Days versus non-work days, outlines the sequence of planned operations to complete the project work, and provides the proposed Activity Codes and Code values to be assigned to activities in future submissions of project progress schedules.

D264573 138A1

50/142

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

Page 10 of 30 8/15/2014

The review and comment by the Engineer of the sample schedule should assist the Project Scheduler in assuring the first submittal of the Baseline Progress Schedule @ Award will be in general conformance with the requirements of the specification and other contract requirements, and that major rework of the Baseline Progress Schedule @ Award will not be required. The Engineer will review the logic diagram, coding structure, activity identification system, and Narrative; and provide comments for required changes by the Project Scheduler for implementation in the submission of the Baseline Progress Schedule @ Award. The Engineer will provide written comments on major deficiencies within five (5) Work Days of receipt. The Department reviews Draft Baseline Progress Schedules solely for format, and will not consider any submission of a Draft Baseline Progress Schedule for approval as an Early Completion Schedule.

E.2. Baseline Progress Schedule @ Award – Within ten Work Days of receipt of the contract awardthe Contractor shall prepare and submit a Baseline Progress Schedule that meets the following requirements: a) The schedule shall accurately reflect the proposed approach to accomplish the work outlined in the

Contract documents and conforms to all requirements of this specification.b) The schedule shall define a complete logical plan that can realistically be accomplished, to execute

the work defined in the Contract.c) The schedule shall comply with the work constraints and milestones defined in the Contract as well as

all other contractual terms and conditions. The schedule shall be consistent in all respects with thespecific interim Time-Related Contract Provisions, and any order of work requirements of thecontract documents. The schedule shall meet all interim milestone dates and the contractor’sAnticipated Completion Date shall not extend beyond the contract completion date. This submissionshall reflect the Contractor’s plan at the time of contract award, and prior to the start of any work.

d) Float. No negative float is allowed in the Baseline Progress Schedule @ Award submission.e) Data Date. The contract Award Date shall be entered as the Data Date. If the Contractor submits a

Baseline Progress Schedule @ Bid submission, the Data date shall be the date of the schedulesubmission to the Engineer and not prior to the bid date. Time shall be the end of the work day.

f) Activity Codes. The Progress Schedule shall have assigned, to the maximum extent practicable, theGlobal Activity Codes (DOT GLOBAL) identified in the Department’s Primavera enterprise solution.Including, but not limited to Responsible Party, Stage and Type of Work. The Contractor shall alsouse a Project Level activity code named “Subcontractor” with code values identifying each of theapproved subcontractors working on relevant activities.

g) Project Level Layouts & Filters. Any “Layouts”, “Filters” and “Report” formats that the Contractordevelops for the various Progress Schedules submissions to the Engineer shall be saved and madeavailable to all other users of the project schedule with a name that includes the contract D#.The Contractor shall assign appropriate Activity Codes and provide custom Layouts, Filters, and/orreport formats necessary to allow the Engineer to generate a report from the each Progress Schedulesubmission 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, andacceptance date for each submittal and identify the earliest activity affected by each of thesesubmittals. This list shall be generated from each Progress Schedule submission until all suchactivities are completed.

h) Schedule Submissioni) Within the timeframe indicated in Table 1 column 1, the Contractor shall send an email to the

Engineer and Area Construction Supervisor, with copy to [email protected] them the schedule is ready for review.

TABLE 1 (in Work Days) Timeframe from receipt of Notice of

Award to Submission of complete Baseline Schedule. (Column 1)

Timeframe for Engineer’s Review

(Column 2)

Timeframe from Notice of Award to acceptance by the Engineer not

to exceed (Column 3)

D264573 139A1

51/142

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

Page 11 of 30 8/15/2014

ii) The Engineer will review the schedule and return it, accept it with comments, or reject it withinthe timeframes indicated in Table 1 column 2, following the date of receipt of the Contractor’ssubmission.

iii) If the schedule is returned with comments, the Contractor shall address all comments and revisethe 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 1column 3.

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

v) In no way does the Baseline Progress Schedule modify the contract documents.

E.3. Final Baseline Progress Schedule @ Awarda) 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 completethe Final Baseline Progress Schedule @ Award and obtain acceptance of the Engineer within thetimeframe required in column 3 of Table1, or within one week of the Contractor’s receipt of the finalcomments by the Engineer, whichever is sooner.

b) The Engineer shall review the schedule and return it, accepted or with comments, within 5 WorkDays 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 theEngineer 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 reviewedfor acceptance.

E.4. Progress Schedule Updates and Weekly Status Reports:a) The Contractor shall perform a Progress Schedule Update, on a minimum, at the end of each week.b) The Contractor shall generate a Weekly Status Report at the end each work week after performing the

Progress Schedule Update and Scheduling the project with a Data Date of day the schedule wasupdated, and submit it to the Engineer by the beginning of business each Monday. The WeeklyStatus Report shall be generated using the activity Layout named Weekly Status Report, withactivities grouped by the WBS, sorted by Finish Date. The Gantt Chart shall clearly indicate theproject critical (longest) path. Graphical representations shall be shown at a suitable scale to belegible and readable.

c) During any time periods within the contract that special time-related contract provisions are in effect,including B-Clock periods or Incentive/Disincentive Periods, the Engineer may require more frequentProgress Schedule Updates and/or Progress Schedule Status Reports.

E.5. Monthly, Bi-Weekly, or Weekly Progress Schedule Submissions.a) First Progress Schedule Submission – Within three Work Days following acceptance of the Final

Baseline Progress Schedule @ Award the Contractor shall perform a Progress Schedule Update toreflect the status of all activities where work was performed in the time period between the start ofwork and acceptance of the Final Baseline Progress Schedule @ Award. This shall include actualdates entered in the Actual Start and Actual Finish columns, and percentage of work complete foruncompleted activities, in addition the Contractor shall incorporate any Progress Schedule Revisionsthat reflect any changes in how future work activities are to be completed.

10 10 40

D264573 140A1

52/142

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

Page 12 of 30 8/15/2014

b) Subsequent Progress Schedule Submissions – The Contractor shall prepare and submit subsequentProgress Schedule submissions on a regular basis based on the schedule type determined in the payitem in the contract.Type 2A. Monthly Progress SchedulesType 2B. Bi-Weekly Progress SchedulesType 2C. Weekly Progress SchedulesThe Contractor shall submit a copy of the current Progress Schedule that includes all ProgressSchedule Revisions and Progress Schedule Updates to reflect the actual and planned prosecution andprogress of the contract work. Progress Schedule Updates shall reflect the status of activities thathave commenced or have been completed, including the following items: (a) actual dates in activityActual Start and Actual Finish columns as appropriate; (b) actual Remaining Duration for activitiescommenced and not complete; and (c) actual activity Suspend or Resume dates for activitiescommenced and not complete. Progress Schedule Revisions reflect modifications made to activitiesin 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 toActivity Descriptions; (e) activity additions or deletions; (f) changes in Activity Code assignments;(g) changes in Calendar assignments, and Work Days; (h) Productivity Rates; (i) a list of NotebookTopic additions and changes . All "Out of Sequence" activities noted in the scheduling log shall becorrected to reflect the current construction operations.

c) For any contract time extension requests the Contractor shall include: a Time Impact Analysis (TIA)for any changes to the schedule for future work for such issues as Added Work, VECP, or ChangedConditions; and a Delay Analysis that documents all delays from the Contract Award to the currentdate that is based on critical path delays that occurred when comparing subsequent Monthly/Bi-Weekly or Weekly Progress Schedule submissions and the supporting delay documentation in theProgress Schedule Narratives.

E.6. As-Built Progress Schedule. The Contractor shall submit the As-Built Progress Schedule withActual Start and Actual Finish dates for all activities, within ten (10) Work Days following final acceptance of work by the Regional Director.

E.7. Look-Ahead Schedule. Except during winter shutdown periods the Contractor shall prepare aLook-ahead Schedule as either a plotted report from the current progress schedule, or as a narrative report, and provide it to the EIC on a weekly basis, or if approved by the Engineer on a mutually agreed upon interval The Look-ahead schedule shall include all work activities planned for the next two week period, and include all work activities progressed in the previous one week period, and should also show: anticipated lane closures, road closures and detours, environmental issues, and utility issues. The Engineer will provide the Project Scheduler with guidelines for determining the begin dates and end dates for the one or two week reporting periods, along with the how the plotted schedule report or narrative report shall be formatted. The Department generally uses this Look-ahead schedule to facilitate communication with other Federal or State agencies, local municipalities, utility companies, railroads, emergency service providers, public news media and other affected parties.

F. Detailed Progress Schedule Requirements.F.1. Baseline Progress Schedule. As a minimum, the Contractor shall address the following:

a) Defining Project details and defaults – Within the Dates tab, the “Planned Start” shall be the LettingDate, the “Data Date” shall be the date of Contract Award, the “Must Finish By” date shall be thecontract Completion Date. Within the Settings tab, define the Critical Activities as the “LongestPath”. The Project Scheduler role does not have security privileges to change this data in the projectDetails tab, however they have the ability through the “Schedule” function. Any requests for changesto other data with the Project Details needs to be forwarded by email [email protected]; include in your request the contract Dnumber and theProjectID.

D264573 141A1

53/142

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

Page 13 of 30 8/15/2014

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

c) The following Activity ID’s and Activity Descriptions exactly as shown in Table 2 shall beincorporated into all Progress Schedules:

TABLE 2

Activity ID Activity Description Duration

(Min) Predecessor Logic

Tie ResponsibleParty

M00001 Contract Letting Date 0 - Start Milestone ---- ---- NYSDOT 00020 Contract Award Process 45 Calendar Days M00001 SS NYSDOT

C00005 Preconstruction Schedule Meeting 1 Work Day M00001 SS NYSDOT

C00011 Prepare & Submit DMWBE Goals Minimum 1 Contractor Work Day M00001 SS Contractor

C00015 DMWBE Utilization Approved 15 Work Days C000011 FS NYSDOT

C00030 Submit Proof of Insurance 1 Contractor Work Day M00001 SS Contractor

M00025 Contract Award Date 0 - Finish Milestone 00020, C00015

FF NYSDOT

C00010 Preconstruction Meeting 1 Work Day M00001 SS NYSDOT

C00035 Notification to Proceed 5 Work Days M00025, C00030

FS NYSDOT

C00040 Prepare/Submit Safety & Health Plan Minimum 1 Work Day M00001 SS Contractor

C00045 Approve Safety & Health Plan 20 Work Days C00040 FS NYSDOT

M00050 Contractor’s First Day of Work 0 - Start Milestone C00035, C00045

FS Contractor

C00055 Set Up Engineer’s Field Office 20 Contractor Work Days C00035 FS Contractor

C00060 Prepare & Submit Baseline Progress Schedule @ Award

10 Work Days from Notice of Award C00005 FS Contractor

C00065 Review Baseline Progress Schedule @ Award

10 Work Days C00060, M00025

FS NYSDOT

C00070 Accept Baseline Progress Schedule @ Award

1 State Business Days (see Note 1)

C00065 FS NYSDOT

C00075 Mobilization 20 Contractor Work Days M00050 SS Contractor

D264573 142A1

54/142

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

Page 14 of 30 8/15/2014

TABLE 2

Activity ID Activity Description Duration

(Min) Predecessor Logic

Tie ResponsibleParty

M00100 Field Work Begins 0 - Start Milestone M00050, C00055, C00060

Contractor

M00900 Substantial Completion 0 - Finish Milestone See definition

FF Contractor

C09010 Other Agency Inspection 20 Work Days M00900 FS Others

C09020 NYSDOT Final Inspection 20 Work Days M00900 FS NYSDOT

C09030 Punchlist Work 20 Contractor Work Days C09020 FS Contractor

M00950 Contractor’s Last Day of Work 0 - Finish Milestone C09030 FF Contractor

M00999 Anticipated Completion Date 0 - Finish Milestone M00950 FF Contractor

C09040 Demobilization 10 Contractor Work Days C09020 FS Contractor

M00925 Regional Recommendation for Final Acceptance

0 - Finish Milestone C09040 FF NYSDOT

M09999 Final Acceptance by the DCEC 0 - Finish Milestone M00925 FF NYSDOT

M99999 Final Agreement 0 - Finish Milestone M09999 FF NYSDOT

M99998 Final Payment 0 - Finish Milestone M99999 FF NYSDOT

Note 1 – Acceptance Date shall not exceed 40 Work Days from Notice of Award.

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

d) Work Breakdown Structure (WBS) - A multi level hierarchal WBS shall be incorporated thatprovides a deliverable-oriented grouping of activities and defines the total scope of the project.The Contractor shall develop a detailed project specific WBS for the Engineer’s review and approval.The Engineer shall make the final determination on the number of levels of the WBS, and how theactivities shall be grouped to represent the deliverables of the project.

For all projects the first two levels (nodes) of the WBS shall be labeled as follows:Level 1 - is the project level; and shall have the project name. Level 2 - shall have three nodes; “PRECONSTRUCTION”, “CONSTRUCTION”, and “POST

CONSTRUCTION”; Level 3- under “PRE-CONSTRUCTION”, shall include at least three nodes “GENERAL

SUBMITTALS”, “SHOP DRAWINGS”; and “PROCUREMENT/FABRICATION/DELIVERY”.

Level 3- under “CONSTRUCTION”; shall have three nodes “PRE-CONSTRUCTION”, “CONSTRUCTION OPERATIONS”, and “POST CONSTRUCTION/CLOSEOUT”;

Under the “CONSTRUCTION OPERATIONS” node, the grouping of activities may vary depending on the scope and nature of the project work. The Contractor shall coordinate with the Engineer to determine the best way to represent (group activities) the project deliverables (i.e. Bridge, Roundabout, Highway segment, Interchange, Intersection, etc) and the various Stages or Phases of work. The Engineer may require sub nodes for AREA (geographic area within the project limits), STAGE, or for a bridge project SUBSTRUCTURE, SUPERSTRUCTURE, and DECK .

D264573 143A1

55/142

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

Page 15 of 30 8/15/2014

Generally Level 4 would be by geographic area within the project limits, Level 5 would be by highway feature (bridge, highway segment, intersection), Level 6 the highway features should be broken into their components (a bridge into components such as Piles, Substructure, Superstructure), and a highway segment into components such as pavement, drainage, earthwork, lighting, traffic signals, etc.

An example Work Breakdown Structure is shown below in Figure 1

FIGURE 1

e) Activity ID - Include a unique identification number for each activity. Activity ID numbers shall notbe changed, or reassigned for the duration of the contract. Task type Activity IDs shall be prefixed bya “C”. Milestone type activities shall be prefixed by an “M”. .

f) Activity Name - Clearly and uniquely define each activity name with a description of the work that isreadily identifiable to inspection staff and the progress of each activity can be measured. EachActivity shall have a narrative description consisting at a minimum of a verb or work function (i.e.

D264573 144A1

56/142

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

Page 16 of 30 8/15/2014

form, pour, excavate, etc), an object (i.e. slab, footing, wall, etc), and a location (i.e. STA, bridge or retaining wall number, street, etc). The work related to each Activity shall be limited to one Area of the contract, one Stage of the contract, one WZTC Phase of the contract, and one Responsible Party of the contract. The Activity Name shall not be changed for the duration of the contract without approval of the Engineer.

g) Milestone Activities - Include activities for all contract milestones that define significant contractualevents such as Contract Award, Notice to Proceed, Contractor Start Work, Substantial Completion,Physical Completion, Contract Completion, and coordination points with outside entities such asutilities, State agencies, Authorities, municipalities, Time-Related Contract Provisions, etc.

• The Contract Award milestone shall have a primary constraint of “Finish On” and the dateof 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 actualdate the Contractor started work authorized under the contract.

h) Activity Durations – Define the Original Duration of each activity in units of whole work days,except for activities of less than one day duration which should be shown in units of tenths of a day.Except submittal/procurement activities, durations shall not exceed 15 work days unless approved bythe Engineer. Durations for Department submittal reviews shall meet the requirements set forth in thecontract documents. If requested by the Engineer, the Contractor shall justify the reasonableness ofplanned activity time durations. Task Dependent activities shall not have a zero duration.

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

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

k) Activity Constraint Dates – The Contractor shall not have any constrained activities, with theexception of contractual dates, unless the Engineer accepts such constraints in writing. Milestoneactivities shall be included for the Contract Award which shall have a primary constraint of “FinishOn” and the date of contract signature by the State Comptroller, and for the Anticipated ContractCompletion which shall have a primary constraint of “Finish on or before” and the contractcompletion date indicated in the contract documents. Only contractual/owner-designated constraintsare allowed unless specifically authorized by this specification or the Engineer. . If used, onlyConstraints of type, “Finish on or Before”, ‘Start on or After”, or when deemed appropriate by theEngineer “As-Late-As-Possible” are acceptable

l) Activity Dates – With the exception of contract Milestone dates, “Actual Start” and “Actual Finish”dates and “Planned Start” and “Planned Finish” dates, activity dates shall be calculated by the projectscheduler tool within the Oracle-Primavera software. No Actual Start or Actual Finish dates shall beentered in the Baseline Progress Schedule @ Award, with the exception of activities that werecompleted prior to the Contract Award.

m) Calendars - Use clearly defined calendars that account for expected seasonal weather conditions(including winter shutdown periods) and environmental permit requirements, for the planning andscheduling of activities. Do not incorporate an activity with a description of “Winter Shutdown” thatrequires constraints. Provide the working days per week, non-working holidays. Also provide the

D264573 145A1

57/142

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

Page 17 of 30 8/15/2014

number of shifts per day, and the number of hours per shift by using the Calendar feature, called “Time Periods” in the P6 software. Incorporate any seasonal restrictions to the work within calendars assigned to activities.

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

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

All milestone activities in the schedule shall be assigned the standard Global calendar named ‘NYSDOT Milestone/Curing 365 Day / 8 hour”, this calendar should also be assigned to any activities for concrete curing. Activities for shop drawing reviews and other approvals by Department personnel shall be assigned the Department’s standard Global – “State Business Day, 5 Day Work Week w/State Holidays, Field” Calendar that reflects all holidays observed by the State.

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

● Calendars related to specific resources (i.e., Crane, Bidwell, Asphalt Paver) shall beestablished as Project level Calendars (not Resource calendars), with the Calendar nameclearly identifying the resource.

● All other calendars developed by a Contractor shall be established as Project Calendars, withthe 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 ofthe Contractor shall be assigned to Project Calendars.

● The Baseline Progress Schedule can not include a calendar that reflects any workers workingmore than 8 hours in any one calendar day or more than 5 days in any one week. (§102-10LABOR AND EMPLOYMENT) Following the contract award the Contractor can addadditional calendars in their next Monthly Progress Schedule submission based on anapproved overtime dispensation.

n) Clearly define significant interaction points between the Contractor, the Department, and otherentities including but not limited to: Federal, State and local agencies/authorities; and utilities. Allactivities of the Department, utility companies, adjacent contracts, and other entities that affectprogress 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 specialconsideration to sensitive areas such as road closures and parklands and shall indicate any timeframes when work is restricted in these sensitive areas as outlined in the permits issued by theregulatory agencies, and provided in the contract documents.

o) Activity Resources – It shall be the Contractor’s responsibility to assure the activity logic in theschedule properly reflects their resource limitations. An activity shall not involve multiple crewscomprised of the Contractor and a subcontractor, or multiple subcontractors.

The level of resource loading of the schedule shall dependant on the schedule Type.Type 2A. Monthly Progress Schedules - The Contractor will generally not be required to develop Labor resources, Equipment resources or Contract Pay Item resources in the Resource Dictionary, or assign them to schedule activities. Type 2B. Bi-Weekly Progress Schedules - The Contractor shall develop crew level Labor resources, along with Equipment resources in the Resource Dictionary, and assign them to schedule activities. Equipment resources for major or specialty equipment such as tower cranes, piledrivers, barges, asphalt pavers, concrete pavers, dozers, front end loaders, backhoes, rollers,

D264573 146A1

58/142

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

Page 18 of 30 8/15/2014

excavators, graders, long line striping truck or other equipment that cannot be rented easily shall be assigned to schedule activities. Type 2C. Weekly Progress Schedules - The Contractor shall develop Labor resources, Equipment resources and contract Pay Item resources in the Resource Dictionary. The Contractor shall define labor resources for the project that comprise the various labor classifications (i.e. – Tower Crane Operator, Operator, Labor Foreman, Laborer, Carpenter, Teamster, Dock Builder, Iron Worker, Painter…), and these resources shall be assigned to schedule activities. Equipment resources for major or specialty equipment such as tower cranes, piledrivers, barges, asphalt pavers, concrete pavers, dozers, front end loaders, backhoes, rollers, excavators, graders, long line striping truck or other equipment that cannot be rented easily shall be assigned to schedule activities. The Department shall provide a resource library of Global Pay Item resources for all standard pay items contained in the Standard Specifications, and the Contractor shall develop pay item resources for any pay items for Special Specifications in the contract. For each activity in the Progress Schedule the Contractor shall assign the appropriate pay item resources, and within the resource details enter the appropriate quantity for each pay item. The Baseline Progress Schedule at Award shall include resource loading for the first ninety (90) days of anticipated contract field (non administrative) work. The remaining activities will require pay item resource assignments as required under paragraph F.2.c. The resource allocations shall be shown to a level of detail that facilitates report generation based on labor classifications and equipment classes for the Contractor and subcontractors. The Contractor shall optimize and level labor to reflect a reasonable plan for accomplishing the work of the contract and to assure that resources are not duplicated in concurrent activities. The time-scaled resource histograms shall show labor classifications and equipment classes to be utilized on the contract.

p) Production Rates – The Contractor shall enter the quantity of the major item of work for each nonadministrative activity in the schedule into the field labeled “PR Quantity”, the Unit of Measure forthat major item in the field labeled “PR Unit”, the anticipated production rate of the equipment andlabor resources for that activity of work in the field labeled “Production Rate / Day”, and theassociated duration for that work in the field labeled “PR Duration”. These are all Activity level UDFfields, and can be found in the activity Layout named Contractor Production Rates.

q) Activity Codes – The Contractor shall include a well-defined activity coding structure that allowsproject 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 requiredby the Engineer to meet the needs of the specific contract work to facilitate the use and analysis of theschedule.

● No Global Activity Codes shall be incorporated in any progress schedule submission to theEngineer except those established by the Department.

● The Global activity codes established by the Department shall be used to the maximum extentpracticable. The Contractor shall assign the appropriate activity code values to each activityin the progress schedule for the following Global Activity Codes that are in the Department’senterprise database:

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

● Additional Activity Codes developed for specific projects shall be established as ProjectActivity Codes. As a minimum this shall include the following:

1) SUBCONTRACTOR

D264573 147A1

59/142

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

Page 19 of 30 8/15/2014

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

FIGURE 2

s) Activity Code Assignments - For each activity, within the activity details the Contractor shall assignActivity 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 toeach activity), the “Stage” of the contract for the work that will be performed, the “Area” where thework 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. Foractivities included in work added and/or changed within an Order-On-Contract, the appropriate

D264573 148A1

60/142

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

Page 20 of 30 8/15/2014

“Added/Changed Work” code shall be utilized. For all work activities performed by the Contractor or subcontractors/fabricators/suppliers, “Contactor” shall be designated as the Responsible Party

t) Interim Milestone Dates with Liquidated Damages and Special Time-Related ContractProvisions (i.e. – A+B Bidding, Incentive/Disincentive provisions, Lane Rental) – Each time-relatedcontract provision in the contract shall be represented in the progress schedule by having a start andfinish milestone, with appropriate predecessors and successors assigned to all schedule activitiesconsidered part of that time-related contract provision work including the start and finish milestoneactivities. In addition, the Start milestone for the time-related contract work shall have predecessorsand/or date constraints assigned that include those defined in the contract documents, and the Finishmilestone for the time-related contract work shall have successors and/or date constraints assignedthat include those defined in the contract documents. All schedule activities associated with eachspecific time-related contract provision shall be assigned to a separate node within the project WBSand the WBS node description shall be labeled accordingly, in addition these activities shall beassigned the appropriate Time-Related Clauses (DOT GLOBAL) activity code value. A Level OfEffort 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 SSrelationship and the Finish Milestone as a successor with a FF relationship and the duration of thisactivity shall be calculated when the project is scheduled.

u) List of Submittals – The Contractor shall submit with the Progress Schedule a list of all Submittals(i.e. - Shop Drawings, required permits, Erection/Demolition plans, Heath and Safety Plan, etc.)generated from the Baseline Progress Schedule for review and approval by the Engineer. TheContractor shall use a Filter to limit the schedule activities shown in the report to only theprepare/submit, and review/approve activities related to submittals. For construction contracts thatutilize Oracle-Primavera Contract Manager, Shop Drawing submittal activities in the ProgressSchedule shall be at the Submittal Package level. The report shall be in Adobe PDF format andtransmitted to the Engineer by email.

F.2. Weekly/Bi-Weekly/Monthly Progress Schedules. In addition to the detailed schedulerequirements for the submission of the Baseline Progress Schedule @ Award, the Contractor shallcomplete the following additional requirements for these regular Progress Schedule submissions: a) Activity Status -

i) Durations – the Original Duration shall not be changed without prior written justification by theContractor, and written approval by the EIC. The Contractor shall edit the Remaining Durationto reflect progress made on work activities, and shall not use Duration % . If a proposed changeto Original Duration is due to additional or changed work to the contract the Contractor shallinstead add an activity to reflect this additional work, and assign the appropriate Activity Code.The Contractor shall not use zero durations for Task Dependant activities.

ii) Started and Finished dates – for each activity where work was begun during the Weekly/Bi-weekly or Monthly reporting period, the Contractor shall check the box adjacent to Started andenter the date the work began. For each activity where work was completed during theWeekly/Bi-weekly or Monthly reporting period, the Contractor shall check the box adjacent toFinished and enter the date the work was completed.

iii) Suspended work – The first time that work has been suspended on a schedule activity, theContractor shall enter the Suspend and Resume fields within the Project Details under the Statustab. For any subsequent suspensions of work to that activity the Contractor shall break thatactivity into two or more activities to accurately reflect the suspension and resumption of workdates in the field, and to more accurately reflect the relationship to other work activities.

b) Calendars – To change a project calendar for activities scheduled in the future, the Contractor shallcopy the calendar and use a revised name that includes a reference to which Update the change wasincorporated (i.e. - D260000 - Concrete Calendar should be revised to D260000 – 2 - Concrete

D264573 149A1

61/142

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

Page 21 of 30 8/15/2014

Calendar to reflect the 2nd Monthly Update when the change was made to the calendar). The reason for the change in the calendar shall be documented in the Narrative.

c) Resources –Type 2C. Weekly Progress Schedules – For each of the first four Weekly Progress Schedulesubmissions the Contractor shall assign as a minimum an additional month of Labor, Equipment andPay Item resources for anticipated contract field work. For each subsequent month of the contract theContractor’s Progress Schedule submission shall include labor, equipment and pay item resources foran additional year of anticipated contract work until all activities in the schedule have resourcesdefined. Until such time that all activities are resource loaded, for any activity that resourcelimitations are affecting the prosecution of work, as determined by the Engineer, labor and equipmentresources shall be entered in the schedule by the Contractor. When the resource assignments arecomplete for all schedule activities, the Engineer will compare pay item quantities in the schedulewith pay item quantities in the Engineer’s estimate to determine if all contract work is represented inthe Contractor’s schedule.

d) Notebook Tab –i) Delays - For any activities on the critical path that are delayed during this monthly reporting

period, the Contractor shall enter the dates the activity was delayed and the reason for such delayin the Notebook tab of that activity.

ii) Activity Changes – For any changes to activity logic, calendar assignments, suspended work,added or revised lag periods or constraints the Contractor shall document the change and reasonin a Notebook Topic for that activity by assigning the appropriate “Progress Submission #Revision” and describing the changes.

e) Production Rates – For all non administrative that have shifted onto the critical path, or now haveless than 20 days of Total Float, the Contractor shall enter the Production Rate information requiredin paragraph F.1.p. For any activities where the work to be performed is similar in nature to workalready performed on the same project and that the Production Rate for the work to be performed isdifferent than the actual Production Rate for work already performed the Engineer may require theContractor to adjust the Duration for the work to be performed to reflect the more appropriateProduction Rate.

f) Deleted work – If work has been deleted the corresponding work activities in the schedule shall bedeleted. The Contractor shall not just zero the activity duration since the calendar assigned to thezero duration activity shall still affect the logic of future work activities.

g) The Project Scheduler can modify the project’s Data Date through the Schedule tool.h) The Contractor shall complete the following additional requirements based on the governing

schedule type for the specific construction contract.Type 2A. Monthly Progress Schedules

i) Data Date - the “Data Date” shall be the date the Project Scheduler last edits the schedule prior tosubmission to the Engineer (generally the last working day of the month).

ii) Submission frequency. The Contractor shall submit the schedule file and Narrative Report tothe Engineer monthly. The schedule submission to the Engineer shall be made within three (3)Work Days of the last day of the month, whether or not the Engineer has accepted the previousProgress Schedule submission.

Type 2B. Bi-Weekly Progress Schedules i) Data Date - the “Data Date” shall be the date the Project Scheduler last edits the schedule prior to

submission to the Engineer (generally the 1st working day of the month, and the 16th day of themonth).

ii) Submission frequency. The Contractor shall submit the schedule file and Narrative Report tothe Engineer bi-weekly. The schedule submission to the Engineer shall be made by COB on the2nd day of the month, and the 17th day of the month, whether or not the Engineer has accepted theprevious Progress Schedule submission.

Type 2C. Weekly Progress Schedules

D264573 150A1

62/142

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

Page 22 of 30 8/15/2014

i) Data Date - the “Data Date” shall be the date the Project Scheduler last edits the schedule prior tosubmission to the Engineer (generally the last working day of the week (Saturday).

ii) Submission frequency. The Contractor shall submit the schedule file and Narrative Report tothe Engineer weekly. The schedule submission to the Engineer shall be made by BOB onMonday of each week, whether or not the Engineer has accepted the previous Progress Schedulesubmission.

G. Detailed Narrative Requirements:G.1. For the Baseline Progress Schedule. The Contractor shall include a narrative in Microsoft

Word and/or Adobe Acrobat format that includes the following topics and attachments:a) Contract Identification. Include the contract D number, project name, project location, and name

of Prime Contractor.b) Key milestone dates. Include the actual contract Award Date, original and adjusted contract

Completion Date, Substantial Completion Date, and anticipated completion of all project work. Alsoinclude any contract Interim Milestone dates (I/D, B-Clock, LD, etc), and scheduled Start and Finishdates for those Milestone activities.

c) General approach. Describe the Contractor’s general approach to construct the Work outlined in thebaseline schedule. Address the reasons for the sequencing of work and describe any resourcelimitations, potential conflicts, and other salient items that may affect the schedule and how they maybe resolved.

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

e) Logic Justifications. The justification(s) for each activity with a duration exceeding 15 workingdays. The justification(s) for Contractor imposed activity constraints proposed in the schedule.The reason for any lags assigned to any activities.

f) Calendars. Include a list of calendars which have been incorporated in the schedule, and for eachcalendar the general reason for it’s use in the schedule.

g) Critical Path issues. A brief discussion of the critical path shown in Appendix 2, highlighting anypotential challenges that are foreseen associated with the critical path work.

h) Coordination issues. Outline any anticipated coordination issues related to work activities by otherentities that require additional information from, or action by, the Engineer.

i) APPENDIX 1 – Scheduling/Leveling Report. This appendix in Adobe Acrobat PDF file format,formatted to fit standard ANSI Size A (Letter) size paper (8.5 inch x 12 inch) (215 mm x 279 mm)paper, printed with portrait orientation, shall be included with the narrative as a separate file.A complete Scheduling/Leveling Report (SCHEDLOG.TXT file generated by the Department’sOracle-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 shallinclude, # of Activities, # of Activities Not Started, # of Activities In Progress, # of ActivitiesCompleted, # of Activity Relationships, and # of Activities with Constraints. Total number ofactivities on the critical path, percent complete, activities without predecessors, activities withoutsuccessors, and activities out of sequence.

j) APPENDIX 2 – Progress Schedule plot. This appendix in Adobe Acrobat PDF file format,formatted to fit ANSI Size B (Ledger) paper (11 inch x 17 inch) (279 mm x 431 mm) paper, printedwith Landscape orientation, shall be included with the narrative as a separate file.Appendix 2 to the narrative shall be an electronic schedule plot (Adobe Acrobat format) using theGlobal Layout named “Baseline Schedule submission”, with activities sorted by Start Date inascending order, Grouping of activities by WBS, and only the “Longest Path” filter applied. This plotshall provide a clear critical path from the Data Date to the last activity in the schedule.

D264573 151A1

63/142

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

Page 23 of 30 8/15/2014

Graphical representations shall be shown at a suitable scale to be legible and readable.

G.2. For the Weekly/Bi-Weekly/Monthly Progress Schedule. For each Progress Schedulesubmission, the Contractor shall submit a revised narrative in Microsoft Word or Adobe Acrobat formatthat includes (but is not limited to) the information from paragraph G.1, and the following additional topics: k) Project Progress. Discuss the progress that was made during the current reporting period, and

document any Total Float gained or recovered during the period. For major work items describe thedifferences between the actual work performed and the work planned for the period as represented inthe preceding Progress Schedule submission, including explanations for the deviations.

l) Suspended Work. For all suspended work activities that could otherwise logically be progressed,identify the responsible party prohibiting the progression of the work, as well as the detailed reasonswhy.

m) Project Delays. Discuss any delays experienced during the current reporting period. Quantify anyrelative change in Total Float for the project since the last Progress Schedule submission. For eachactivity on the critical path (include Activity ID’s and Activity Descriptions) where work was delayedduring the reporting period, provide the following detailed information including:

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

take the action(s).The Contractor is reminded of the requirements of Notice & Recordkeeping as found in §104-06 of the contract specifications and as they relate to Disputed Work. The Contractor shall include a copy of any notice provided to the Engineer for any time-related delay dispute as part of their narrative.

n) Project Issues. List any other problems experienced during this Progress Schedule submissionperiod, the party responsible for the problems, and the Contractor’s intentions to resolve the issue(s).

o) Schedule changes.i) List of all added or deleted activities included in this Progress Schedule submission, and the

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

impact(s) of such changes.iii) List all changes in relationships between activities included in this Progress Schedule

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

impact(s) of such changes.v) List all changes to the project calendars, and the reason(s) for and the impact(s) of such

changes.p) List all activities for procurement of long lead time materials that are behind schedule and the

reason(s) why.q) Description of any changes to the critical path since the last Progress Schedule submission and the

impacts of such changes.r) The major work elements, as defined in the WBS, to be accomplished during the next monthly work

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

solutions to such problems. Identify potential problems or risks that either the Department orContractor 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 avoidthe problem.

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

D264573 152A1

64/142

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

Page 24 of 30 8/15/2014

u) The following appendix in Adobe Acrobat PDF file format, formatted to fit ANSI Size E paper (34inch x 44 inch) (863 mm x 1117 mm) paper, printed with Landscape orientation, shall be includedwith the narrative as a separate file.

● APPENDIX 3 – A listing of all work activities as of the data date, using the NYSDOT Appendix 1activity layout, sorted by Finish date, Total Float in increasing order, showing the Activity ID,Activity Name, Original Duration, Remaining Duration, Actual Duration, Total Float, Early Startdate, Start date, Finish date, Late Finish date, and Calendar ID. The grouping of activities shall beby WBS. The Gantt Chart shall clearly indicate all activities in the schedule. Graphicalrepresentations shall be shown at a suitable scale to be legible and readable.

● APPENDIX 4 – A listing of work activities filtered by NoteBook Topics assigned as of the datadate, sorted by Finish date and Total Float in increasing order, showing the Activity ID, ActivityName, and Notebook Topic. The grouping of activities shall be by WBS.

H. Schedule Submission Methodology. Progress Schedule submissions will only be consideredcomplete when all documents and data have been provided to the Engineer.H.1. When preparing a formal submission of the progress schedule, the Contractor shall make a copy of the

current Progress Schedule and name it according to the file naming convention provided by the Department in Table 3.

H.2. File Naming Convention. The schedule filename shall conform to the requirements of Table 3.

Type 2A. Monthly Progress Schedules TABLE 3A – Schedule Filename convention

Progress Schedules 1st Version 2nd Version 3rd Version Draft Baseline Progress Schedule D26####-1DB D26####-2DB D26####-3DB Baseline Progress Schedule @ Award D26####-1BPS D26####-2BPS D26####-3BPS Final Baseline Progress Schedule @ Award D26####-1FB D26####-2FB D26####-3FB Monthly Progress Schedule Submission #1 D26####-1SU01 D26####-2SU01 D26####-3SU01 Monthly Progress Schedule Submission #2 D26####-1SU02 D26####-2SU02 D26####-3SU02 Monthly Progress Schedule Submission #3 D26####-1SU03 D26####-2SU03 D26####-3SU03 Monthly Progress Schedule Submission #4 D26####-1SU04 D26####-2SU04 D26####-3SU04 As-Built Progress Schedule (Last Progress Schedule) D26####-1AB D26####-2AB D26####-3AB 1st Time Impact Analysis D26####-1TIA1 D26####-2TIA1 D26####-3TIA1 1st Recovery Schedule D26####-1RS1 D26####-2RS1 D26####-3RS1

Type 2B. Bi-Weekly Progress Schedules TABLE 3B – Schedule Filename convention

Progress Schedules 1st Version 2nd Version 3rd Version Draft Baseline Progress Schedule D26####-1DB D26####-2DB D26####-3DB Baseline Progress Schedule @ Award D26####-1BPS D26####-2BPS D26####-3BPS Final Baseline Progress Schedule @ Award D26####-1FB D26####-2FB D26####-3FB Month 1Bi-Weekly Progress Schedule Submission #1A D26####-1SU1A D26####-2SU1A D26####-3SU1A Month 1Bi-Weekly Progress Schedule Submission #1B D26####-1SU1B D26####-2SU1B D26####-3SU1B Month 2Bi-Weekly Progress Schedule Submission #2A D26####-1SU2A D26####-2SU2A D26####-3SU2A Month 2Bi-Weekly Progress Schedule Submission #2B D26####-1SU2B D26####-2SU2B D26####-3SU2B As-Built Progress Schedule (Last Progress Schedule) D26####-1AB D26####-2AB D26####-3AB

D264573 153A1

65/142

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

Page 25 of 30 8/15/2014

1st Time Impact Analysis D26####-1TIA1 D26####-2TIA1 D26####-3TIA1 1st Recovery Schedule D26####-1RS1 D26####-2RS1 D26####-3RS1

Type 2C. Weekly Progress Schedules TABLE 3C – Schedule Filename convention

Progress Schedules 1st Version 2nd Version 3rd Version Draft Baseline Progress Schedule D26####-1DB D26####-2DB D26####-3DB Baseline Progress Schedule @ Award D26####-1BPS D26####-2BPS D26####-3BPS Final Baseline Progress Schedule @ Award D26####-1FB D26####-2FB D26####-3FB Month 1Weekly Progress Schedule Submission #1A D26####-1SU1A D26####-2SU1A D26####-3SU1A Month 1Weekly Progress Schedule Submission #1B D26####-1SU1B D26####-2SU1B D26####-3SU1B Month 1Weekly Progress Schedule Submission #1C D26####-1SU1C D26####-2SU1C D26####-3SU1C Month 1Weekly Progress Schedule Submission #1D D26####-1SU1D D26####-2SU1D D26####-3SU1D Month 2Weekly Progress Schedule Submission #2A D26####-1SU2A D26####-2SU2A D26####-3SU2A Month 2Weekly Progress Schedule Submission #2B D26####-1SU2B D26####-2SU2B D26####-3SU2B Month 2Weekly Progress Schedule Submission #2C D26####-1SU2C D26####-2SU2C D26####-3SU2C Month 2Weekly Progress Schedule Submission #2D D26####-1SU2D D26####-2SU2D D26####-3SU2D As-Built Progress Schedule (Last Progress Schedule) D26####-1AB D26####-2AB D26####-3AB 1st Time Impact Analysis D26####-1TIA1 D26####-2TIA1 D26####-3TIA1 1st Recovery Schedule D26####-1RS1 D26####-2RS1 D26####-3RS1

The Project Scheduler can change the Project ID and Name through the WBS at the top node, as they do not have privileges to edit data through the Project Details tab.

H.3.Schedule the project. Immediately prior to submitting the schedule the Project Scheduler shall“Schedule” the project using the Scheduling Options shown below and in Figure 3, unless approval tovary from these settings is given by the Engineer. The Project Scheduler shall use the same Scheduling Options for all Progress Schedule submittals for the duration of the contract.

FIGURE 3

D264573 154A1

66/142

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

Page 26 of 30 8/15/2014

When entering the Data Date, the Contractor shall use the Date they last modified the schedule and the time entered shall be the end of the work day (generally 5pm) indicated on the project’s default calendar.

H.4. Schedule Submission Delivery. The Contractor shall submit the schedule to the Engineerelectronically for review and acceptance. The Contractor’s submission shall be documented by an E-mailto 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, theProgress Schedule’s ProjectID, and construction company name. (i.e. – Region 8, D260000,Rehabilitation of Main Street viaduct, D260000-01SU2, ABC Contractors)

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

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

I. Progress Schedule Review and Analysis:I.1. Immediate Rejection of Progress Schedule Submissions. The following deficiencies in a

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

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

generated by the Department’s Oracle-Primavera software application).c) Any activities without predecessors, or activities without successors, appearing in the

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

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

schedule, using the Longest Path method. This would reflect logic errors in the project schedule.h) Failure to attach the schedule Narrative and required appendices.i) Repeated failure to correct “Out-Of-Sequence” activities.

If any of these deficiencies are found, the Contractor’s submission shall be considered deficient,and Engineer will notify the Contractor immediately by return E-mail of the rejection of the schedule submittal.

I.2. Schedule Analysis Method.Events, actions, and progress that cause delays or gains to the Progress Schedule will be analyzed solely by the "Contemporaneous Period Analysis" method.

I.3. Department Review and Acceptance of Progress Schedules.The Engineer will review the Monthly Progress Schedule submissions and will prepare a written response (Progress Schedule Review Report) to the Contractor’s submission within five (5) Work Days following receipt of the Contractor’s complete schedule submission. The Engineer will either “accept” the schedule, “accept as noted”, or “reject” the schedule for re-submittal by the Contractor.

If the Progress Schedule submission is not in compliance with contract requirements, the Engineer may reject the submittal and shall forward any comments and requests for schedule revisions to the Project Scheduler by email, with a copy to the Contractor and to [email protected]. The Project Scheduler shall address all comments in writing and/or make the requested revisions, and resubmit the revised schedule within three (3) State Business days of the Engineer’s reply. If the

D264573 155A1

67/142

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

Page 27 of 30 8/15/2014

Engineer determines the revised submission still does not meet the contract requirements, any further revisions required thereafter shall also be submitted for acceptance within (3) Work Days of the request for revisions by the Engineer.

For schedules that are “accepted as noted” the Engineer shall forward any comments, or requests for revisions, to the Contractor by email, with a copy to the [email protected]. The Project Scheduler shall address all comments in writing and/or make the requested revisions as part of the next scheduled Progress Schedule submission.

The Project Scheduler shall make adjustments to the Progress Schedule in accordance with the Engineer’s comments and resubmit copies for review consistent with the requirements of this section.

The Engineer, by accepting the progress Schedule, does not agree that the Progress Schedule is reasonable or that by following the Progress Schedule the Contractor can complete the work in a timely manner. If, after a Progress Schedule has been accepted by the Engineer, either the Contractor or the Engineer discover that any aspect of the Schedule is on error, or something significant has been omitted, the Contractor shall correct the Progress Schedule in the next Progress Schedule submission and describe this revision in the Narrative report.

Acceptance of progress schedules by the Engineer shall not be construed to imply approval of any particular construction methods or sequence of construction or to relieve the Contractor from its responsibility to provide sufficient materials, equipment and labor to guarantee the completion of the contract in accordance with the contract documents.

Acceptance of the progress schedule by the Engineer does not attest to the validity of assumptions, activities, relationships, sequences, resource allocations, or any other aspect of the progress schedule. Within the contractual constraints, the Contractor is solely responsible for the planning and execution of the work.

Acceptance of the progress schedule by the Engineer shall not be construed to modify or amend the contract agreement or the date of completion therein. Completion dates can only be modified or amended by standard contractual means, through an official HC-250b Request For Extension of Completion Date.

If any resources are included in the Progress Schedule, it is not intended that the Engineer, by accepting the schedule should use the Contractor’s resource data for anything other than determining the reasonableness of achieving the Contractor’s production rates. Resources included with the accepted CPM schedule shall not be misconstrued as a cost benchmark for the performance of planned or actual work.

Once the progress schedule has been accepted, the Contractor shall not deviate from it without first notifying the Engineer in writing.

Upon receipt from the Contractor of the corrected schedule, a new review period by the Engineer of five (5) Work Days will begin.

J. Changes to Progress Schedule due to Added/Deleted/Changed Work:J.1. Changes to the contract. In the event a notice of a change to the contract is received, the appropriate

changes to the progress schedule shall be made, as necessary, to incorporate the anticipatedadded/deleted/changed work and the Contractor shall notify the Engineer in writing within 10 (ten) calendar days if there is any effect of such change to the schedule. Change to the contract includes, but is not limited to, Extra Work, Change Orders, Suspensions of Work Directed by the Engineer, Changed Condition, and Value Engineering Change Proposals. Added, deleted and/or extra work associated with Change Orders shall be reflected in the next Monthly Progress Schedule Submission in anticipation of and prior to the date in which the work physically takes place without regard to the dates when the actual Change Order was approved. The effect of the change to the contract on the projects Critical Path shall be stated. Extra work or additional work that does not affect the controlling operation on the critical path will not be considered as the basis for a time extension. All schedule activities effected by added, deleted or changed work that is included in a signed Order-On-Contract, Field Change Order, or Authorization of Extra Work (with the exception of minor quantity changes that do not impact contract milestones), or work activities performed by the Contractor at risk in anticipation of such Department approval, shall be

D264573 156A1

68/142

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

Page 28 of 30 8/15/2014

assigned the appropriate Activity Code (Added/Changed Work) and Code Value (sequentially numbered) to denote which “Changed Contract Work” order number correlates to those activities of work.

J.2. Time Impact Analysis.For each request of an adjustment of contract time due to an anticipated change to future work in theProgress Schedule, when the Contractor or Engineer consider that an anticipated or approved change to the contract may impact the critical path and contract progress by more than a calendar month, the Contractor shall submit a Time Impact Analysis (TIA). The TIA shall be submitted as part of any Order on Contract (Change Order) and/or VECP if the critical path changes by more than a calendar month. The TIA shall be based on a revised Progress Schedule and shall be submitted as an electronic file (using Microsoft Word for the narrative) containing: a) The TIA shall illustrate the impacts of each change or delay on the current scheduled completion date

or internal milestone, as appropriate.b) The analysis shall use the accepted Monthly Progress Schedule that has a data date closest to and

prior to the event as the “Current Baseline”, this shall then be compared against the “What-if ProjectPlan Baseline” for the purpose of the TIA.

c) If the Engineer determines that the accepted schedule used does not appropriately represent theconditions prior to the event, the accepted schedule shall be updated to the day before the event beinganalyzed.

d) The TIA shall include an impacted schedule (“What-if Project Plan Baseline”) developed fromincorporating the actual or anticipated event into the accepted schedule by adding or deletingactivities, or by changing durations or logic of existing activities.

e) If the impact schedule shows that incorporating the event negatively modifies the critical path andscheduled 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 theproposed adjustment of contract time.

f) The Engineer may construct and utilize an appropriate project schedule or use another recognizedmethod 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 writtenrequest for a TIA from the Engineer.

h) The Contractor shall allow the Engineer ten (10) Work Days after receipt to accept or reject thesubmitted TIA. All accepted TIA schedule changes shall be included in the next Monthly ProgressSchedule submission.

i) If a TIA submitted by the Contractor is rejected by the Engineer, the Contractor shall meet with theEngineer to discuss and resolve issues related to the TIA. If agreement is not reached, the Contractorwill give notice in conformance with §104-06 Notice & Recordkeeping, and submit in accordancewithin 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, insubsequent 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 TimeImpact Analysis.

K. Failure to Submit Progress Schedules and/or Recovery Schedules:K.1.No progress payment for this item of work shall be made until the progress schedule is “accepted” or

“accepted as noted” by the Engineer. K.2.If the Contractor’s Progress Schedule submission is rejected due to any deficiency noted in paragraph

I.1(a) through (i), it shall be considered an incomplete submission and therefore substantially deficient.K.3.If the Contractor’s revised Progress Schedule submission does not address the written comments

provided by the Engineer, and does not include a written explanation with a reasonable rational for not addressing those comments, the submission shall be considered deficient.

K.4. If the Contractor fails to submit a CPM Progress Schedule conforming to the provisions required underthis specification, to the degree that such failure is deemed by the Regional Construction Engineer to

D264573 157A1

69/142

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

Page 29 of 30 8/15/2014

adversely affect the management of the project and/or the administration of the construction contract, liquidated damages will be assessed as determined under Basis of Payment.

L. Recovery ScheduleL.1 If the latest completion time for any work on the current Progress Schedule results in an activity being

delayed ten percent or more of the time beyond the required Contract duration or any specified Milestone duration, as adjusted if appropriate, the Engineer may require the Contractor to submit a Recovery Schedule and written description of the plan to recover all lost time and maintain the required Completion Date or specified Interim Milestone Date(s).

L.2. With the Recovery Schedule the Contractor shall submit a narrative that identifies where additional laborand/or equipment resources will be allocated. Alternately, the Contractor may elect to provide the makeup of their Crew resources in the narrative, and assign those Crew resources to the appropriate activities in the Progress Schedule. The makeup of the Crew shall include the various Labor classes and equipment that comprise the Crew along with the quantity of each labor class and type of equipment. Equipment resources shall be shown for major or specialty equipment such as tower cranes, piledrivers, barges, asphalt pavers, concrete pavers, dozers, front end loaders, backhoes, rollers, excavators, graders, long line striping truck or other equipment that cannot be rented easily. Either of these alternatives may be supplemented with a request for a Contract Time Extension. The Contractor shall provide a reasonable plan for accomplishing the work of the contract within the current completion date, or to the requested contract extension date. The Engineer will use the Recovery Schedule to evaluate time extensions, with or without charges.

M. Submission of progress schedules with projected Early Completion date(s):The Contractor may indicate a projected early completion date on any progress schedule submission. Ifthe Contractor desires reimbursement for delay damages caused by the Department in accordance with§109-05D Time Related Dispute Compensation, related to an early completion date, the Contractor shall berequired to gain approval of a change to the contract completion date via a VECP in accordance with §104-10 Value Engineering Change Proposals of the Standard Specifications.If the VECP is approved by the Department, and the contract completion date is revised to the EarlyCompletion date via Change Order, then Standard Specification §108-03 will be superseded by thefollowing:

“If the Contractor fails to complete all contract work by the revised contract completion date, the Department may assess Engineering Charges but not Liquidated Damages for each calendar day that work on the project remains incomplete due to Contractor responsible delays, for the period of time after the revised contract completion date to the original contract completion date. The Department may further assess both Engineering Charges and Liquidated Damages, for each calendar day that work on the project remains incomplete due to Contractor responsible delays, for the period of time after the original contract completion date.”

Furthermore, the Contractor waives its rights to compensation under §109-05D Time Related Dispute Compensation of the Standard Specifications for the period of time between the revised early contract completion date and the original contract completion date, regardless of the cause(s) for delay, by any party, if the Contractor has not submitted and received Department approval for a VECP Early Completion date change.

N. FloatDuring the course of contract execution, Total Float generated due to the efficiencies of either party (Stateor Contractor) will be considered project Float that is not for the sole use of the party generating the float;rather it is a shared commodity to be reasonably used by either party. Any party assigned activityresponsibility within the schedule has the full use of the project Float until it is depleted.

METHOD OF MEASUREMENT:

D264573 158A1

70/142

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

Page 30 of 30 8/15/2014

The quantity shall be measured for payment on a Lump Sum basis. The minimum lump sum bid for this item shall be the unit price shown in the itemized proposal. Failure of the Contractor to bid at least the minimum amount will result in the Department adjusting the Contractor’s bid to include the minimum bid amount for this item.

BASIS OF PAYMENT: The lump sum price bid for CPM Progress Schedules shall include all labor, material, and equipment necessary to satisfactorily complete the work.

Progress payments will be made at 25 percent of the lump sum price bid upon acceptance of the Final Baseline Progress Schedule @ Award and the List of Submittals. 70 percent will be paid in subsequent contract payments, in proportion to the number of months remaining in the original contract duration, less any non-payment for substantial deficiencies. The remaining 5 percent will be paid upon acceptance of the As-Built Progress Schedule.

A. Non-Payment. No payment will be made for any Progress Schedule submitted more than twenty-onecalendar days late. For each calendar day during which there are substantial deficiencies with the ProgressSchedule no payment will be made. The amount of such non-payment will be 1/30th of the Monthly PaymentAmount multiplied by the number of days there are substantial deficiencies.

B. Liquidated Damages. Liquidated damages will be assessed for each subsequent calendar day or partthereof that a cited deficiency resulting in non-payment is not corrected or is permitted to recur. Liquidateddamages will be assessed at the rate equal to 1/10th of the Monthly Payment Amount.

If an extension of time without the assessment of engineering charges and/or liquidated damages is approved, additional payment for CPM Progress Schedules will be made for each month the contract is extended.

If an extension of time with the assessment of engineering charges and/or liquidated damages is approved, no additional payment will be made for CPM Progress Schedules.

Payment will be made under: Item No. Item Pay Unit 639.21010011 CPM (Critical Path Method) Progress Schedule – Type 2A LS 639.22010011 CPM (Critical Path Method) Progress Schedule – Type 2B LS 639.23010011 CPM (Critical Path Method) Progress Schedule – Type 2C LS

D264573 159A1

71/142

ITEM 645.4501NN24 – NEW YORK STATE TRADITIONAL HISTORIC MARKER -

STANDARD

ITEM 645.4502NN24 – NEW YORK STATE TRADITIONAL HISTORIC MARKER– AS

- SPECIFIED

Page 1 of 6 USC L 05/07/2015

DESCRIPTION:

This work shall consist of furnishing and installing a standard and/or as-specified New York

State traditional historic marker in accordance with the contract documents and as directed by the

Engineer.

A. A NYS traditional historic marker (standard) includes the following components:

historic marker panel (standard size approx. 3’ wide, 2’ tall and ½” thick) with:

o raised border,

o logo (standard logo styles only; logo is optional),

o one line of title text (15 – 2¼” characters),

o five lines of body text (27 – 13/8” characters per line),

o one or two lines of credit text (sign style #1 & #3 30 characters, sign style #2 2

lines @ 15 characters each), and

o the historic marker panel comes in four standard styles,

mounting pole,

concrete footing, and

socket screws.

B. Non-standard NYS traditional historic markers features, including photographic images,

materials and construction details, will be described in a special note, titled “New York

State Traditional Historic Marker – As - Specified” found in the contract documents.

MATERIALS:

Unless otherwise specified, materials for traditional historic markers shall conform to the

requirements of the following sections of the standard specifications,

Portland Cement Concrete – General 501-2

Painting Galvanized and Aluminum Surfaces 657-2

Aluminum Castings 715-03

Galvanized Coatings and Repair Methods 719-01

With the following exceptions:

For §715-03, add the following to Table 715-03 – Aluminum Castings:

Commercial

Specification Alloy &

Temper

ASTM Alloy &

Temper

ASTM Specification Product

AA 319.1 SC 64D B179 Sand Castings

In addition, the requirements under Heat Treatment do not apply.

The following ASTM specifications shall apply:

D264573 160A1

72/142

ITEM 645.4501NN24 – NEW YORK STATE TRADITIONAL HISTORIC MARKER -

STANDARD

ITEM 645.4502NN24 – NEW YORK STATE TRADITIONAL HISTORIC MARKER– AS

- SPECIFIED

Page 2 of 6 USC L 05/07/2015

Standard Specification for Aluminum Alloys B179

in Ingot and Molten Forms for Castings from

All Casting Processes

Standard Specification for Pipe, Steel, Black A53/A53M

and Hot-Dipped, Zinc Coated, Welded and Seamless

The following ANSI specifications shall also apply:

Alloy and Temper Designation Systems for ANSI H35.1

Aluminum

Socket Cap, Shoulder, Set Screws and Hex Keys ANSI B18.3

(inch series)

Fabrication of all NYS traditional historic marker components shall be done in a manner that

creates punched or drilled holes with smooth and true edges that are free from burrs or ragged

breaks.

Footings - Footings shall be Class A concrete.

Posts - Post shall be:

four feet (4’) longer than the embedment depth (embedment depth is variable – refer to

the contract documents for additional information),

2 ½” NPS inside diameter (ID),

schedule 40 galvanized steel pipe,

as per ASTM A53, Grade B, Type E (ASME SA-53-98), and

galvanized according to §719-01 Galvanized Coatings and Repair Methods, Type 1.

Unless specified otherwise, the posts shall NOT be painted. If painting is specified, color-coated

posts shall have a galvanized coating (per §719-01, Type I) followed by a zinc-phosphate

pretreatment and a minimum 3 mil dry thickness color powder coating. No field application is

allowed.

Historic Marker Panels - A historic marker panels shall be:

cast of commercial aluminum alloy AA- 319.1 (per ASTM B179).

two feet (2’) tall by three feet (3’) wide by ½” thick,

style as specified in the contract documents. (see figure 1 below for standard styles).

a minimum thickness of one half inch (½”) with a smoothly finished outside border of not

less than one inch (1”) thickness, with a one quarter inch (¼”) relief on the front and back

side.

finished with a sand blasted texture (not including raised portions of the panel).

with letters and a logo that are:

D264573 161A1

73/142

ITEM 645.4501NN24 – NEW YORK STATE TRADITIONAL HISTORIC MARKER -

STANDARD

ITEM 645.4502NN24 – NEW YORK STATE TRADITIONAL HISTORIC MARKER– AS

- SPECIFIED

Page 3 of 6 USC L 05/07/2015

o cast integrally with the historic marker panel,

o 1/8” in relief above the background,

o machined to a horizontal plane after casting, and

o the following height and style of letter type, unless otherwise indicated in the contract

documents,

Text Location Size Style

Title Line Characters 2¼” Flat Faced Gothic

Body Line Characters 13/8” Flat Faced Gothic

Credit Lines ¾” Flat Faced Gothic

All blow holes or other imperfections shall be removed or permanently filled in a manner so they

are not visible to the naked eye in the finished panel.

The historic marker panels shall be painted according to §657 – Painting Galvanized and

Aluminum Surfaces. No field painting shall be allowed, unless otherwise specified.

The historic marker panel shall have a gloss finish. The historic marker panel colors shall be

equal to the following standard reference colors:

Standard Reference Color Panel

Background

Panel Raised Letters, Logos

and Border

*Munsell Book of Colors 10B 3/6 5Y 8/14

Federal Standard Colors (595B –

12/89) 15065 13591

*The Munsell reference colors are preferred.

Socket Screws – Two (2) socket screws shall be furnished that conform to the following

specifications:

Type: Standard socket set screw

Class: Class 3A

Rockwell Hardness: B85-B95

Meets: ANSI B18.3

Material: 18-8 stainless steel

Finish: Plain Finish

Thread Size: ½ - 13

Overall Length: 5/8”

Point Type: Cup

Point Material: Stainless steel (18-8)

Point Diameter: 0.207 to 0.291 inch

Drive Type: Hex socket

Drive Size: ¼”

D264573 162A1

74/142

ITEM 645.4501NN24 – NEW YORK STATE TRADITIONAL HISTORIC MARKER -

STANDARD

ITEM 645.4502NN24 – NEW YORK STATE TRADITIONAL HISTORIC MARKER– AS

- SPECIFIED

Page 4 of 6 USC L 05/07/2015

AS-SPECIFIED NEW YORK STATE TRADITIONAL HISTORIC MARKER PANELS

Materials used for as-specified traditional historic marker panels that are not listed above shall be

specified in the special note titled “New York State Traditional Historic Marker – As -

Specified”. This includes the use of cast iron for the marker panels.

When cast iron is specified for the historic marker panel, the panel shall be cleaned to a SSPC-SP

10/NACE No. 2 (Near-White Blast Cleaning) standard and painted according to §657 prior to

iron flash rusts (rust back).

As-specified marker panels with photographic image - Marker panels with photographic images

shall be composed of a photo-sensitized, fully anodized 0.02 inch aluminum plate that will

accept a continuous tone image as well as a solid black line image. A full-size negative, from

which copies can be reproduced, shall also be made available. The plate shall have a smooth

matte finish and shall be either pewter or bronze in color. This metal plate shall be laminated to

a 3/8” aluminum plate and bordered by a fully anodized aluminum frame that is finished in either

black or natural aluminum color.

Inspection and Certification - All materials used in the historic markers, including panel, posts,

supports and foundations, shall be subject to the above-referenced ASTM/ANSI material quality

certifications. Presentation of material quality certification will be the basis for material

acceptance at the job site.

Submittals:

The Contractor shall supply a full size proof of the marker panel for approval prior to fabrication.

D264573 163A1

75/142

ITEM 645.4501NN24 – NEW YORK STATE TRADITIONAL HISTORIC MARKER -

STANDARD

ITEM 645.4502NN24 – NEW YORK STATE TRADITIONAL HISTORIC MARKER– AS

- SPECIFIED

Page 5 of 6 USC L 05/07/2015

CONSTRUCTION DETAILS:

Erection - The marker shall be erected so that the sign face is oriented as indicated in the contract

documents and mounted vertically, unless otherwise specified. The traditional historic marker

panel with integral mounting bracket shall be installed with the stainless steel socket screws on a

free-standing galvanized steel post at a four foot (4’) height, unless otherwise specified.

Footing - The footing shall be a minimum of four feet (4’) deep and eighteen inches (18”) in

diameter. The post shall be direct buried in the concrete footing the entire depth of the footing.

METHOD OF MEASUREMENT:

This work will be measured as each New York State traditional historic marker, satisfactorily

furnished and installed.

BASIS OF PAYMENT:

The unit price bid for each New York State traditional historic marker shall include the cost of

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

NN denotes a serialized pay item for each New York State traditional historic marker (either

standard or as-specified) installed.

Figure 1. Standard traditional historic marker styles.

D264573 164A1

76/142

ITEM 645.4501NN24 – NEW YORK STATE TRADITIONAL HISTORIC MARKER -

STANDARD

ITEM 645.4502NN24 – NEW YORK STATE TRADITIONAL HISTORIC MARKER– AS

- SPECIFIED

Page 6 of 6 USC L 05/07/2015

Figure 2. Standard traditional historic marker detail.

D264573 165A1

77/142

ITEM 661.0100NN08 - REESTABLISHING ELECTRICAL SERVICE TO CUSTOMERS

10/24/02USC 1/19/11

1 of 2

DESCRIPTION:

This work shall consist of reestablishing customer electrical service in kind and/or as required in accordance with the contract documents and as directed by the Engineer.

MATERIALS:

All electrical materials such as wiring, connections, etc. necessary to complete the work under this item shall meet the current requirements of the national electric safety code and the local requirements of the municipality, and underwriters approval where necessary, as well as the local power company requirements. All work shall be done by a Certified, New York State Licensed Electrician.

CONSTRUCTION DETAILS:

The contractor shall reestablish the electrical service, underground and/or in structures/buildings, as detailed in the contract documents and as directed by the engineer.

Where excavation is necessary, the appropriate construction details specified for "Excavation & Embankment" in Subsection 203-3.01 through and including Subsections 203-3.12 & 203-3.15 and the requirements of "Legal Relations and Responsibility to Public" in Subsection 107 shall apply.

If required, direct buried cable shall be placed on a bed of sand 6 inches deep and covered with 12 inches of sand. Additional backfill shall be suitable material A.O.B.E.

The contractor shall be responsible at all times for carrying out all excavation and backfill operations in a safe and prudent manner so that workmen, the public, and adjacent public and private property will be protected from unreasonable hazard. All applicable local, State and/or Federal requirements shall be observed and necessary permits acquired by the contractor.

When excavation is required for the installation of direct buried cable, the contractor shall notify the Engineer upon completion of the excavation. No conduit or cable shall be placed in the excavation until the Engineer and/or the utility involved has approved the depth and cross section.

When the contractor in placing direct buried cable or utilities, excavates into lawns, parking areas, sidewalks, etc., the area will be restored to its original condition and/or as ordered by the Engineer.

The provisions of Subsections 203-3.06 and/or 203-3.07 shall apply to all materials excavated and disposed of under this section which is not used as backfill.

All cable installation work, under ground and within any structure(s), shall be done in accordance in all local codes and the latest requirements of the National Electric Code Handbook, to the satisfaction of the Engineer.

Before work commences in reestablishing the service, the contractor shall consult with the customer regarding

D264573 166A1

78/142

ITEM 661.0100NN08 - REESTABLISHING ELECTRICAL SERVICE TO CUSTOMERS

10/24/02

USC 1/19/11 2 of 2

the time of reconnection to minimize the down time, and inconvenience to the customer. All electrical installation shall be performed by qualified workmen and in accordance with the applicable codes and rules. All work shall be inspected by the local inspector and/or by the utility involved, if required. METHOD OF MEASUREMENT: Reestablishing electrical service to customers will be measured for payment on a lump sum basis for work satisfactorily completed in accordance with the contract documents and as directed by the Engineer. BASIS OF PAYMENT: The lump sum price bid shall cover all labor, tools, equipment, materials, etc., involving all excavation, backfill and to replace any pavement, sidewalks, curbs, lawns, and other top surfaces as required to complete the work.

D264573 167A1

79/142

ITEM 662.6000nn08 – FURNISHING ELECTRICAL SERVICE

12/16/08 U.S. Customary 7/2/2012

Page 1

DESCRIPTION

Under this item, the Contractor shall pay the Utility, as invoiced by the individual Utility, the amount shown on the invoice in payment for work performed and material installed by the Utility, as specified in the Contract Documents or as ordered by the Engineer to provide electrical service at the location indicated in the Contract documents.

MATERIALS

All materials will be furnished by the Utility.

CONSTRUCTION DETAILS

The Contractor shall notify the Utility when the contract site is ready for the Utility work, shall insure that the site is readily and safely accessible to the Utility's workers and equipment, and shall conduct his operations in such a manner as to allow the Utility's forces to perform their work efficiently.

All labor and equipment necessary to accomplish the work shall be furnished, installed and supervised by the Utility except that if there is a survey and stakeout item in the Contract, the Contractor shall perform any stakeout of the location to which electrical service is to be supplied before the Utility starts work.

METHOD OF MEASUREMENT

The pay item will be measured on a fixed price Dollar Cents pay unit basis.

BASIS OF PAYMENT

The pay item is a 'draw down' item. As payments are made to the Utility, the receipts for the payments shall be submitted to the Engineer. The Contractor will be reimbursed for receipted costs of material, labor and equipment plus 5%. The actual payment for the item will be based upon the billing submitted by the Utility for the work performed, with such billing being subject to approval by the Department.

The total cost shown in the itemized proposal for this pay item will be considered the price bid even though payment will be made only for actual invoices paid plus 5%. The unit price amount 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 for the contract.

Note – nn equals serialized by location

D264573 168A1

80/142

ITEM 662.60010004 – FURNISHING ELECTRICAL SERVICE

Page 1 of 1 5/7/2014

DESCRIPTION

Under this item, the Contractor shall have the Utility Company provide electric service to a

single or multiple work site(s) to power equipment being installed at the contract site.

The Contractor shall pay the Utility for the work completed as invoiced by the individual Utility,

the amount shown on the invoice in payment for work performed and material installed by the

Utility, as specified in the Contract Documents or as ordered by the Engineer to provide

electrical service at the location indicated in the Contract documents.

MATERIALS

All materials will be furnished by the Utility.

CONSTRUCTION DETAILS

The Contractor shall notify the Utility when the contract site is ready for the Utility work, shall

ensure that the site is readily and safely accessible to the Utility’s workers and equipment, and

shall conduct his operations in such a manner as to allow the Utility’s forces to perform their

work efficiently. All labor and equipment necessary to accomplish the work shall be furnished,

installed and supervised by the Utility except that if there is a survey and stakeout item in the

Contract, the Contractor shall perform any stakeout of the location to which electrical service is

to be supplied before the Utility starts work.

METHOD OF MEASUREMENT

The pay item will be measured on a fixed price Dollar Cents pay unit basis.

BASIS OF PAYMENT

The pay item is a 'draw down' item. As payments are made to the Utility, the Contactor shall

submit receipts for the payments to the Engineer.

The actual payment for the item will be based upon the billing invoice submitted by the Utility

for the work performed. Such billing will be subject to approval of the Engineer and he will

direct the Contractor to pay the Utility for any invoice reviewed and approved for the amount

shown. The Contractor shall provide the Engineer with proof of payment for any approved

invoice and the Contractor thereafter shall be entitled to the amount paid on the invoice plus 5%

(rounded up to the nearest dollar) for the Contractor's preparatory and processing costs

associated with this item.

The total cost shown in the itemized proposal for this pay item will be considered the price bid

even though payment will be made only for actual invoices paid plus 5%. The unit price amount

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 for the contract.

D264573 169A1

81/142

ITEM 680.80324515 - INSTALL MICROCOMPUTER CABINET

Page 1 of 2 June 2009

DESCRIPTION:

Under this item the contractor shall install Microcomputer Cabinets, which are supplied by the State, at locations shown on the plans or where directed by the Engineer. The State will supply and install the microprocessor, peripheral equipment and software.

MATERIALS:

The State will supply the Microcomputer Cabinets to the Contractor to install. The Contractor shall provide conduit nipples, grounding bushing, L. B. fitting and mounting hub for wiring entrance interface panel between the steel pole and the aluminum cabinet base. The wiring entrance interface panel shall be of sufficient size to accommodate a minimum 4” conduit and may be larger if required to accommodate the traffic signal wiring. Cabinet features, dimensions and location of interface panel for field wiring are detailed in the NEW YORK STATE TRANSPORTATION MANAGEMENT EQUIPMENT SPECIFICATIONS.

CONSTRUCTION DETAILS:

The requirements of section 680-3 of the Standard Specification shall apply with the following additions:

1. The Contractor's request for delivery of the Microcomputer Cabinets supplied by the State shall bemade, in writing , five weeks in advance, to the Engineer. The Microcomputer Cabinets will be deliveredto the Contractor at the Regional Signal Shop. The Engineer will advise the Contractor of the location ofthe Regional Signal Shop. At least one week in advance of delivery, the Contractor shall make anappointment through the Engineer as to the time and date the Microcomputer Cabinets will be available tothe contractor.

2. The Contractor shall mount the Microcomputer Cabinet to the steel signal pole as shown on thecontract plans, Standard Sheets or as directed by the Engineer.

3. The Contractor shall enlarge the hole for conduit located in the bottom of the Microcomputer Cabinet,if necessary, to accommodate the traffic signal wiring.

4. In unpaved areas, the Contractor shall install a concrete work pad in front of the cabinet door asspecified on the Standard Sheets or the plans. The work pad shall meet the requirements of section 608 ofthe Standard Specifications for concrete sidewalk, and include concrete, fill or excavation and all gradingas necessary.

5. The Contractor shall establish ground as shown on the contract plan and further defined in the N.Y.S.Standard Specifications of Construction and Materials. The Contractor shall run number six copperstranded wire from the ground lug connection at the base of the pole to the EARTH ground bus within theCabinet. The Contractor shall connect the power line common to the minus AC ground bus.

6. The Contractor shall arrange with the utility company and the Engineer to have the power hooked up tothe Microcomputer Cabinet(s).7. The Contractor shall perform all tests listed under Section 680-3.32, Tests, of the N.Y.S. StandardSpecifications for Construction and Materials with the exception of the Functional Test, when all of his

D264573 170A1

82/142

ITEM 680.80324515 - INSTALL MICROCOMPUTER CABINET

Page 2 of 2 June 2009

traffic signal installation work on the entire project, has been complete. The State may, at its option, have the Contractor perform the required testing at each individual signal installation location as soon as he completes his signal installation work at that location. The State will assume responsibility for the Functional Test.

8. Within 30 days of the Contractor successfully completing the required testing on his installation work,the State will install the microprocessor, peripheral equipment and software into the MicrocomputerCabinet. The State may, at its option, perform tests on the traffic signal equipment before installing themicroprocessor, peripheral equipment and software.

9. Upon completion of the microcomputer installation, the Engineer may, at his option, conduct afunctional test of the signal system for a period not to exceed 14 days. During this testing period, theexisting signal system may be turned off or on as directed by the Engineer.

METHOD OF MEASUREMENT:

This work will be measured as the number of Microcomputer Cabinets installed in accordance with the plans, specifications and directions of the Engineer.

BASIS OF PAYMENT:

The unit price for each Microcomputer Cabinet installed shall include the cost of all labor, material, testing and equipment necessary to complete the work.

The concrete work pad, if required, and any necessary fill, excavation or grading, is to be paid for under this item.

Payment for connecting all input and output wiring to the interface panel of the Microprocessor Cabinet shall be included in the bid price for each specific cable item.

D264573 171A1

83/142

ITEM 680.80324603 - MICROCOMPUTER TRAFFIC CONTROL CABINET BASE

Dt 07/10/02 4/19/07 E Page 1 of 2

DESCRIPTION: Under this item the Contractor shall furnish and install a microcomputer traffic signal cabinet base. The microcomputer traffic signal cabinet base shall be a sheet aluminum base unit designed for use in mounting a NYS Model 330 Microcomputer Traffic Signal Cabinet to a concrete pad for base mounted traffic signal installations. The base shall be designed to be bolted to a concrete pad using anchor bolts, with the Model 330 cabinet then bolted to the base. Field wiring, detector wiring, etc. are to be brought into and out of the cabinet through the round hole in the top of the base. MATERIALS: The base shall be constructed of 5052-H32 aluminum, with full weld seams and shall conform in all respects to the attached drawing.

The top plate of the base shall be constructed of 3/16 inch aluminum and shall have one (1) 8 inch hole cut into it, as shown on the attached drawing.

The base plate of the cabinet shall be constructed of approximately 3/16 inch aluminum and shall be constructed to form a flange with the sides so that the bottom of the base is completely open. Four (4) 1 ¼ inch anchor bolt holes shall be cut into the base plate as shown on the attached drawing.

The sides of the base shall be constructed of 3/16 inch aluminum. A door shall be constructed in the front of the base attaching a piece of ¼ inch aluminum inside the base to form a 1 inch lip. The door shall be constructed of 3/16 inch aluminum and shall fit flush to the front of the base, against the lip. The door shall be secured at the top and bottom with ¼ inch Allen screws.

A 1/2 - 13 NC hex nut to be used for grounding purposes shall be welded to the inside of the front of the base (see drawing).

The base shall be of untreated and unpainted aluminum. CONSTRUCTION DETAILS: The requirements of Section 680-3 of the Standard Specifications shall apply. METHOD OF MEASUREMENT: This work shall be measured as the number of microcomputer traffic signal cabinet bases installed. BASIS OF PAYMENT: The unit price for each microcomputer traffic signal cabinet base installed shall include the cost of all labor, materials and equipment necessary to complete the work. Attach detail from library copy.

D264573 172A1

84/142

ITEM 680.80324603 - MICROCOMPUTER TRAFFIC CONTROL CABINET BASE

Dt 07/10/02 4/19/07 E Page 2 of 2

D264573 173A1

85/142

ITEM 680.80500003 - BATTERY BACKUP SYSTEM FOR TRAFFIC SIGNALS

Page 1 of 4                                                         7/17/2012 

DESCRIPTION This work shall consist of furnishing and installing a Battery Backup System for Traffic Signals in accordance with the contract documents and as directed by the Engineer. MATERIALS The Contractor shall furnish a Battery Backup System which is listed on the latest version of NYSDOT’s Transportation Management Equipment Qualified Products List. The cabinet that the system will be installed in will be furnished under a separate item or will be an existing cabinet. CONSTRUCTION DETAILS The Battery Backup System (BBS) shall be compatible with all signal equipment which may be powered by the system during a power interruption. The system shall be installed in accordance with the manufacturer’s instructions, as specified in the contract documents, and as directed by the Engineer. All work shall be performed in accordance with the most current National Electric Code.

D264573 174A1

86/142

ITEM 680.80500003 - BATTERY BACKUP SYSTEM FOR TRAFFIC SIGNALS

Page 2 of 4                                                         7/17/2012 

D264573 175A1

87/142

ITEM 680.80500003 - BATTERY BACKUP SYSTEM FOR TRAFFIC SIGNALS

Page 3 of 4                                                         7/17/2012 

D264573 176A1

88/142

ITEM 680.80500003 - BATTERY BACKUP SYSTEM FOR TRAFFIC SIGNALS

Page 4 of 4                                                         7/17/2012 

METHOD OF MEASUREMENT This work will be measured as the number of Battery Backup Systems for Traffic Signals satisfactorily furnished and installed. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work.

D264573 177A1

89/142

ITEM 680.81230008 - TRAFFIC SIGNAL BRACKET ASSEMBLY-1 WAY MAST ARM MOUNT (CABLE TYPE) ITEM 680.81240008 - TRAFFIC SIGNAL BRACKET ASSEMBLY-2 WAY MAST ARM MOUNT (CABLE TYPE)

Page 1 of 1 12/2012

DESCRIPTION:

This work shall consist of furnishing and installing a 1 way or 2 way traffic signal bracket

assembly on traffic signal pole mast arms. The traffic signal bracket assembly shall include a three

way adjustment system: up/down, side to side aiming, and tilt aiming.

MATERIALS:

All materials used in this work shall meet the requirements of Section 680-2 of the Standard

Specifications. The Contractor shall also submit catalog cuts to the Engineer for approval.

CONSTRUCTION DETAILS:

The appropriate provisions of Section 680-3 of the Standard Specifications shall apply.

METHOD OF MEASUREMENT:

The provisions of Section 680-4.01 of the Standard Specifications shall apply.

BASIS OF PAYMENT:

The provisions of Section 680-5.16 of the Standard Specifications shall apply.

D264573 178A1

90/142

ITEM 680.81330009 – LED PEDESTRIAN SIGNAL WITH COUNTDOWN TIMER AND 16”X18” TYPE 1 POLYCARBONATE PEDESTRIAN SIGNAL SECTION

Page 1 of 3 January, 2018

DESCRIPTION This work shall consist of furnishing and installing LED Pedestrian Signal with Countdown Timer in accordance with the contract documents and as directed by the Engineer.

MATERIALS The pedestrian signal shall be a single unit housing for both the symbol messages and the countdown pedestrian signal from the Qualified Product List. It shall be designed to illuminate the alternate symbol message “WALKING PERSON”/“UPRAISED HAND,” and “COUNTDOWN TIMER.”

The pedestrian signal housing shall be a 16"x18" type 1 polycarbonate pedestrian signal section. All materials shall meet or exceed the Institute of Transportation Engineers (ITE) standards.

The pedestrian signal housing shall be permanently colored Federal Dark Green.

A standard signal hardware mounting hole shall be provided in the top and bottom of the housing for standard fittings.

The housing shall have a swing-down door with integrally molded hinges.

The door frame shall be a one piece with an open front design.

Latching or unlatching of the door shall require no tools.

The housing shall be dust proof, weather proof, and UV and heat resistant. The housing shall provide for easy access and replacement of all components.

Each signal shall be provided with a cut away or tunnel visor as specified.

LED Countdown Pedestrian Module - Basic Requirements.

The LED Countdown Pedestrian Module shall be a single, self-contained device (16” High x 18” Wide), not requiring on-site assembly for installation into existing traffic signal housings.

The LED Countdown Pedestrian Module shall consist of a double overlay message combining the graphic symbols of a “WALKING PERSON” and “UPRAISED HAND,” and two seven segment digits for the “COUNTDOWN TIMER.”

In the graphic symbols, the LEDs shall be arranged in a manner to form a solid icon symbol

When not energized, the symbols and countdown timer shall be dark with no phantom image regardless of solar intensity or alignment.

Countdown Functionality.

The countdown timer display shall start only at the beginning of the pedestrian change interval.

 After the countdown timer displays zero, the display shall remain dark until the beginning of the

D264573 179A1

91/142

ITEM 680.81330009 – LED PEDESTRIAN SIGNAL WITH COUNTDOWN TIMER AND 16”X18” TYPE 1 POLYCARBONATE PEDESTRIAN SIGNAL SECTION

Page 2 of 3 January, 2018

next countdown.

The countdown timer shall display the number of seconds remaining until the termination of the pedestrian change interval. The countdown timer shall be able to follow the controller through any NEMA defined operations.

The countdown timer display remains synchronized with the signal indications and always reaches zero at the same time as the flashing hand.

The countdown module shall prevent any possible conflicts between the “WALKING PERSON”/“UPRAISED HAND” signal indications and the time display.

It shall be impossible for the display to countdown during a solid hand indicator.

CONSTRUCTION DETAILS The LED Countdown Pedestrian Module shall not require special tools for installation.

Module Identification. Each LED Countdown Pedestrian Module shall have the manufacturer’s name, trademark, model number, serial number, date of manufacture, and lot number as identification permanently marked on the back of the module.

The following operating characteristics shall be permanently marked on the back of the module: rated voltage and rated power in Watts and Volt-Ampere.

Documentation Requirements. Each LED Countdown Pedestrian Module unit shall be provided with a complete and accurate installation wiring guide.

The complete name, address, and telephone number for the representative, manufacturer, or distributor for warranty repair shall be provided.

Warranty. The LED Countdown Pedestrian Module shall be warranted against any failure due to workmanship, material defects or intensity within the first 60 months of field operation. The LED Countdown Pedestrian Module shall meet or exceed minimum intensity values during the 60 months of field operation.

The manufacturer shall provide a written warranty against defects in materials, workmanship and luminous intensity for LED Countdown Pedestrian Module for a period of 60 months after installation of LED Countdown Pedestrian Module. Replacement LED Countdown Pedestrian Module shall be provided within five (5) days after receipt of failed LED signal modules at no cost except the cost of shipping the failed modules.

Installation. The pedestrian signal shall be installed on steel, wood, or aluminum poles.

D264573 180A1

92/142

ITEM 680.81330009 – LED PEDESTRIAN SIGNAL WITH COUNTDOWN TIMER AND 16”X18” TYPE 1 POLYCARBONATE PEDESTRIAN SIGNAL SECTION

Page 3 of 3 January, 2018  

Post Top Mount. The lower supporting assembly of the pedestrian signal shall consist of an iron slipfitter assembly with an approved locking device. A close nipple with locknuts or equivalent shall be utilized to secure the slipfitter to the pedestrian signal. The top of the signal face shall be sealed with a threaded cap assembly.

When two or more signals are installed on a pedestal, an approved bracket assembly shall be utilized for the top and bottom of the signals and secured to the slipfitter.

The bracket shall have as many arms as the number of signal faces to be installed.

A locking device which shall firmly and positively hold the signal face in the required alignment, shall be furnished and installed.

Shaft Mount. The upper and lower support assembly shall consist of two iron pole mounting brackets. The pole mounting brackets shall be cast with a threaded hub to receive a pipe and two guides for stainless steel bands.

The bracket shall be secured to the pole with stainless steel bands, steel conduit and elbows shall be used to secure the top and bottom of the pedestrian signal to the brackets. Steel lock nuts shall be installed on all conduits at the juncture of the conduit, bracket or elbow.

Locking devices which shall firmly and positively hold the signal head in the required alignment, shall be furnished and installed.

The pedestrian signal shall be installed and aligned in accordance with the plans, or as ordered by the Engineer.

The electrical cable for the pedestrian signal shall be installed under the appropriate item as indicated on the plans.

The electrical cable for the pedestrian signal shall be brought in through the bracket assembly and conduit, and connected to the proper terminal block within the signal housing.

When the pedestrian signal is mounted on the side of a pole, the lower portion of the pedestrian signal including hardware, shall provide a vertical clearance of 8 feet.

METHOD OF MEASUREMENT This work will be measured as the number of LED Pedestrian Signal with Countdown Timer satisfactorily furnished and installed.

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

D264573 181A1

93/142

ITEM 680.81330010 – AUDIBLE PEDESTRIAN SIGNAL

ITEM 680.81340010 – AUDIBLE PEDESTRIAN SIGNAL - WITH POST

Page 1 of 3 REV 02/20/15

DESCRIPTION

Under this item the contractor shall furnish, install and configure an ADA compliant pedestrian push

button station with audio capability, and its control unit, at each location as indicated in the contract

documents or where directed by the Engineer.

MATERIALS

Each installed location shall have the following:

1. Pedestrian Push Button Station

The station housing shall be no larger than 14.25 inch high, 5.50 inch wide and 2.50

inches in depth.

The station housing shall be constructed of cast aluminum, have a powder coated paint finish and

be dark green in color.

The station shall include a weather proof speaker to emit the audible sounds. This speaker shall

be recessed and located in back of the unit

The station shall include a weatherproof ADA compliant 2" diameter push button that is pressure

activated and includes a raised direction arrow. The push button shall be constructed of cast

aluminum, have a powder coated paint finish and be dark green in color.

The station shall include a 9 inches x 15 inches aluminum pedestrian message sign. The sign

supplied shall have the following information included on it: “To Cross Push Button” statement

and explanations of the pedestrian signal indications controlling the intersection crossing -

“Illuminated Person”, “Flashing Hand” and “Steady Hand”.

2. Control Unit

Each pedestrian push button station shall be controlled by a control unit. The control unit shall be

designed so that it fits into any pedestrian signal head used by NYS. The control unit will be

installed inside of the pedestrian signal head that is associated with the station, unless otherwise

indicated by the contract documentation or directed by the Engineer. The input side of the

control unit will be connected in parallel to the Walk and

Don’t Walk AC signals that control the hand/person pedestrian LED’s installed in the pedestrian

signal head. The output side of the control unit will connect and control the push button station.

Mounting hardware, to facilitate mounting of the control unit inside

of the pedestrian signal head, shall also be provided.

3. Programming Device

If an external device is needed to set up, configure and program the pedestrian push station, one

device, unless this requirement is waived by the contract documents or by the Engineer, shall be

supplied for each intersection that a pedestrian push button station is installed in.

D264573 182A1

94/142

ITEM 680.81330010 – AUDIBLE PEDESTRIAN SIGNAL

ITEM 680.81340010 – AUDIBLE PEDESTRIAN SIGNAL - WITH POST

Page 2 of 3 REV 02/20/15

OPERATIONAL FEATURES

The stations push button shall be capable of providing the following:

An LED light indication and an audible tone for confirmation of push button activation.

A vibrating push button during the pedestrian walk cycle.

The audio sounds and messages emitted during the pedestrian walk cycle and in any combination shown

below:

- A Standard pre-programmed voice walk message stating that the walk sign is on.

- Custom (programmed by vendor) walk messages as a substitute for the standard walk message.

- Audible chirp (for East/west intersection crossings) and cuckoo (for North/South intersection

crossings).

- A minimum of one non-custom (pre-programmed and field configurable) voice informational

message stating direction of intersection crossing.

- Custom (programmed by vendor) voice information messages.

Sounds/tones or the clearance countdown time remaining verbally during the pedestrian clearance cycle.

A standard pre-programmed station “locate” tone during the pedestrian don’t walk phase. Custom

(programmed by vendor) tones shall be available as a substitute for the standard locate tone.

The ability to detect and measure ambient sounds and make volume adjustments for all sounds so that

they are produced above this ambient sound.

AUDIO SPECIFICATIONS

Speaker Ratings – 15 Watts, 8 Ohms.

Volume Settings – Independent minimum and maximum volume settings for locate sounds, clearance

sounds, walk sounds. Minimum volume setting informational messages. Sounds played will not be less

than the minimum setting or more than the maximum setting.

Maximum Output Level - Locate sounds, clearance sounds and informational messages shall be capable

of producing 60db of audio output.

Volume Over Ambient – All sounds shall be capable of being played relative to the measured ambient

sound at the intersection, but restricted to the minimum and maximum volume settings of each sound.

The adjustment range of volume over ambient should be from at least from 0db to 20db over ambient in

increments of at least 5db steps.

Audible Station Locating Tone – 880Hz plus harmonic, 0.1 second duration, 1 second interval.

Audible Chirp Sound – From 2700 to 1700 Hz, 0.2 second duration, 1 second interval.

Audible Cuckoo Sound – From 1250 to 1000 Hz, 0.6 second duration, 1.8 second interval.

ENVIRONMENTAL SPECIFICATIONS

D264573 183A1

95/142

ITEM 680.81330010 – AUDIBLE PEDESTRIAN SIGNAL

ITEM 680.81340010 – AUDIBLE PEDESTRIAN SIGNAL - WITH POST

Page 3 of 3 REV 02/20/15

The push button station and push button control unit shall operate over the temperature range of -40 deg F

to +165 deg F.

POST – Post installed shall be in accordance with the standard sheet for Pedestrian Signal Details.

CONSTRUCTION DETAILS

The contractor shall install pedestrian push button station(s), any associated control unit(s), and furnish

per the requirements of this specification any programming device as shown in the contract. 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 all equipment that is to be installed or

furnished.

The post and sign shall be installed in accordance with the details specified on the standard sheet.

METHOD OF MEASUREMENT

This item will be measured by the number of pedestrian push button stations, control units and

programming devices furnished and installed in accordance with the contract.

BASIS OF PAYMENT

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

work.

Where the pushbutton and sign assembly is installed on its own post, the unit price bid shall also include

the cost of post, sawcutting, excavation, backfill, concrete, restoration of surfaces, and conduit bend and

fittings.

D264573 184A1

96/142

ITEM 680.81990003 - TRAFFIC SIGNAL BACK PLATES WITH YELLOW REFLECTIVE TAPE

DESCRIPTION This work shall consist of furnishing and installing TRAFFIC SIGNAL BACKPLATES WITH YELLOW REFLECTIVE TAPE in accordance with the contract documents and as directed by the Engineer. MATERIALS Back plates shall be constructed of a flat sheet of polycarbonate or ABS plastic, and shall have either a flat black finish or signal green finish. Reflective Tape shall meet the specifications for Section 730-05, Reflective Sheeting, ASTM Type I or Type III. CONSTRUCTION DETAILS Back plates shall be compatible with the signal heads to be installed, or with the existing heads to be retrofitted. The back plates shall have appropriate mounting brackets and when mounted shall not obstruct the signal head door openings. The back plates shall be a 5 or 8 inch border, as specified in the contract documents, around the entire signal head, and shall be either louvered or non-louvered, as specified in the contract documents. The yellow reflective tape shall border the back plate and have a minimum width of 1 inch and a maximum width of 3 inches, as specified in the contract documents. METHOD OF MEASUREMENT This work will be measured as the number of TRAFFIC SIGNAL BACKPLATES WITH YELLOW REFLECTIVE TAPE satisfactorily furnished and installed. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work.

Page 1 of 1 Rev. 11/15/2011 

D264573 185A1

97/142

ITEM 680.82201908 - BREAKAWAY TRANSFORMER BASE (TRAFFIC)

  Page 1 of 1  4/20/2010 

DESCRIPTION This work shall consist of furnishing and installing BREAKAWAY TRANSFORMER BASES (TRAFFIC) for use with flashing beacon sign assemblies or pedestrian signal related poles in accordance with the contract documents and as directed by the Engineer. MATERIALS Breakaway Transformer Bases 723-15 CONSTRUCTION DETAILS The contractor shall install BREAKAWAY TRANSFORMER BASES (TRAFFIC) at locations specified in the contract documents as detailed on Standard Sheet 680-10. METHOD OF MEASUREMENT This work will be measured as the number of BREAKAWAY TRANSFORMER BASES (TRAFFIC) satisfactorily furnished and installed. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials, and equipment necessary to satisfactorily complete the work.

D264573 186A1

98/142

ITEM 680.94350010 - EMBEDDED WOOD UTILITY POLE –35 FEETITEM 680.94400010 - EMBEDDED WOOD UTILITY POLE –40 FEET

12/26/08EPAGE 1 of 1 5/23/97 M

DESCRIPTION:

Under this item, the Contractor shall furnish and install a wood utility pole suitable forattachment of power source risers, temporary traffic signal span wires, and ancillary equipment.

MATERIALS:

The pole shall be Southern Pine, and meet the requirements of ANSI O5.01 for Class 4 utilitytype poles. The pole shall be given a preservative treatment, using a water-borne preservative, inaccordance with subsection 708-31 of the New York State Standard Specifications.

CONSTRUCTION DETAILS:

The pole shall be erected plumb in an augured hole of sufficient depth to allow for a minimum of6 ½ ft embedment. The area around the pole shall be backfilled with suitable material andthoroughly compacted to the satisfaction of the Engineer. The Contractor shall restore, in kind,all areas which were disturbed by the pole installation operation. Poles supporting span wiresshall be raked to appear plumb after loaded by span and guy wires if specified.

METHOD OF MEASUREMENT:

The work will be measured as the number of embedded wood utility poles furnished andinstalled in accordance with the Contract Documents and AOBE.

BASIS OF PAYMENT:

The unit price bid shall include costs for all labor, materials, and equipment necessary tosatisfactorily complete the work including: excavation, pole installation, backfill and restoration.Guy assemblies, when required, in conjunction with the utility pole installation will be furnishedand installed under separate contract items. Removal of temporary wood span poles, whenrequired, will be paid separately under the Item "Remove Traffic Signal Equipment."

D264573 187A1

99/142

ITEM 680.94998008 – INSTALL ELECTRICAL DISCONNECT / GENERATOR TRANSFER SWITCH – STATE SUPPLIED DESCRIPTION - Under this item, the Contractor shall install a State Supplied electrical disconnect / generator transfer switch as shown on the plans, or the standard sheets or as ordered by the Engineer. MATERIALS - The electrical disconnect / generator transfer switch shall be State supplied. CONSTRUCTION DETAILS - The electrical disconnect / generator transfer switch shall be attached to the pole or cabinet as shown on the plans or the standard sheet or as ordered by the Engineer, in accordance with the most current National Electrical Code. METHOD OF MEASUREMENT - This item will be measured for payment as the number of electrical disconnect / generator transfer switch installed and accepted by the Engineer-in-Charge. BASIS OF PAYMENT - The unit price bid shall include the cost of all labor and equipment necessary to complete the work as shown on the plans, on the standard sheets, or as ordered by the Engineer.

D264573 188A1

100/142

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.

D264573 189A1

101/142

ITEM 680.95110009 - TRAFFIC SIGNAL POWER FEED SYSTEM

Page 1 of 2 3/13/2007

DESCRIPTION This work shall consist of furnishing and installing Traffic Signal Power Feed System in accordance with the contract documents and as directed by the Engineer. MATERIALS 1 NPS galvanized steel conduit, weatherhead, conduit fittings and accessory hardware shall meet the requirements of §723-20. #6 copper ground wire shall meet the requirements of §723-75 of the Standard Specifications. The 5/8 inch x 10 ft ground rod shall be as shown on the applicable standard sheet. Install a state supplied Manual Transfer Switch for Traffic Signal. The meter pan, if required, shall be in compliance with the requirements of the utility company providing power service. CONSTRUCTION DETAILS The power feed system shall be installed at the location shown on the plans, or as ordered by the Engineer. It shall be attached to the pole as shown in the contract documents or as on the standard sheet. For underground power feed systems, the requirements of Item 206.03 shall be met. The 1 NPS galvanized steel conduit shall be affixed to the outside of the signal pole with one bolt-clamp, as directed by the Engineer. The bolt shall be a maximum of ¼ inch and shall be installed in the neutral axis of the pole. Any openings in the pole for the meter or the transfer switch cabinet shall also be in the neutral axis of the pole. The ground rod shall be installed in the nearest pullbox in accordance with the standard sheet. New York State will supply a transfer switch with watertight box, to be installed by the contractor directly after the meter pan. The electric meter shall be double grounded - once to the signal pole and once to a ground rod used only to ground the meter. The meter pan shall be installed as shown on the standard sheet.

D264573 190A1

102/142

ITEM 680.95110009 - TRAFFIC SIGNAL POWER FEED SYSTEM

Page 2 of 2 3/13/2007

Once installed, the Contractor shall keep the transfer switch box locked until the signal installation is accepted by NYSDOT. During this time, the EIC shall be provided with a key. It is the Contractor’s responsibility to arrange inspection of the electrical service and get an Underwriter’s Certification for the inspection. METHOD OF MEASUREMENT This work will be measured as the number of Traffic Signal Power Feed Systems satisfactorily furnished and installed. BASIS OF PAYMENT The unit price bid shall include the cost of furnishing all labor, materials listed in the materials section and equipment necessary to satisfactorily complete the work. The wire for the service shall be paid for under the item specified on the plans. No direct payment will be made for the installation of the power service connection but the cost shall be covered in the various traffic signal items. For the underground service the conduit installed underground shall be paid for under the items specified on the plans.

D264573 191A1

103/142

ITEM 685.11120009 - EPOXY REFLECTORIZED PAVEMENT STRIPES 20 MILS - HAND WORK

Page 1 of 1 01/19/2012

All the provisions of Section 685 pertaining to Epoxy Reflectorized Pavement Stripes - 20 Mils shall apply, except this specification shall be used only for pavement stripes such as crosswalks, stop lines, yield lines, hatching, chevrons, ramp arrows, X in the Railroad Grade Crossing Markings or other special markings as shown in the contract documents, which require portable application methods. The color shall be as required by the MUTCD or the contract documents.

D264573 192A1

104/142

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].

D264573 193A1

105/142

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

D264573 194A1

106/142

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.

D264573 195A1

107/142

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

D264573 196A1

108/142

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.

D264573 197A1

109/142

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.

D264573 198A1

110/142

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.

D264573 199A1

111/142

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.

D264573 200A1

112/142

4000 Page 1 of 1 Per DQAB L05/07/09

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

D264573 201A1

113/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 1/19

"General Decision Number: NY20210004 08/13/2021

Superseded General Decision Number: NY20200004

State: New York

Construction Types: Building, Heavy and Highway

Counties: Broome and Chenango Counties in New York.

BUILDING CONSTRUCTION PROJECTS FOR BROOME COUNTY ONLY (does not include single family homes and apartments up to and including 4 stories, HEAVY AND HIGHWAY CONSTRUCTION PROJECTS

Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/01/2021 1 04/02/2021 2 05/21/2021 3 06/04/2021 4 08/13/2021

ASBE0030-004 05/01/2020

BROOME (Building, Heavy, and Highway) and CHENANGO (Heavy and Highway)

D264573 202A1

114/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 2/19

Rates Fringes

Asbestos/Insulator Worker includes application of all materials, protective coverings, coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement......$ 33.50 23.79 HAZARDOUS MATERIAL HANDLER SCOPE OF WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping, vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system...........$ 33.50 23.79 ---------------------------------------------------------------- BOIL0197-004 01/01/2017

BROOME (Building, Heavy, and Highway) and CHENANGO (Heavy and Highway)

Rates Fringes

BOILERMAKER......................$ 34.54 24.78 ---------------------------------------------------------------- BRNY0003-002 07/01/2020

BINGHAMTON CHAPTER

Rates Fringes

BRICKLAYER BUILDING CONSTRUCTION, BROOME COUNTY Bricklayers, Cement Masons, Stone Masons, Pointers, Caulkers and Cleaners...................$ 31.58 21.90 Marble Masons, Tile

D264573 203A1

115/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 3/19

Layers, and Terrazzo Workers....................$ 30.20 20.45 Marble, Tile and Terrazzo Finishers..................$ 27.34 17.61 HEAVY AND HIGHWAY CONSTRUCTION, BROOME & CHENANGO COUNTIES Cement Masons..............$ 30.91 20.62 ---------------------------------------------------------------- * CARP0277-010 07/01/2021

Rates Fringes

CARPENTER (BUILDING CONSTRUCTION) BROOME COUNTY Carpenters, Carpet Layer, Drywall Applicator, Floor Coverer, Lather............$ 28.05 20.06 Millwrights................$ 27.10 18.96 CARPENTER (HEAVY & HIGHWAY CONSTRUCTION) BROOME COUNTY Carpenter..................$ 33.13 23.90 CHENANGO COUNTY Carpenter..................$ 33.13 23.90

FOOTNOTES:

a. Paid Holidays: Independence Day and Labor Day, provided the employee works his scheduled day before and his scheduled day after the holiday and is on the payroll in the payroll week in which the holiday falls.

---------------------------------------------------------------- ELEC0043-003 06/01/2019

CHENANGO (Twps of Columbus, New Berlin & Sherburne): Heavy and Highway

Rates Fringes

ELECTRICIAN......................$ 38.75 26.08 ---------------------------------------------------------------- ELEC0325-002 06/01/2021

BROOME (Building, Heavy, and Highway) and CHENANGO (Entire County, except Columbus, New Berlin and Sherburne Townships) Heavy and Highway

D264573 204A1

116/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 4/19

Rates Fringes

CABLE SPLICER....................$ 41.68 30.03 ELECTRICIAN......................$ 35.43 29.84 ---------------------------------------------------------------- ELEC1249-010 05/06/2019

BROOME (Building, Heavy, and Highway) and CHENANGO (Heavy and Highway)

Rates Fringes

ELECTRICIAN (LINE CONSTRUCTION: 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.....................$ 27.00 6.75%+24.15 Groundman (Truck Driver)....$ 36.00 6.75%+24.15 Groundman Truck Driver (tractor trailer unit)......$ 36.00 6.75%+24.15 Lineman & Technician........$ 45.00 6.75%+24.15 Mechanic....................$ 36.00 6.75%+24.15

FOOTNOTE:

a. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, plus President's Day, 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.

---------------------------------------------------------------- ELEC1249-011 05/06/2019

BROOME (Building, Heavy, and Highway) and CHENANGO (Heavy and Highway)

Rates Fringes

ELECTRICIAN (Line Construction) Overhead and underground distribution and maintenance work and all overhead and underground

D264573 205A1

117/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 5/19

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 : Flagman....................$ 31.23 6.75%+24.15+a Groundman digging machine operator...................$ 46.85 6.75%+24.15+a Groundman truck driver (tractor trailer unit).....$ 41.64 6.75%+24.15+a Groundman Truck driver.....$ 41.64 6.75%+24.15+a Lineman and Technician.....$ 52.05 6.75%+24.15+a Mechanic...................$ 41.64 6.75%+24.15+a Substation: Cable Splicer..............$ 57.26 6.75%+24.15+a Flagman....................$ 31.23 6.75%+24.15+a Ground man truck driver....$ 41.64 6.75%+24.15+a Groundman digging machine operator...................$ 46.85 6.75%+24.15+a Groundman truck driver (tractor trailer unit).....$ 41.64 6.75%+24.15+a Lineman & Technician.......$ 52.05 6.75%+24.15+a Mechanic...................$ 41.64 6.75%+24.15+a Switching structures; railroad catenary installation and maintenance, third rail type underground fluid or 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..............$ 58.71 6.75%+24.15+a Flagman....................$ 32.02 6.75%+24.15+a Groundman Digging Machine Operator...................$ 48.03 6.75%+24.15+a

D264573 206A1

118/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 6/19

Groundman Truck Driver (tractor-trailer unit).....$ 42.70 6.75%+24.15+a Groundman Truck Driver.....$ 42.70 6.75%+24.15+a Lineman & Technician.......$ 53.37 6.75%+24.15+a Mechanic...................$ 42.70 6.75%+24.15+a

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.

---------------------------------------------------------------- ELEC1249-012 01/03/2021

BROOME (Building, Heavy, and Highway) and CHENANGO (Heavy and Highway)

Rates Fringes

ELECTRICIAN (Line Construction) TELEPHONE, CATV FIBEROPTICS CABLE AND EQUIPMENT Cable splicer..............$ 34.78 3%+5.14 Groundman..................$ 17.50 3%+5.14 Installer Repairman- Teledata Lineman/Technician- Equipment Operator.........$ 33.01 3%+5.14 Tree Trimmer................$ 27.36 3%+9.98

a. New Year's Day, President's Day, Good Friday, Decoration Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving, Christmas Day.

---------------------------------------------------------------- ELEV0062-003 01/01/2020

BROOME (Building, Heavy, and Highway) and CHENANGO (Heavy and Highway)

Rates Fringes

ELEVATOR MECHANIC................$ 48.12 34.765+a+b

D264573 207A1

119/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 7/19

FOOTNOTE: a.Vacation: 6%/under 5 years based on regular hourly rate for all hours worked. 8%/over 5 years based on regular hourly rate for all hours worked. b. PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Veterans' Day; Thanksgiving Day; the Friday after Thanksgiving Day; and Christmas Day.

---------------------------------------------------------------- ENGI0106-006 07/01/2018

BROOME COUNTY

Rates Fringes

Power equipment operators: (BUILDING:) GROUP A(1)..................$ 43.79 25.70+a GROUP A.....................$ 43.30 25.70+a GROUP B.....................$ 42.28 25.70+a GROUP C.....................$ 39.38 25.70+a

Hazardous work- Anytime Operating Engineers are involved with Level C or above, $3.00 per hour over regular rate.

FOOTNOTE: a. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day.

POWER EQUIPMENT OPERATOR CLASSIFICATIONS (Building)

GROUP A(1): Crane, hydraulic cranes, tower crane, locomotive crane, piledriver, cableway, derricks, whirlies, dragline, boom trucks over 5 tons

GROUP A: Shovel, all excavators (including rubber tire, full swing), 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, tractor road paver, boom trucks 5 tons and under, Maintenance Engineer, self contained crawler drill-hydraulic rock drill.

GROUP B: Backhoes (rubber tired backhoe/loader combination), 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, hydro hammer, concrete spreader, concrete finishing machine, one

D264573 208A1

120/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 8/19

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, core and well drillers (one drum), post hole digger, model CHB VibroTamp or similar machine, batch bin and plant operator, dinkey locomotive, skid steer loader, track excavator 5/8 cu. yd. or smaller.

GROUP C: Fork lift, high lift, lull, oiler, fireman and heavy-duty greaser, boilers and steam generators, pump, vibrator, motor mixer, air compressor, dust collector, selding machine, well point, mechanical heater, generators, temporary light plants, concrete pumps, electric submersible pump 4"" and over, murphy type disel generator, conveyor, elevators, concrete mixer and beltcrete power pack (belcrete system seeding and mulching machines pumps.

---------------------------------------------------------------- ENGI0106-011 07/01/2018

HEAVY & HIGHWAY

Rates Fringes

Power equipment operators: GROUP 1.....................$ 43.47 26.05+a GROUP 2.....................$ 42.56 26.05+a GROUP 3.....................$ 39.99 26.05+a GROUP 4.....................$ 47.47 26.05+a GROUP 5.....................$ 46.47 26.05+a GROUP 6.....................$ 45.47 26.05+a GROUP 7.....................$ 45.08 26.05+a

POWER EQUIPMENT OPERATOR CLASSIFICATIONS (HEAVY & HIGHWAY):

GROUP 1: Asphalt Curb Machine, Self Propelled, Slipform, Automated Concrete Spreader (CMI Type), Automatic Fine Grader, Backhoe (Except Tractor Mounted, Rubber Tired), Backhoe Excavator Full Swing (CAT 212 or similar type), Back Filling Machine, Belt Placer (CMI Type), Blacktop Plant (Automated), Boom truck , Cableway, Caisson Auger, Central Mix Concrete Plant (Automated), Concrete Curb Machine, Self Propelled, Slipform, Concrete Pump, Crane, Cherry Picker, Derricks (steel erection), Dragline, Overhead Crane (Gantry or Straddle type), Pile Driver, Truck Crane, Directional Drilling Machine, Dredge, Dual Drum Paver, Excavator (All Purpose Hydraulically Operated) (Gradall or Similar), Front End Loader ( 4 cu. yd. and Over), Head Tower (Sauerman or Equal), Hoist (Two or Three Drum), Holland Loader, Maintenance Engineer, Mine Hoist, Mucking Machine or Mole Pavement Breaker(SP) Wertgen; PB-4

D264573 209A1

121/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 9/19

and similar type, Power Grader, Profiler (over 105 H.P.) Quad 9, Quarry Master (or equivalent), Scraper, Fireman, Form Tamper, Grout Pump, Gunite Machine, Hammers (Hydraulic self-propelled), Hydra-Spiker, ride-on, Hydraulic Pump (jacking system), Hydro-Blaster (Water), Mulching Machine, Oiler, Parapet Concrete or Pavement, Shovel, Side Boom, Slip Form Paver, Tractor Drawn, BeltType Loader, Truck or Trailer Mounted Log , Chipper (Self Feeder), Tug Operator (Manned Rented Equipment Excluded), Tunnel Shovel

GROUP 2: Asphalt Paver, Backhoe (Tractor Mounted, Rubber Tired), Bituminous Recycler Machine, Bituminous Spreader and Mixer, Blacktop Plant (NonAutomated), Blast or Rotary Drill (Truck or Tractor Mounted), Boring Machine, Cage Hoist, Central Mix Plant (NonAutomated) and All Concrete Batching Plants, Cherry Picker (5 tons capacity and under), Concrete Paver (Over 16S), Crawler Drill, Self-contained, Crusher, Diesel Power Unit, Drill Rigs, Tractor Mounted, Front End Loader (Under 4 cu. yd.), Greaseman/Lubrication Engineer, HiPressure Boiler (15 lbs. and over), Hoist (One Drum), Hydro-Axe, Kolman Plant Loader and Similar Type Loaders, L.C.M. Work Boat Operator, Locomotive Mixer (for stabilized base selfpropelled), Monorail Machine, Plant Engineer, Profiler (105 H.P. and under), Grinder, Post Hole Digger and Post Driver, Power Broom (towed), Power Heaterman, Power Sweeper, Revinius Widener, Roller (Grade and Fill), Scarifier, ride-on, Shell Winder, Skid steer loader (Bobcat or similar), Span-Saw, ride-on, Steam Cleaner, Pug Mill, Pump Crete Ready Mix Concrete Plant Refrigeration Equipment (for soil 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 3: A Frame Winch Hoist on Truck , Articulated Heavy Hauler, Aggregate Plant, Asphalt or Concrete Grooving, Machine (ride on), Ballast Regulator, Ride-on Boiler (used in conjunction with production), Bituminous Heater, self-propelled, Boat (powered), Cement and Bin Operator, Compressors, Dust Collectors, Fork Lift, Generators, Pumps, Welding Machines, Light Plants, Heaters (hands-off equipment), Concrete Pavement Spreader and Finisher, Concrete Paver or Mixer (16S and under), Concrete Saw (self-propelled), Conveyor, Deck Hand, Directional Drill Machine Locator, Drill, (Core), Drill, (Well,) Farm Tractor with accessories, Fine Grade Machine, Tamper, ride-on, Tie Extractor, ride-on, Tie Handler, ride-on, Tie Inserter, ride-on, Tie Spacer, ride-on, Tire Repair, Track Liner, ride-on, Tractor, Tractor (with towed accessories), Vibratory Compactor, Vibro Tamp, Well Point

D264573 210A1

122/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 10/19

GROUP 4: Tower Cranes

GROUP 5: Cranes 50 tons and over

GROUP 6: Cranes 49 tons and below

GROUP 7: Master Mechanic

FOOTNOTE:

a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day

---------------------------------------------------------------- IRON0060-001 07/01/2020

BROOME; CHENANGO (Twps. of Afton, Bainbridge, Coventry, German, Greene, Gilford, McDonough, Norwich, Oxford, Preston, and Smithville):

Rates Fringes

IRONWORKER Structural, Ornamental, Reinforcing, Pre-cast Concrete Erector, Machinery Mover & Rigger, Fence Erector, Stone Derrickman, Welder, Sheeter, Sheeter Bucker-up..$ 30.75 28.05 ---------------------------------------------------------------- IRON0440-003 01/01/2019

CHENANGO (Twps. of Columbus, New Berlin, North Norwich, Plymouth, Sherburne and Smyrna):

Rates Fringes

IRONWORKER Structural, Ornamental, Rodmen, Reinforcement, Rigger, Machinery Mover, Fence Erector, Stone Derrickman..................$ 28.25 25.94 ---------------------------------------------------------------- LABO0017-003 07/01/2019

TWPS. OF COLUMBUS, SHERBURNE AND NEW BERLIN IN CHENANGO COUNTY

D264573 211A1

123/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 11/19

Rates Fringes

LABORER HEAVY and HIGHWAY GROUP 1....................$ 32.40 25.95+a GROUP 2....................$ 32.50 25.95+a GROUP 3....................$ 35.65 25.95+a GROUP 4....................$ 40.00 25.95+a

FOOTNOTES: a. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, Washington's Birthday, Election Day, Veterans Day provided the employee works one day in the calendar week during which the holiday occurs

HEAVY AND HIGHWAY CLASSIFICATIONS

GROUP 1: Flagperson, gateperson

GROUP 2: General Laborers, Chuck Tenders, Handling and Distributing of Drinking Water, Distributing all Tools and Supplies of Laborers, AFL-CIO Trades Tenders, Nipper, Powder Carrier, Magazine Tender, Warehousemen, Concrete Men, Vibrator Men, Mason Tender, Mortar Men, Spraying, Brushing and Covering of Concrete for Curing and Preservative Purposes, Traffic Striper, Scaffold Builder, Concrete Curb and Sidewalk Form Setters, 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 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, pipelining 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

D264573 212A1

124/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 12/19

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 acoustic 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 type HCMZ, any drill using 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

---------------------------------------------------------------- LABO0785-012 07/01/2018

BROOME; CHENANGO (Remainder of Counties):

Rates Fringes

LABORER LABORER HEAVY AND HIGHWAY: GROUP 1....................$ 29.30 19.91 GROUP 2....................$ 29.30 19.91 GROUP 3....................$ 29.50 19.91 GROUP 4....................$ 29.70 19.91 GROUP 5....................$ 31.30 19.91

LABORER CLASSFICATIONS

GROUP 1: Laborers, flaggers, outboard and hand boats

GROUP 2: Bull float, chain saw, concrete aggregate, bin concrete bootman, gin buggy, hand or machine vibrator,

D264573 213A1

125/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 13/19

jackhammer, mason tender, mortar mixer, pavement breaker, handlers of all steel mesh, small generators for laborers' tools, installation of bridge drainage pipe, 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 sandblasting), laborers on chain link 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 or drilling machine operators (except quarry master and similar type), acetylene torch operators and asphalt paver, powderman

GROUP 4: Blasters, form setters, stone or granite curb setters

GROUP 5: Asbestos and hazardous waste removal

---------------------------------------------------------------- LABO0785-013 07/01/2018

BROOME (Remainder of County)

Rates Fringes

LABORER LABORERS BUILDING: GROUP 1....................$ 23.90 17.85 GROUP 2....................$ 25.40 17.85 GROUP 3....................$ 25.40 17.85

LABORERS CLASSIFICATION:

GROUP 1: Common laborers

GROUP 2: Masonry forklifts, bob cats, rock drilling equipment and blasters

GROUP 3: Asbestos and hazardous waste removal

---------------------------------------------------------------- PAIN0004-056 05/01/2019

Rates Fringes

Painters: Bridges.....................$ 38.50 28.40 Epoxy-Brush & Roller........$ 26.50 19.98 Painters and Tapers.........$ 25.40 19.98 Spray Epoxy.................$ 26.90 19.98

D264573 214A1

126/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 14/19

Spray Work/Steeple Jack (over 100 ft)...............$ 26.40 19.98 Structural Steel (buildings) Spray Work......$ 26.00 19.98 Swing Scaffold, Boatswain Chair, Spray, Sandblasting, Steam Cleaning, Acid and High Pressure Water, Paperhangers, Vinyl Hangers, Power Grinders w/respirator................$ 26.00 19.98 ---------------------------------------------------------------- PAIN0677-003 05/01/2019

Rates Fringes

GLAZIER..........................$ 25.50 23.25 ---------------------------------------------------------------- PLUM0112-010 05/01/2019

BROOME COUNTY (Building, Heavy, and Highway) Townships of Lisle, Triangle, Barker, Nanticoke, Newark Valley, Owego, Maine, Union, Vestal, Kirkwood, Conklin, Chenango, Fenton, Colesville, Windsor and Stanford

CHENANGO COUNTY (Heavy and Highway) Townships of Linklaen, Otselic, Smyrna, Sherburne, Columbus, Pitcher, Pharsalia, Plymouth, North Norwich, New Berlin, German, McDonough, Preston, Norwich, Smithville, Oxford, Guilford

Rates Fringes

PLUMBER/PIPEFITTER Southern Zone...............$ 35.18 27.99 ---------------------------------------------------------------- ROOF0203-004 06/01/2019

BROOME (Building, Heavy, and Highway) and CHENANGO (Heavy and Highway)

Rates Fringes

ROOFER...........................$ 26.30 16.16 ---------------------------------------------------------------- SFNY0669-005 04/01/2021

BROOME (Building, Heavy, and Highway) and CHENANGO (Heavy and Highway)

D264573 215A1

127/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 15/19

Rates Fringes

SPRINKLER FITTER.................$ 36.33 27.14 ---------------------------------------------------------------- SHEE0058-002 05/01/2020

CHENANGO COUNTY (Heavy and Highway):

Rates Fringes

SHEET METAL WORKER, Includes HVAC Duct Installation Projects over $10 million...$ 30.63 21.71 SHEETMETAL WORKER (HVAC Duct Installation Only) Projects with sheetmetal work contracts totalling $10 million or less.........$ 29.63 21.71 ---------------------------------------------------------------- SHEE0112-003 01/01/2013

BROOME COUNTY

Rates Fringes

Sheet Metal Worker...............$ 27.60 15.26 ---------------------------------------------------------------- TEAM0317-009 07/01/2019

Rates Fringes

Truck drivers: HEAVY & HIGHWAY GROUP 1....................$ 26.50 25.56+a GROUP 2....................$ 26.50 25.56+a GROUP 3....................$ 26.50 25.56+a GROUP 4....................$ 26.70 25.56+a GROUP 5....................$ 26.70 25.56+a

FOOTNOTES: 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 holidays.

TRUCK DRIVERS HEAVY & HIGHWAY CLASSIFICATIONS:

GROUP 1: Pickups; panel trucks; flatboy material trucks (straight jobs); single-axle dump trucks; dumpsters; receivers; greasers; truck tiremen

D264573 216A1

128/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 16/19

GROUP 2: Tandems; batch trucks mechanics

GROUP 3: Semi-trailers; low-boy trucks; asphalt distributors 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

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

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

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

The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular

D264573 217A1

129/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 17/19

rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

Survey Rate Identifiers

Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in

D264573 218A1

130/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 18/19

the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

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

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests 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

D264573 219A1

131/142

8/25/2021 SAM.gov

https://sam.gov/wage-determination/NY20210004/4 19/19

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"

D264573 220A1

132/142

STATE PREVAILING WAGE RATES

4025 Page 1 of 1 EB 06-035 L 01/06/11 9/15/11

The New York State Department of Labor (NYSDOL) has issued a project-specific prevailing wage rate schedule for this Contract. The New York State Labor Law requires the Contractor and all subcontractors to ensure that all workers employed in the performance of a public work contract are paid not less than the prevailing wage rate and supplemental (fringe) benefits in the locality where the work is performed. The project-specific prevailing wage rate schedule, together with all updates and amendments, is incorporated by reference in this Contract, and made a part hereof, as though fully set forth herein. The schedule may be accessed by visiting the NYSDOL website, navigating to the appropriate web page for prevailing wages, and entering the Prevailing Rate Case Number (PRC#). The PRC# is found on NYSDOL Form PW-200, the following page in this Contract Proposal. The project-specific prevailing wage rate schedule and all wage rate amendments are annexed electronically through the following link:

www.labor.ny.gov It is the obligation of the Contractor and all subcontractors to obtain all updated prevailing wage rate schedules and to pay all workers in accordance with the periodic wage rate schedule updates issued by the NYSDOL. Any changes or clarifications of labor classifications, and information on the applicability of particular prevailing wage rates, must be obtained from the Office of the Director of the Bureau of Public Work at the New York State Department of Labor.

D264573 221A1

133/142

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 2021 through June 2022. All updates, corrections, postedon the 1st business day of each month, and future copies of the annual determination areavailable on the Department's website www.labor.ny.gov. Updated PDF copies of yourschedule can be accessed by entering your assigned PRC# at the proper location on thewebsite. It is the responsibility of the contracting agency or its agent to annex and make part, theattached schedule, to the specifications for this project, when it is advertised for bids and /orto forward said schedules to the successful bidder(s), immediately upon receipt, in order toinsure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public WorkContracts" provided with this schedule, for the specific details relating to otherresponsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail ORfax this form to the office shown at the bottom of this notice, OR fill out the electronicversion via the NYSDOL website.

NOTICE OF COMPLETION / CANCELLATION OF PROJECT

Date Completed: Date Cancelled:

Name & Title of Representative:

Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240

www.labor.ny.gov. PW 200 [email protected]

Andrew M. Cuomo, Governor Roberta Reardon, Commissioner

NYSDOT Eric Collischonn, DQAB PS&E unitNYSDOTPOD 2350 Wolf RoadAlbany NY 12232

Schedule Year 2021Date Requested 07/23/2021PRC# 2021007772

Location VariousProject ID# D264573Project Type This reconstruction project replaces the deficient structure carrying Rt. 79 over the Chenango River on a

new alignment. Tn. Of barker and Fenton, Broome Co. (BIN 1030480)

D264573 222A1

134/142

General Provisions of Laws Covering Workers on Article 8 Public Work Contracts Introduction The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed inthe performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in thelocality where the work is performed. Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county,city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire,improvement and other district corporation; a public benefit corporation; and a public authority awarding a public workcontract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing RateSchedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project.This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract tobe awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish thefollowing information to the Bureau: the name and address of the contractor, the date the contract was let and theapproximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of theDepartment's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation ofany public work project. The Department's PW 200 form is provided for that purpose. Both the PW 16 and PW 200 forms are available for completion online. Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any publicwork project shall be permitted to work more than eight hours in any day or more than five days in any week, except incases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply tothe Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particularpublic work project. There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "Requestfor a dispensation to work overtime" form (PW30) and "4 Day / 10 Hour Work Schedule" form (PW 30.1). Wages and Supplements The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public workproject shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work isperformed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, thecontractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original PrevailingRate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work,State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; orelectronically at the NYSDOL website www.labor.ny.gov. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to providecomplete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules toeach subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the originalschedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL websitewww.labor.ny.gov. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect fromJuly 1st through June 30th of the following year. The annual determination is available on the NYSDOL websitewww.labor.ny.gov. Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true underpenalty of perjury. As per Article 6 of the Labor law, contractors and subcontractors are required to establish, maintain,and preserve for not less than six (6) years, contemperaneous, true, and accurate payroll records. At a minimum, payrollsmust show the following information for each person employed on a public work project: Name, Address, Last 4 Digits ofSocial Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s) paid, Supplements paid

D264573 223A1

135/142

or provided, and Daily and weekly number of hours worked in each classification. The filing of payrolls to the Department of Jurisdiction is a condition of payment.Every contractor and subcontractor shallsubmit to the Department of Jurisdiction (Contracting Agency), within thirty (30) days after issuance of its first payroll andevery thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty ofperjury. The Department of Jurisdiction (Contracting Agency) shall collect, review for facial validity, and maintain suchpayrolls. In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll recordssworn to as their validity and accuracy for public work and private work. Payroll records include, but are not limited to timecards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure toprovide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of thecontract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New YorkState and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the projectworksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedulespecified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedulesby a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original scheduleand any subsequently issued schedules, shall provide to such contractor a verified statement attesting that thesubcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages andsupplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a). Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties The wages and supplements contained in the annual determination become effective July 1st whether or not the newdetermination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Anycorrections should be brought to the Department's attention immediately. It is the responsibility of the public workcontractor to use the proper rates. If there is a question on the proper classification to be used, please call the districtoffice located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOLwebsite on the first business day of each month. Contractors are responsible for paying these updated rates as well,retroactive to July 1st. When you review the schedule for a particular occupation, your attention should be directed to the dates above thecolumn of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Departmentposts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by aparticular annual determination. Rates that extend beyond that instant time period are informational ONLY and may beupdated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period. Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay orprovide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages orsupplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficientamount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a finaldetermination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or providethe requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law toso notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract.Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of suchcontract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interestand any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a finaldetermination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding isinstituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of thecourt with respect to the release of the funds so withheld. Summary of Notice Posting Requirements The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public workproject. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverseweather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2)inches.

D264573 224A1

136/142

The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, oneach job site. Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, oremployment training centers, notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the NYS Department of Labor. Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYSCommissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greaterthan the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing RateSchedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outsidethe classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate forthe classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYSDepartment of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency ofoffice registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office ofEmployability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Faxto NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and socialsecurity number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL ApprenticeshipTraining Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provideconclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person isregistered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies ofstate forms is not conclusive proof of the registration of any person as an apprentice. Interest and Penalties In the event that an underpayment of wages and/or supplements is found:

- Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant tosection 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made.

- A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due.

Debarment Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public workcontract or subcontract with any state, municipal corporation or public body for a period of five (5) years when:

- Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successorwithin any consecutive six (6) year period.

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

Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine orimprisonment of up to 15 years, or both. Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, nationalorigin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex ornational origin discriminate against any citizen of the State of New York who is qualified and available to perform the workto which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)).

D264573 225A1

137/142

No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidateany employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220-e(b) ). The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion. There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for eachcalendar day during which such person was discriminated against or intimidated in violation of the provision of the contract (NYS Labor Law, Article 8, Section 220-e(c) ). The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereundermay be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections ofthe contract (NYS Labor Law, Article 8, Section 220-e(d) ). Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places ofemployment, or employment training centers notices furnished by the State Division of Human Rights. Workers' Compensation In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of thecontract for the benefit of such employees as required by the provisions of the New York State Workers' CompensationLaw. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to beingallowed to begin work. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New YorkState. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name thisagency as a certificate holder. If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a companyauthorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of theinformation page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained aworkers' compensation policy for all employees working in New York State. Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite. Unemployment Insurance Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the New York State Department of Labor.

D264573 226A1

138/142

To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND

Budget Policy & Reporting Manual

B-610

Public Work Enforcement Fund

effective date December 7, 2005

1. Purpose and Scope:

This Item describes the Public Work Enforcement Fund (the Fund, PWEF) and itsrelevance to State agencies and public benefit corporations engaged in construction orreconstruction contracts, maintenance and repair, and announces the recently-enactedincrease to the percentage of the dollar value of such contracts that must be deposited intothe Fund. This item also describes the roles of the following entities with respect to theFund:

- New York State Department of Labor (DOL),- The Office of the State of Comptroller (OSC), and- State agencies and public benefit corporations.

2. Background and Statutory References:

DOL uses the Fund to enforce the State's Labor Law as it relates to contracts forconstruction or reconstruction, maintenance and repair, as defined in subdivision two ofSection 220 of the Labor Law. State agencies and public benefit corporations participatingin such contracts are required to make payments to the Fund.

Chapter 511 of the Laws of 1995 (as amended by Chapter 513 of the Laws of 1997,Chapter 655 of the Laws of 1999, Chapter 376 of the Laws of 2003 and Chapter 407 of theLaws of 2005) established the Fund.

3. Procedures and Agency Responsibilities:

The Fund is supported by transfers and deposits based on the value of contracts forconstruction and reconstruction, maintenance and repair, as defined in subdivision two ofSection 220 of the Labor Law, into which all State agencies and public benefit corporationsenter.

Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fundto .10 of one-percent of the total cost of each such contract, to be calculated at the timeagencies or public benefit corporations enter into a new contract or if a contract is amended.The provisions of this bill became effective August 2, 2005.

D264573 227A1

139/142

To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND

OSC will report to DOL on all construction-related ("D") contracts approved during themonth, including contract amendments, and then DOL will bill agencies the appropriateassessment monthly. An agency may then make a determination if any of the billedcontracts are exempt and so note on the bill submitted back to DOL. For any instancewhere an agency is unsure if a contract is or is not exempt, they can call the Bureau ofPublic Work at the number noted below for a determination. Payment by check or journalvoucher is due to DOL within thirty days from the date of the billing. DOL will verify theamounts and forward them to OSC for processing.

For those contracts which are not approved or administered by the Comptroller, monthlyreports and payments for deposit into the Public Work Enforcement Fund must be providedto the Administrative Finance Bureau at the DOL within 30 days of the end of each monthor on a payment schedule mutually agreed upon with DOL.

Reports should contain the following information:

- Name and billing address of State agency or public

benefit corporation;- State agency or public benefit corporation contact and

phone number;- Name and address of contractor receiving the award;- Contract number and effective dates;- Contract amount and PWEF assessment charge (if

contract amount has been amended, reflect increase ordecrease to original contract and the adjustment in thePWEF charge); and

- Brief description of the work to be performed under eachcontract.

Checks and Journal Vouchers, payable to the "New York State Department of Labor"should be sent to:

Department of Labor

Administrative Finance Bureau-PWEF UnitBuilding 12, Room 464

State Office CampusAlbany, NY 12240

Any questions regarding billing should be directed to NYSDOL's Administrative FinanceBureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contractsshould be directed to the Bureau of Public Work at (518) 457-5589.

D264573 228A1

140/142

Introduction to the Prevailing Rate Schedule

Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in theattached Schedule of Prevailing Rates.

Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy andhighway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid orprovided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to beused, please call the district office located nearest the project. District office locations and phone numbers are listed below. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county-by-county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, rowhousing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates foroccupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Pleasecontact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria. Payrolls and Payroll Records Contractors and subcontractors are required to establish, maintain, and preserve for not less that six (6) years, contemporaneous, true, andaccurate payroll records. Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30) days after issuanceof its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty ofperjury.

Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employeeworks on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actuallyperformed.

Overtime At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek isovertime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtimerequirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employeeactually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in theOVERTIME PAY section listings for each classification.

Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision ofsupplements is straight time for all hours worked, some classifications require the payment or provision of supplements, or a portion of thesupplements, to be paid or provided at a premium rate for premium hours worked. Supplements may also be required to be paid or providedon paid holidays, regardless of whether the day is worked. The Overtime Codes and Notes listed on the particular wage classification willindicate these conditions as required.

Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. Theseare the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annualdetermination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing ratesof wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department ofLabor website (www.labor.ny.gov) for current wage rate information.

Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey-workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be inplace on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice isallowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired,and so on. Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions.

Page 18

Prevailing Wage Rates for 07/01/2021 - 06/30/2022 Published by the New York State Department of LaborLast Published on Jul 01 2021 PRC Number 2021007772

D264573 229A1

141/142

Title (Trade) Ratio

Boilermaker (Construction) 1:1,1:4

Boilermaker (Shop) 1:1,1:3

Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4

Carpenter (Residential) 1:1,1:3

Electrical (Outside) Lineman 1:1,1:2

Electrician (Inside) 1:1,1:3

Elevator/Escalator Construction & Modernizer 1:1,1:2

Glazier 1:1,1:3

Insulation & Asbestos Worker 1:1,1:3

Iron Worker 1:1,1:4

Laborer 1:1,1:3

Mason 1:1,1:4

Millwright 1:1,1:4

Op Engineer 1:1,1:5

Painter 1:1,1:3

Plumber & Steamfitter 1:1,1:3

Roofer 1:1,1:2

Sheet Metal Worker 1:1,1:3

Sprinkler Fitter 1:1,1:2

If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU ofPUBLIC WORK District Office or write to:

New York State Department of Labor Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240

District Office Locations: Telephone # FAX #

Bureau of Public Work - Albany 518-457-2744 518-485-0240

Bureau of Public Work - Binghamton 607-721-8005 607-721-8004

Bureau of Public Work - Buffalo 716-847-7159 716-847-7650

Bureau of Public Work - Garden City 516-228-3915 516-794-3518

Bureau of Public Work - Newburgh 845-568-5287 845-568-5332

Bureau of Public Work - New York City 212-932-2419 212-775-3579

Bureau of Public Work - Patchogue 631-687-4882 631-687-4902

Bureau of Public Work - Rochester 585-258-4505 585-258-4708

Bureau of Public Work - Syracuse 315-428-4056 315-428-4671

Bureau of Public Work - Utica 315-793-2314 315-793-2514

Bureau of Public Work - White Plains 914-997-9507 914-997-9523

Bureau of Public Work - Central Office 518-457-5589 518-485-1870

Page 19

Prevailing Wage Rates for 07/01/2021 - 06/30/2022 Published by the New York State Department of LaborLast Published on Jul 01 2021 PRC Number 2021007772

D264573 230A1

142/142


Recommended