201
PROPOSAL BID PROPOSAL WORKSHEETS. THIS BOOK CONTAINS SPECIFICATIONS AND BOOK 1 OF 1 11:00 A.M. LETTING OF 200 Southern Blvd., Albany, NY 12209 (PROPOSAL ONLY NO PLANS) FOR TANE 18-21B D214668 FED AID # B067.11.321 M.P. NE 0.23 AND M.P. NE 14.11 NEW ENGLAND THRUWAY BETWEEN MAINTENANCE BRIDGE WASHING ON I-95, MARCH 28, 2018 ARTICLE 2, TITLE 9 OF THE PUBLIC AUTHORITIES LAW. IN THE PLANS AND/OR PROPOSAL AND ANY CHANGES WITH OFFICIALLY ADOPTED JANUARY 1, 2018 EXCEPT AS MODIFIED DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS SUBMITTED IN ACCORDANCE WITH THE NEW YORK STATE

PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

  • Upload
    hathu

  • View
    213

  • Download
    0

Embed Size (px)

Citation preview

Page 1: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

PROPOSAL

BID PROPOSAL WORKSHEETS.

THIS BOOK CONTAINS SPECIFICATIONS AND

BOOK 1 OF 1

11:00 A.M.

LETTING OF

200 Southern Blvd., Albany, NY 12209

(PROPOSAL ONLY NO PLANS)

FOR

TANE 18-21B D214668

FED AID # B067.11.321

M.P. NE 0.23 AND M.P. NE 14.11

NEW ENGLAND THRUWAY BETWEEN

MAINTENANCE BRIDGE WASHING ON I-95,

MARCH 28, 2018

ARTICLE 2, TITLE 9 OF THE PUBLIC AUTHORITIES LAW.

IN THE PLANS AND/OR PROPOSAL AND ANY CHANGES WITH

OFFICIALLY ADOPTED JANUARY 1, 2018 EXCEPT AS MODIFIED

DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS

SUBMITTED IN ACCORDANCE WITH THE NEW YORK STATE

Page 2: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

NOTICE TO

BIDDERS In addition to the bid deposit requirement, this Proposal shall be accompanied by a Statement of Surety’s Consent on the form furnished by the Authority. (See last page).

BIDDERS ARE SUBJECT TO LOSS OF BID DEPOSIT FOR FAILURE TO OBTAIN PROPER BONDING.

Page 3: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Special Note:

The following bridges shall be washed within the first 30 days after award:

MP NE 13.34 – BIN

MP NE 13.48 - BIN

MP NE 13.71 - BIN

MP NE 14.11 – BIN

If the Contractor fails to complete the work to the satisfaction of the Engineer in the time as noted

above, the Engineer shall deem such failure to complete the work as adversely affecting the

management and/or administration of the contract, the Engineer shall withhold payments and eliminate

the work for the locations not completed pursuant to Article 8 No Payment on Contractor's Non-

Compliance of the contract agreement. An extension of time shall not be granted for the

locations listed above. In addition the Contractor shall not receive any compensation or

receive any recoverable cost for the elimination of the work for the locations listed above.

Page 4: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Thruway Authority Designated Contacts

Pursuant to NYS Finance Law Sections 139-j and 139-k, the following people are the designated contacts for this procurement process:

For all procurement contract process related questions:

• Michael W. DoyleOffice of Capital Program and Contracts Management(518) 436-2902

For all technical or engineering related questions:

• Michael H. CoxProject Designer(518) [email protected]

• David T. Vosburgh, PEStructures Design Bureau Director(518) [email protected]

For more information about NYS Finance Law Sections 139-j and 139-k, please see the New York State Thruway Authority Guidelines for Lobbying included in this Proposal.

Page 5: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

NEW YORK STATE THRUWAY AUTHORITY

NOTICE TO BIDDERS

Sealed bids must be hand delivered, or delivered by first class mail, USPS Express or Priority Mail, or overnight delivery service (e.g., FedEx, UPS) to the New York State Thruway Authority Headquarters Building, at the following address only: New York State Thruway Authority, 200 Southern Boulevard Albany, NY 12209. Sealed bids should not be sent or delivered to any other address or location, and the Authority is not responsible for any late deliveries or misdirected bids. Regardless of the delivery method selected, all sealed bids must be delivered by 11:00 AM, on Wednesday, March 28, 2018, where they will be opened publicly and read aloud. Any bids sent or delivered to an address or location other than the one specified above, or received after this time, will not be accepted.

Contract TANE 18-21B/D214668 Maintenance Bridge Washing on I-95, New England Thruway between MP NE 0.23 and MP 14.11 in the Bronx and Westchester Counties in accordance with the Plans and Specifications.

Your bid must be secured with either a Bid Bond or a Bid Deposit. A Bid Bond must be in the amount of 25% of the total bid and must be on the Authority’s Bid Bond Form (TA-44117) which is included in the Proposal. A Bid Deposit must be a certified check or cashier’s check made payable to the New York State Thruway Authority in the amount of $75,000.00. Plans, proposals, and information on how to download Contract Bid Data are available on the Authority’s Website at www.thruway.ny.gov.

SPECIAL NOTE

The New York State Thruway Authority has discontinued the practice of reproducing and furnishing full-size and half-size plans to Contractors after contract award. Contractors shall be responsible for their own hard copies of plans and proposals at no additional cost to the Authority.

Page 6: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

New York State Can Help You Secure Surety Bonding

The NYS Surety Bond Assistance Program (NYSBAP) provides technical and financial assistance to help contractors secure surety bonding. Contractors may be eligible to receive a guarantee of up to 30% to secure a surety bond line, bid bond or a performance and payment bond on State projects. Training is also available to contractors requiring technical support on how to become bond-ready. For more information and to fill out a NYSBAP application, visit http://esd.ny.gov/BusinessPrograms/BondingAssistance.html or contact Ms. Huey-Min Chuang at Empire State Development at 212-803-3238 or [email protected].

Page 7: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

1 of 209/14 PEPRev. 06/17

SPECIAL NOTE REQUEST FOR INFORMATION (RFI)

A request for information (RFI) is a written process used to clarify a detail, specification, or note in the contract documents, provide notification of a possible error or omission, or request a minor modification due to possible unforeseen issues that may occur during construction.

However, during the period between project advertisement and award of contract, the prospective Bidder/Contractor shall submit all RFIs to the appropriate “Designated Contact” via e-mail, as listed elsewhere in the Proposal. The prospective Bidder’s/Contractor’s RFI shall be forwarded to the designated contact and it shall follow the format as shown on the following page.

This form can be printed, filled out as completely and accurately as possible, and numbered sequentially, as needed. Any supporting information that may help describe the issue more clearly, as well as any suggestions or recommendations for possible resolution, should be provided. 

Page 8: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

2 of 2 09/14 PEP Rev. 06/17 

BIDDER REQUEST FOR INFORMATION 

Section I  Request for Information Bidding Firm/Contractor Name  Name of Bidding Firm/Contractor 

Representative (Requester) Requester Phone Number 

(      )        ‐ Requester E‐mail Address

Contract TA No.  Contract D No.

Proposal Page Number(s)  (if applicable) 

Plan Drawing Number(s) (if applicable) 

Specification Section(s)(if applicable) 

Request Date  Request No.

Detailed Description of Issue (Use additional pages, if necessary)

Proposed Solution (If applicable.  Use additional pages, if necessary) 

Section II  Request Response Receipt Date  Response Date  Response By (Name) Representing Thruway Bureau

E‐mail Address

Response (Use additional pages, if necessary)

Attached Document(s) (Describe the content of attached document(s), if applicable)

Page 9: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

i

New York State Thruway Authority

Contract No. TANE 18-21B

T A B L E O F C O N T E N T S

PROJECT INFORMATION Title Sheet ................................................................................................................ 1 Professional Seal Sheet..............................................................................................2 Proposal Title Sheet ................................................................................................. 3 Pre-Award Notice / Contract Award .......................................................................... 4 Pre-Bid Inspection / Preconstruction Meeting / Withdrawal of Bid ............................ 5 Design Plans and Details ......................................................................................... 6 Quantity Sheet Summary for Proposal ..................................................................... 7 As-Built Revisions Form ........................................................................................... 15 Thruway Standard Work Zone Traffic Control Plans ................................................. 16 Work to be Done ....................................................................................................... 26 Schedule and Suspension of Work ........................................................................... 32 Project Notes ............................................................................................................ 36 Specialty Items ......................................................................................................... 50 Supplemental Information Available To Bidders ....................................................... 51 REVISIONS TO NYSDOT STANDARD SPECIFICATIONS NYSTA Addendum to the Standard Specifications ................................................... 52 SPECIAL SPECIFICATIONS Special Note — Special Specification Pay Item Numbers ........................................ 53 Project Special Specifications ................................................................................... 54 SPECIAL NOTES Confidential Information ............................................................................................ 68 Control of Materials .................................................................................................. 71 Availability of Electronic Bid Data ............................................................................. 72 Requirements for Contractor’s Utilization of Areas Outside of the Right-of-Way ........................................................................................................ 73 Compliance with State Pollutant Discharge Elimination System (SPDES) Regulations.......................................................................................................... 74 Diesel Emission Reduction Act (DERA) Regulatory Compliance .............................. 75 Green Construction Requirements ........................................................................... 76 “Generator Knowledge” for Disposal of Treated Wood ............................................. 77 Forest Insect Disease Control .................................................................................. 80

Page 10: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

ii

AFFIRMATIVE ACTION REQUIREMENTS Goals for Disadvantaged Minority Women’s Business Enterprise (DMWBE) Participation ......................................................................................................... 82 Required Contract Provisions for Federal Aid Contracts ........................................... 83 Goals for Equal Employment Opportunity (EEO) Participation ................................. 94 Progress Payments ‒ OEOC Reports ....................................................................... 95 Utilization Plan for All Subcontractors (TA-W1022-9) ............................................... 96 Instructions for the Manual Completion of the Employment Utilization Report (TA-W1017-9) ...................................................................................................... 98 Monthly Employment Utilization (TA-W1017-9) ........................................................ 100 Payments to DMWBE Subcontracting Firms (TA-W1023-9) ..................................... 101 STATE WAGE RATE INFORMATION Wage Rates / Special Notice to Bidders in Relation to Overtime Dispensation ........ 102 Special Note: State Prevailing Wage Rates ............................................................. 103 State Wage Rates .................................................................................................... 104 FEDERAL WAGE RATE INFORMATION Federal Wage Rates ................................................................................................. 131 SAMPLE AGREEMENT New York State Thruway Authority Sample Agreement ............................................ 176 BID PROPOSAL Itemized Proposal ..................................................................................................... 185 Non-Collusive Bidding Certification........................................................................... 192 Iran Divestment Certification ..................................................................................... 193 MacBride Fair Employment Principals Certification .................................................. 194 Signature Sheet ........................................................................................................ 195 Bid Bonds ................................................................................................................. 196 New York State Thruway Authority Guidelines for Lobbying ..................................... 198 Disclosure of Prior Non-Responsibility Determinations ............................................. 201 Certificate of Compliance (TA-W2111-9) .................................................................. 202 Amendment Acknowledgment .................................................................................. 203 Statement of Surety’s Consent ................................................................................. 204

Page 11: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

PROJECT INFORMATION

Page 12: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

1

Page 13: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

2

Page 14: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

TANE 18-21B D214668

NEW YORK STATE THRUWAY AUTHORITY

DEPARTMENT OF ENGINEERING

PROPOSAL ESTIMATE FOR

MAINTENANCE BRIDGE WASHING ON I-95,

NEW ENGLAND THRUWAY

FROM

MILEPOST NE 0.23 TO NE 14.11

IN THE NEW YORK DIVISION

OF THE

NEW YORK STATE THRUWAY

IN

THE BRONX AND WESTCHESTER COUNTIES

TYPE LIMITS

Maintenance Bridge Washing 13.88 Miles NB and SB on I-95, New England Thruway Plus Advanced Signing

DEPOSIT REQUIRED $75,000.00

COMPLETION DATE August 29, 2018

3

Page 15: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

PRE-AWARD NOTICE

A Pre-Award Meeting has not been scheduled for this project. If a Pre-Award Meeting is deemed necessary, notice of the date and time will be provided.

To assist the Authority in its award process, the successful low bidder must furnish the following items upon request:

1. A current New York State Uniform Contracting Questionnaire (NYSUCQ) CCA-2 form must be on file;

2. A list of current contracts giving the firm or agency for which they are being performed, the name andphone number of someone therein familiar with the contractor's work, the contract amount, and percent ofcompletion;

3. Pre-Award Project Schedule;

4. Documentation of the actions taken to comply with the Minority/Women’s Business EnterpriseUtilization goals (Non-Federal), or Disadvantaged Business Enterprise goals (Federal) as defined in theProposal;

5. A “Schedule of Participation of Minority/Women’s Business Enterprise” (Form TA-1022), orDisadvantaged Business Enterprise" (Form TA-1022F);

6. AAPHC-89 Approval to Subcontract.

Contract Documents will be supplied with the Authority’s notice to the successful low bidder and must be executed and returned to the Authority within ten (10) days of receipt.

If a Pre-Award Meeting is held, it is requested that the Project Superintendent be present. The Contractor should be prepared to provide, upon request by the Authority, information regarding, among other things, the following:

1. Use of subcontractors, including who they will be and what items of work they will perform;

2. Suppliers and manufacturers;

3. Traffic control and safety;

4. Any anticipated problems that could affect the progression of the project.

CONTRACT AWARD

The award process cannot begin until the executed Contract Documents have been returned to the Authority and the successful Low Bidder has provided acceptable documentation with regard to his actions taken to comply with the M/WBE goals of this Contract or DBE Goals for Federally Aided Contracts.

Rev. 10/12 05/09 RBF

4

Page 16: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

ALL BIDDERS

PRE-BID INSPECTION

The prospective bidder must have in its possession the Contract Plans/Proposal and a Work Permit for identification purposes when conducting a pre-bid inspection of the Thruway facility.

The prospective bidder shall inform the appropriate Division Point of Contact (listed below) prior to visiting the site and shall strictly comply with all instructions and requirements.

• The New York State Thruway Authority Permit Application (TA-W5124) and information on requiredinsurance documentation is available at http://www.thruway.ny.gov/business/realproperty/permits.html. Theapplication along with insurance documentation shall be submitted to the appropriate Thruway AuthorityDivision Permit Coordinator as indicated on page 2 of the application. The fee is waived for this Pre-BidInspection.

Division Point of Contact Phone New York Gail Winters (845) 918-2510

Albany Gary Raylinsky (518) 436-2710Syracuse Michael Jauch (315) 438-2407Buffalo Paul Zakrzewski (716) 635-6218

Provisions of Section 107-05, Equipment Safety Procedures, contained in the Contract Proposal shall apply to all Pre-Bid Inspectors and shall be strictly adhered to while performing the pre-bid inspection.

PRECONSTRUCTION MEETING

A Pre-Construction Meeting will be held prior to the start of construction. The time, date and location will be coordinated by the Division Construction Engineer who will provide this information to the successful low bidder as soon as it is available.

WITHDRAWAL OF BID

A Contractor may at any time, upon at least fifteen (15) days written notice, withdraw its bid on a date sixty (60) days after bid opening or thirty (30) days after the properly executed contract documents have all been received by the Authority, whichever is later. The bid bond, bid deposit, and/or performance bond shall remain in effect until such period of written notice has expired provided the contract has not been approved by the Office of the State Comptroller in the interim.

The Contractor and the Authority may agree in writing to extend the date upon which the bid may be withdrawn if the contract has not been approved by the Office of the State Comptroller.

5

Page 17: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

DESIGN PLANS AND

DETAILS

6

Page 18: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

PAGE: 1DATE: 02/19/2018

QUANTITY SHEET SUMMARY FOR PROPOSAL

CONTRACT ID: D214668 PROJECT(S): N72652

CONTRACTOR :________________________________________________________________===============================================================================================ITEMNUMBER DESCRIPTION UNIT QUANTITY===============================================================================================619.01 BASIC WORK ZONE TRAFFIC CONTROL LS 1.000===============================================================================================619.110612 (PVMS) STANDARD SIZE - FULL MATRIX (LED) NO OPTIONAL EACH 1.000

EQUIPMENT CELLULAR COMMUNICATIONS===============================================================================================619.1113 TRUCK MOUNTED VARIABLE MESSAGE SIGNS (TMVMS) EACH 4.000===============================================================================================619.24 NIGHTTIME OPERATIONS LS 1.000===============================================================================================637.11 25 ENGINEER'S FIELD OFFICE - TYPE 1 MNTH 4.000===============================================================================================641.97000125 MAINTENANCE CLEANING AND WASHING OF BRIDGES, ONE OR TWO EACH 4.000

SPANS MAINLINE BRIDGE===============================================================================================641.97000225 MAINTENANCE CLEANING AND WASHING OF BRIDGES THREE OR FOUR EACH 5.000

SPANS, MAINLINE BRIDGE===============================================================================================641.97000325 MAINTENANCE CLEANING AND WASHING OF BRIDGES, FIVE SPAN OR EACH 4.000

MORE MAINLINE BRIDGE===============================================================================================641.97000425 MAINTENANCE CLEANING AND WASHING OF BRIDGES ONE, TWO, OR EACH 11.000

THREE MAINLINE BRIDGES W/ARCH FRAME===============================================================================================641.97000525 MAINTENANCE CLEANING AND WASHING OF BRIDGES, OVER THE EACH 16.000

MAINLINE WITH ONE OR TWO SPANS===============================================================================================641.97000625 MAINTENANCE CLEANING AND WASHING OF BRIDGES OVER MAINLINE EACH 4.000

WITH 3 OR 4 SPANS===============================================================================================641.97000725 MAINTENANCE CLEANING AND WASHING OF PEDESTRIAN BRIDGES ONE, EACH 5.000

TWO, FOUR, OR FIVE SPANS===============================================================================================697.0203 25 FIELD CHANGE ORDER (THRUWAY) DC 50000.000===============================================================================================699.040001 MOBILIZATION LS 1.000===============================================================================================

7

Page 19: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Listed below are the bridges washing items and the bridge locations to be included in each item. ITEM 641.97000125

One and Two Span Mainline Thruway Bridges -- Rolled Beam/Plate Girder, Multi-Girder

QUANTITY FOR THIS ITEM – 4 EACH

LOCATION (M.P.)

SPANS DECK SURFACE AREA

(SQ. FEET) Mainline NE 3.94 1 6,882 Mainline NE 4.63 1 17,570

Mainline NE 13.15 1 6,207 Mainline NE 14.11 1 25,432

ITEM 641.97000225

Multiple Span Mainline Thruway Bridges (3 and 4 spans) -- Rolled Beam/Plate Girder, Multi-Girder

QUANTITY FOR THIS ITEM – 5 EACH

LOCATION (M.P.)

SPANS DECK SURFACE AREA

(SQ. FEET) Mainline NE 0.23 4 26,719 Mainline NE 0.41 4 45,334 Mainline NE 1.11 4 16,798 Mainline NE 9.14 3 12,518 Mainline NE 10.04 3 26,000

ITEM 641.97000325

Multiple Span Mainline Thruway Bridges (5 or more spans) -- Rolled Beam/Plate Girder, Multi-Girder

QUANTITY FOR THIS ITEM – 4 EACH

LOCATION (M.P.)

SPANS DECK SURFACE AREA

(SQ. FEET) Mainline NE 2.69 6 66,350 Mainline NE 5.09 19 121,700

Mainline NE 13.48 8 47,894 Mainline NE 13.93 5 41,344

ITEM 641.97000425

Multiple Span Mainline Thruway Bridges (1, 2 and 3 spans) -- Deck Arch, Frame

QUANTITY FOR THIS ITEM – 11 EACH

LOCATION (M.P.)

SPANS DECK SURFACE AREA

(SQ. FEET) Mainline NE 0.55 2 6,142 Mainline NE 0.56 2 6,479 Mainline NE 2.96 1 10,900 Mainline NE 4.33 1 5,566 Mainline NE 4.80 1 9,184 Mainline NE 5.99 1 6,885 Mainline NE 6.04 1 7,400 Mainline NE 7.22 1 1,800 Mainline NE 8.66 2 5,896 Mainline NE 10.38 3 7,300 Mainline NE 13.34 1 3,400

8

Page 20: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

ITEM 641.97000525 One (1) and Two (2) Span Bridges over the Mainline Thruway -- Rolled Beam/Plate Girder, Multi-Girder – Floor Beam

System

QUANTITY FOR THIS ITEM – 16 EACH

LOCATION (M.P.)

SPANS DECK SURFACE AREA

(SQ. FEET) Overhead NE 0.65 1 4,155 Overhead NE 1.61 1 4,807 Overhead NE 2.37 2 11,627 Overhead NE 5.39 2 7,176 Overhead NE 5.76 2 16,898 Overhead NE 6.74 2 15,870 Overhead NE 7.24 2 4,900 Overhead NE 7.72 2 93,003 Overhead NE 7.75 1 2,900 Overhead NE 8.80 2 3,700 Overhead NE 9.55 2 5.800 Overhead NE 9.88 2 4,500

Overhead NE 12.01 2 4,300 Overhead NE 12.48 2 6,100 Overhead NE 12.63 2 7,835 Overhead NE 12.94 2 4,300

ITEM 641.97000625 Three (3) and Four (4) Span Bridges over the Mainline Thruway -- Rolled Beam/Plate Girder, Multi-Girder

QUANTITY FOR THIS ITEM – 4 EACH

Overhead NE 7.64 4 13,838 Overhead NE 10.52 4 5,800

Overhead NE 11.53 4 7,900 Overhead NE 11.66 4 11,500

ITEM 641.97000725 Multiple Span Pedestrian Bridges over the Thruway and Local Roads

QUANTITY FOR THIS ITEM – 5 EACH

LOCATION (M.P.)

SPANS

DECK SURFACE AREA (SQ. FEET)

NE 0.24 2 2,176 NE 0.42 5 3691 NE 1.56 2 1,240 NE 2.10 4 2,270 NE 5.72 1 1,930

9

Page 21: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

MILEPOST BIN NUMBER DESCRIPTION NE 0.23 5066649 Bronx-Pelham Parkway NE 0.24 5524040 Bronx-Pelham Parkway Pedestrian Bridge NE 0.41 5075309 Erskine Place & Amtrak RR NE 0.42 5524050 Amtrak/Erskine Place Pedestrian Bridge NE 0.55 5066652 Hutchinson River Parkway (I-95 NB) NE 0.56 5066651 Hutchinson River Parkway (I-95 SB) NE 0.65 5075380 Gun Hill Road NE 1.11 5075399 Bartow Avenue NE 1.56 2076060 Pedestrian Overpass, 222 Street (I-95 SB) NE 1.61 5076070 Baychester Avenue (I-95 NB) NE 2.10 2075410 Pedestrian Overpass, Dyre Avenue NE 2.37 5075429 Connor Street NE 2.69 5075439 Eastchester Creek & Hollers Avenue NE 2.96 5075449 Hutchinson River Parkway NE 3.94 5514509 Pelhamdale Avenue NE 4.33 5514519 Reynolds Underpass NE 4.63 5000029 Boston Post Road, Route 1 NE 4.80 5514529 Kings Highway NE 5.09 5514539 New England Viaduct (Webster Avenue, Beechwood

Avenue & Metro North RR) NE 5.39 5514540 Centre Avenue NE 5.72 5524880 North Avenue Utility/Pedestrian Bridge NE 5.76 5514550 North Avenue NE 5.99 5514569 Cross Country Connection NE 6.04 5514579 Cedar Street NE 6.74 5514589 Potter Avenue NE 7.22 5514830 Larchmont Station Plaza NE 7.24 5514590 Chatsworth Avenue Interchange Ramp over Thruway NE 7.64 5514600 Chatsworth Avenue over Thruway & Metro-North NE 7.72 5514610 Larchmont Station Plaza NE 7.75 5514620 Plaza Ramp NE 8.66 5514649 Sheldrake River NE 8.80 5514650 Rockland Avenue NE 9.14 5514669 Fenimore Road NE 9.55 5514670 Old White Plains Road NE 9.88 5514680 Ramp from Mamaroneck Avenue

NE 10.04 5514699 Thruway over Mamaroneck Ave. NE 10.38 5514709 Mamaroneck River NE 10.52 5514710 West Street NE 11.53 5514720 Nelson Avenue NE 11.66 1037560 Harrison Avenue NE 12.01 5514730 South Road NE 12.48 5514759 Playland Parkway Interchange NE 12.63 5348240 North Street over Thruway & Metro-North NE 12.94 5514760 Central Avenue NE 13.15 5514779 Locust Street NE 13.34 5514789 Blind Brook NE 13.48 5037319 Purchase Street NE 13.71 5000080 Boston Post Road, Rt. 1 NE 13.93 5514799 Metro-North Railroad NE 14.11 5514809 Midland Avenue

10

Page 22: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

11

Page 23: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

12

Page 24: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

13

Page 25: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

14

Page 26: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

PW:\XXX\Record Proposal Revision Sheet.dgn

SYM.BYDESCRIPTION

RECORD PROPOSAL REVISIONS

DATE DWG #

TITLE:

RECORD PROPOSAL REVISION SHEET

TANE 18-21B / D214668

15

Page 27: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

WORK ZONE TRAFFIC CONTROL

The Contractor’s attention is directed to the fact that the price bid for the appropriate Work Zone Traffic Control items in the Contract shall include the cost to maintain and protect local traffic crossing over or beneath the Thruway.

The following statements and restrictions shall apply for maintaining vehicular and pedestrian traffic on the listed roadways. All closures shall be set up and maintained in strict conformance with the NYS DOT Standard Traffic Control sheets for local roads and Thruway WZTC sheets. Single lane closures on the Thruway and local roads are required when working over the roadway. This requirement does not apply to the roadway under a bridge when washing the deck surface of traffic side of concrete parapets. Permits from the City of New York may contain additional requirements.

I. The roadways listed below are within the jurisdiction of New York City.

Bronx-Pelham Parkway

1. Lane closures shall not be permitted between 6:00 AM to 9:00 AM and from 3:00 PM to 6:00 PM on weekdays.2. Weekend closures are not allowed from May 28 through September 5.3. The pedestrian walkways and bridle path shall be maintained during the work operations.

Hutchinson River Parkway – M.P. NE 0.55, NE 0.56 and NE 2.96

1. Lane closures shall not be permitted between 6:00 AM to 10:00 AM and from 3:00 PM to 7:00 PM on weekdays.No Saturday hour restrictions shall apply. On Sundays, no lane closures shall be allowed after 3:00 PM. Duringthe non-peak hours only one lane may be closed. Closing two of the three lanes shall only occur during the hoursbetween 10:00 PM and 5:00 AM.

2. Single lane closures shall conform to Figures SLC-55 (1thru 3) of the Thruway WZTC.3. Closure of the center lane shall be in accordance with the New York City standards.4. The appropriate permits will be obtained from New York City prior to the start of work.5. Pedestrian walkways shall be maintained during the work operations.

Bartow Avenue

1. Lane closures are permitted between the hours of 10:00 AM and 3:00 PM.2. Pedestrian walkways shall be maintained during the work operations.

Conner Street

1. Lane closures are permitted between the hours of 10:00 AM and 3:00 PM.2. One sidewalk shall remain open during the work operations.

Tillotson Avenue/Hollers Avenue

1. Lane closures shall not be permitted between 7:30 AM and 9:00 AM and from 3:00 PM to 6:00 PM.2. One sidewalk shall remain open during the work operations.

16

Page 28: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

WORK ZONE TRAFFIC CONTROL

II. The roadways listed below are within the jurisdiction of local municipalities.

Pelhamdale Avenue/Potter Avenue

1. Lane closures are permitted between the hours of 9:00 AM and 3:00 AM.2. One sidewalk shall remain open during the work operations.3. A work permit shall be obtained from the Town of Pelham Manor fourteen (14) days prior to the start of work on

the Pelhamdale Avenue Bridge, and one from the City of New Rochelle for the Potter Avenue Bridge.

Boston Post Road (NE 4.63)

1. A minimum of two (2) lanes, one in each direction shall be maintained at all times except as noted below.2. No lane closures will be permitted between 6:30 AM to 9:30 AM and from 4:00 PM to 6:30 PM Monday through

Saturday.3. One sidewalk shall remain open during the work operations.4. A work permit must be obtained from the New York State Department of Transportation, and the City of New

Rochelle must be notified at least fourteen (14) days prior to starting work.

Kings Highway, Beechwood Avenue and Webster Avenue (under the Viaduct M.P. NE 5.09), Centre Avenue, Cross County Connector and Cedar Street

1. Lane closures shall not be permitted between 6:00 AM to 9:00 AM and from 3:00 PM to 6:00 PM on weekdays.2. Single lane closures shall be in conformance with Figure SLC-55 (1thru 3) of the Thruway WZTC.3. One sidewalk shall remain open during the work operations.4. A work permit shall also be obtained from the City of New Rochelle fourteen (14) days prior to starting work.

Chatsworth Avenue

1. Lane closures shall not be permitted between 7:30 AM and 9:00 AM and from 3:00 PM to 5:00 PM on weekdays.2. One sidewalk shall remain open during the work operations.3. Lane closure requests shall be submitted to the Town of Mamaroneck and the Village of Larchmont fourteen (14)

days prior to the start of work.4. After May 14th, coordinate with the Farmers Market event that occurs every Saturday during the summer of 2016.

Larchmont Station Plaza and Plaza Ramp

1. Clean only on nights or weekends.2. After May 14th, coordinate with the Farmers Market event that occurs every Saturday during the summer of 2016.

Rockland Avenue, Fenimore Road, Old White Plains Road and West Street

1. Lane closures shall not be permitted between 7:30 AM to 9:00 AM and from 3:30 PM to 5:00 PM2. One sidewalk shall remain open during the work operations.3. Lane closure requests shall be submitted to the Village of Mamaroneck fourteen (14) days prior to the start of

work. Contact the Town of Harrison for West Street.

Mamaroneck Avenue (CR8)

1. Lane closures shall not be permitted between 7:30 AM to 9:00 AM and from 4:00 PM to 6:00 PM.2. The sidewalk on the south side shall remain open during the work operations.3. A work permit shall be obtained from the County of Westchester fourteen (14) days prior to the start of work.

Notification must also be made to the Village of Mamaroneck.

17

Page 29: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

WORK ZONE TRAFFIC CONTROL

Nelson Avenue, Harrison Avenue, South Road, North Street (CR73), and Central Avenue

1. Lane closures shall not be permitted between 6:00 AM to 9:30 AM and from 3:00 PM to 7:00 PM.2. One sidewalk shall remain open during the work operations.3. Lane closure requests for Nelson Avenue, Harrison Avenue and South Road shall be submitted to the Town of

Harrison fourteen (14) days prior to the start of work. The New York State Department of Transportation shallalso be notified fourteen (14) days prior to the start of work on Harrison Avenue.

4. Lane closure requests for North Street and Central Avenue shall be submitted to the City of Rye fourteen (14)days prior to the start of work. A work permit shall also be obtained from Westchester County fourteen (14) daysprior to starting work on North Street.

Locust Avenue and Purchase Street

1. Lane closures shall not be permitted between 7:00 AM to 9:00 AM and from 3:30 PM to 6:00 PM on PurchaseStreet and the roadway to the train station. The train station road may be closed to one lane outside the peakhours using flag persons. On Purchase Street one lane in each direction must be maintained during periods oflane closures.

3. Locust Avenue must have one lane opened at all times with the use of flag persons.4. Lane closure requests shall be submitted to the City of Rye fourteen (14) days prior to the start of work.

Boston Post Road (M.P. NE 13.71)

1. Lane closures shall not be permitted between 6:00 AM to 9:00 AM and from 3:00 PM to 6:00 PM.2. One sidewalk shall remain open during the work operations.3. Lane closure requests shall be submitted to the New York State Department of Transportation fourteen (14) days

prior to the start of work. The City of Rye is also to be notified.

Midland Avenue (M.P. 14.11)

1. Lane closures shall not be permitted between 6:00 AM to 9:00 AM and from 2:00 PM to 6:00 PM on weekdays.2. Single lane closures shall be set in conformance to Figure SLC-55 (1thru 3) of the Thruway WZTC.

Grace Church Street and Fox Island Road/Byram River

1. Lane closures shall not be permitted between 7:30 AM to 9:00 AM and from 3:00 PM to 6:00 PM.2. One sidewalk on Grace Church Street shall remain open during the work operations.3. Lane closure requests for Grace Church Street and Fox Island Road shall be submitted to the Village of Port

Chester fourteen (14) days prior to the start of work.4. The Connecticut State Department of Transportation shall also be notified fourteen (14) days prior to the start of

work on the Byram River Bridge so that Traffic Control can be coordinated with that state. The Contractor willbe required to obtain an encroachment permit to set up sign patterns to conduct work In Connecticut for theproposed project. This permit may be obtained through the Special Services Manager, Mr. Paul Holmes at theDistrict 3 Office in New Haven, at (203) 389-3010. The permit is valid for one (1) year from the date of issue.

Page 3 of 3

18

Page 30: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

NEW YORK STATE THRUWAY AUTHORITY WORK ZONE TRAFFIC CONTROL SHEETS

The NYS Thruway Authority Work Zone Traffic Control Sheets shown in this document shall be used on all the New England Thruway (I-95) bridges, between M.P. NE 0.00 to M.P. NE 14.93.

NYSDOT Standard Sheets 619-04 to 619-64, referenced in the contract documents, are not be used on the NYSTA New England Section.

19

Page 31: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

NEW YORK STATE THRUWAY AUTHORITY AND NEW YORK STATE DEPARTMENT OF TRANSPORTATION

STANDARD SHEETS

(For Proposal-Only projects)

The latest revisions of the Thruway Authority Standard Sheets as maintained by the New York State Thruway Authority (NYSTA), which are current on the date of advertisement for bids, shall be considered to be in effect. All pay items and work contained in the Contract and any additional pay items and work encountered during the course of the Contract shall be subject to the applicable standard sheet(s), unless otherwise specified in the Contract documents. A list of applicable NYSTA Standard Sheet drawings for this Contract are provided within this section of the Proposal. The officially adopted New York State Thruway Authority Standard Sheets book is available on the Thruway Authority website at: http://www.thruway.ny.gov/business/contractors/standard-sheets/index.shtml The latest revisions of the New York State Department of Transportation Standard Sheets maintained by NYSDOT, which are current on the date of advertisement for bids, shall be considered to be in effect. All pay items and work contained in the Contract and any additional pay items and work encountered during the course of the Contract shall be subject to the applicable standard sheet(s) unless otherwise specified in the Contract documents. A list of applicable NYSDOT Standard Sheet drawings for this Contract are provided within this section of the Proposal. The officially adopted New York State Department of Transportation Standard Sheets book is available on the NYSDOT website at: https://www.dot.ny.gov/main/business-center/engineering/specifications/busi-e-standards-usc

20

Page 32: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

LIST OF NYSTA STANDARD SHEETS

The following NYSTA standard sheets, marked with an “X” in the first column, apply to this project. X Sheet No. Subject

TA 201-01 Clearing and Grubbing (Dwg. CG)TA 203-01 Shoulder Backup 1R Projects (Dwg. SB)TA 203-02 Slope Flattening DetailsTA 402-01 Highway Pavement Repair Details (Dwg. PRD)TA 402-02 Bridge Deck Wearing Course Resurfacing (Dwg. BDR)TA 603-01 Culvert Extension DetailsTA 402-03 Overhead Bridge Underclearance Improvement (Dwg. BU)TA 605-01 Underdrain DetailsTA 606-01 NYSTA Thrie Beam Guiderail (Sheets 1-2) (Dwgs. GR-1 and GR-2)TA 606-02 Modified G2 Corrugated Rail and HPBO Rail Transitions into Existing

Corrugated Guiderail Systems (Maintenance Support) (Dwg. GR-3)TA 606-03 Corrugated Median Barrier to MG2 Corrugated Beam Guide Railing

Transition Detail D (Dwg. GR-4)TA 606-04 Box Beam to 42" Single Slope Half Section Concrete Barrier

Pier Protection (Dwg. GR-5)TA 606-05 HPBO (Mod.) Corrugated Beam to 42" Single Slope Half Section

Concrete Barrier Pier Protection (Dwg. GR-6)TA 606-06 Typical U-Turn Median Rail Layout and Roadway Transverse SectionTA 611-01 Living Snow FencesTA 619-01 Work Zone Traffic Control Tables & LegendTA 619-02 General Work Zone Traffic Control Notes & Channelizing DevicesTA 619-03 Shoulder Closure Short-Term or Intermediate-Term StationaryTA 619-04 Shoulder Closure Short-Duration Stationary and MobileTA 619-05 Signing & Delineation for Shoulder Work Spaces with Temporary Concrete BarrierTA 619-06 Work Beyond ShoulderTA 619-07 Single Lane Closure Short- or Intermediate-Term Stationary: 65 MPH ZoneTA 619-08 Double Lane Closure Short- or Intermediate-Term Stationary: 65 MPH ZoneTA 619-09 Center Lane Closure Short- or Intermediate-Term Stationary: 65 MPH ZoneTA 619-10 Lane Shift: 65 MPH ZoneTA 619-11 Single Lane Closure Short- or Intermediate-Term Stationary: 55 MPH ZoneTA 619-12 Double Lane Closure Short- or Intermediate-Term Stationary: 55 MPH ZoneTA 619-13 Center Lane Closure Short- or Intermediate-Term Stationary: 55 MPH ZoneTA 619-14 Lane Shift: 55 MPH ZoneTA 619-15 Work Zone Traffic Control at Interchanges, Service Areas and Parking AreasTA 619-16 Work Zone Traffic Control for Miscellaneous OperationsTA 619-17 Mobile Lane ClosureTA 619-18 Mobile Lane Closure: Narrow Shoulder AreaTA 619-19 Short-Duration Lane ClosureTA 619-20 Short-Duration Double Lane ClosureTA 619-21 Work Zone Traffic Control Guide for Pavement Striping OperationsTA 619-22 Mobile Lane Closure for Pavement Striping OperationsTA 619-23 Mobile Lane Closure for Pavement Striping Operations: Narrow Shoulder AreaTA 619-24 Work Zone Traffic Control for Pavement Striping Operations at

Interchanges, Service Areas and Parking Areas

X X X X X X

21

Page 33: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3 of 6

List of NYSTA Standard Sheets, continued:

X Sheet No. Subject

X TA 619-30 New York Division Traffic Management Tables (Sheets 1-25)

TA 619-31 Albany Division 1,150 Veh/Hr/Lane Traffic Management Tables (Sheets 1-18)

TA 619-32 Syracuse Division 1,150 Veh/Hr/Lane Traffic Management Tables (Sheets 1-18)

TA 619-33 Buffalo Division 1,150 Veh/Hr/Lane Traffic Management Tables (Sheets 1-37)

TA 619-34 Vacant

TA 619-35 Albany Division 1,300 Veh/Hr/Lane Traffic Management Tables (Sheets 1-18)

TA 619-36 Syracuse Division 1,300 Veh/Hr/Lane Traffic Management Tables (Sheets 1-18)

TA 619-37 Buffalo Division 1,300 Veh/Hr/Lane Traffic Management Tables (Sheets 1-37)

TA 625-01 ROW and Survey Markers

TA 645-01 Wrong Way Deterrence Sign

TA 646-01 Reference Marker Details (Sheets 1-2)

TA 670-01 Fiber Optic & Backbone Handhole Relocation Details

TA 680-01 Inductance Loop Installation

TA 680-02 Highway Advisory Radio (Sheets 1-9)

TA 685-01 Pavement Striping Details: Asphalt and Concrete Pavement (Sheets 1-2)

TA 685-02 Interchange Gore Area Pavement Striping Details over Existing: Tapered

TA 685-03 Toll Island Gore and Crosswalk Striping Details

TA 685-04 Temporary Pavement Marking Details

TA 690-01 Loop and Treadle Plan (Sheets 1-2)

TA 690-02 Toll Lane Slab Reinforcement Plan

TA 690-03 10 ft Treadle Frame (Sheets 1-2)

Page 34: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

LIST OF NYSDOT STANDARD SHEETS

The following NYSDOT standard sheets, marked with an “X” in the first column, apply to this project. X Sheet No. X Sheet No. X Sheet No. X Sheet No. X Sheet No.

203-01 601-01 606-37 619-40 655-02203-02 603-01 606-38 619-41 655-03203-03 603-02 606-40 619-50 655-04203-04 603-03 606-41 619-51 655-05203-05 603-04 606-42 619-60 655-06204-01 603-05 606-43 619-61 655-07209-01 604-01 606-44 619-62 655-08209-02 604-02 607-01 619-63 663-01209-03 605-01 607-04 619-64 663-02209-04 606-01 607-05 619-65 663-03209-05 606-02 607-06 619-66 663-04209-06 606-04 608-01 624-01 663-05209-07 606-05 608-02 625-01 663-06212-01 606-06 608-03 630-01 663-07212-02 606-07 608-07 632-01 664-01212-03 606-08 609-01 645-01 670-01212-04 606-09 609-02 645-02 670-02212-05 606-10 609-03 645-03 670-03402-01 606-11 609-04 645-05 680-01502-01 606-13 611-01 645-06 680-02502-02 606-14 619-01 645-07 680-03502-03 606-15 619-02 645-09 680-04502-04 606-19 619-04 645-10 680-05502-05 606-20 619-10 645-11 680-06502-06 606-21 619-11 645-12 680-07502-07 606-22 619-12 645-14 680-08502-08 606-24 619-20 646-11 680-10502-09 606-25 619-21 646-12 680-11502-10 606-27 619-22 646-13 680-12502-11 606-28 619-23 646-14 680-13502-12 606-29 619-24 646-15 680-14502-13 606-31 619-30 646-16 680-15502-14 606-32 619-31 649-02 680-16502-15 606-33 619-32 649-03 680-17554-01 606-35 619-33 649-04 685-01554-02 606-36 619-34 655-01

XXXXX

XX

XXXXXXXX

XX

XX

23

Page 35: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

STRUCTURE WORK TYPE

The marked types apply to the indicated milepost(s) below: Milepost(s):

Project Type X X X X X XBridge WashingScour ProtectionChannel CleaningRailing SystemProtective ScreeningPaintingSteel RepairWearing Surface TreatmentDeck RepairsJoint RehabilitationJoint ReplacementBearing RehabilitationBearing ReplacementHanger Pin ReplacementSecuritySeismic RetrofitSubstructure RehabilitationElectricalCathodic Protection SystemFendor or Pier Protection SystemDeck ReplacementSuperstructure ReplacementBridge ReplacementAdded Bridge (New Location)Abandoned BridgeOther: Other: Other:

X

NE 0.23

NE 14.11to

24

Page 36: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

The following is a general description of the work to be done under this Contract. This list is intended to give the Contractor a general description of the work involved in this Contract and is not a complete listing of all work to be done. All work shall be done in accordance with the Contract Documents even though not specifically mentioned in this list.

1. Perform Work Zone Traffic Control (WZTC) according to Item 619.01 and as directed by the Engineer.

2. Perform Bridge Washing.

25

Page 37: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

WORK TO BE DONE MAINTENANCE BRIDGE WASHING

The following is a general description of the work to be done under this Contract. This list is intended to give the Contractor a general description of the work involved in this Contract and is not a complete listing of all work to be done. All work shall be done in accordance with the contract documents even though not specifically mentioned in this list. Listed below is the work to be done, with noted deleted areas, under Item 641.9700XX25. The required maintenance and protection of traffic and pedestrians for each bridge is included in the “Work Zone Traffic Control” notes and the “Schedule and Suspension of Work” contained in this Proposal. Off peak, nighttime and weekend work periods will be necessary to complete the work. The Contractor is advised that some of the bridges may have under bridge utility pipes/conduits and under bridge lighting fixtures. Caution is to be used when cleaning near the pipes/conduits and fixtures to avoid damage to these installations. M.P. NE 0.23 – Thruway over Bronx-Pelham Parkway

♦ Clean per specification. ♦ Bridle Path traffic shall be maintained during cleaning operation.

M.P. NE 0.24 – Pedestrian Bridge over Bronx-Pelham Parkway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations. ♦ Bridle Path traffic shall be maintained during cleaning operation.

M.P. NE 0.41 – Thruway over Amtrak RR & Erskine Place

♦ Clean per specification. ♦ Delete cleaning of the fascia, underside of the deck, outside of the fascia beams and any other structural steel

on the span over Amtrak. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 0.42 – Pedestrian Bridge over Amtrak RR & Erskine Place

♦ Clean per specification. ♦ Delete cleaning of the fascia, underside of the deck, outside of the fascia beams and any other structural steel

on the span over Amtrak. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 0.55 – Thruway (I95 NB) over the Hutchinson River Parkway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 0.56 – Thruway (I95 SB) over the Hutchinson River Parkway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 0.65 – Gun Hill Road over the Thruway (I95 SB)

♦ Clean per specification.

26

Page 38: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

WORK TO BE DONE MAINTENANCE BRIDGE WASHING

M.P. NE 1.11 – Thruway over Bartow Avenue

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 1.56 – Pedestrian Bridge at 222nd Street over the Thruway (I95 NB)

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 1.61 – Baychester Avenue over the Thruway (I95 SB)

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 2.10 – Pedestrian Bridge at Dyre Avenue over the Thruway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 2.37 – Conner Street over the Thruway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 2.69 – Thruway over Eastchester Creek and Tillotson Avenue/Hollers Avenue

♦ Clean per specification and per Special Notes from the Department of Environmental Conservation. ♦ Pedestrian traffic shall be maintained during cleaning operations. ♦ Clean Scuppers and drainage pipe all the way to manholes at Tillotson Avenue.

M.P. NE 2.96 – Thruway over Hutchinson River Parkway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 3.94 – Thruway over Pelhamdale Avenue

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 4.33 – Thruway over Reynolds Underpass

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 4.63 – Thruway over Boston Post Road

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

27

Page 39: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

WORK TO BE DONE

MAINTENANCE BRIDGE WASHING M.P. 4.80- Thruway over Kings Highway

♦ Clean per specification. ♦ Clean deck and sides only. Do not clean underside.

M.P. NE 5.09 – Thruway over Beachwood Avenue, Webster Avenue and Metro-North Railroad

♦ Clean per specification. ♦ Delete cleaning of the fascia, underside of the deck, outside of the fascia beams and any other structural

steel on the span over the Metro-North Railroad tracks. ♦ Delete cleaning of pier and abutment adjacent to the railroad tracks. ♦ There are businesses and parking lots under the bridge. The Contractor shall coordinate with the businesses

as to when the cleaning operations may occur to minimize parking disruptions. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 5.39 – Centre Avenue over the Thruway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 5.72 – North Avenue Utility/Pedestrian Bridge

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 5.76- North Avenue

♦ Clean per specification. ♦ Conduits and cables shall be protected from the pressure washing process. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 5.99- Cross County Connector

♦ Clean per specification. M.P. NE 6.04- Cedar Street Interchange

♦ Clean per specification. ♦ Conduits and cables shall be protected from the pressure washing process.

M.P. NE 6.74 – Potter Avenue over Thruway & Metro North RR

♦ Clean per specification. ♦ Delete cleaning of the fascia, underside of the deck, outside of the fascia beams and any other structural steel

on the span over the Metro-North Railroad tracks. ♦ Pedestrian traffic shall be maintained during cleaning operations. ♦ Transmit reader antennas and cables shall be protected from the pressure washing process.

28

Page 40: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

M.P. NE 7.24 – Chatsworth Avenue Interchange Ramp over Thruway

♦ Clean per specification. ♦ Transmit reader antennas and cables shall be protected from the pressure washing process.

M.P. NE 7.64 – Chatsworth Avenue over the Thruway and Metro-North Railroad

♦ Clean per specification. ♦ Delete cleaning of the fascia, underside of the deck, outside of the fascia beams and any other structural steel

over the Metro-North Railroad tracks. ♦ Delete cleaning of pier and abutment adjacent to the railroad tracks. ♦ Delete cleaning of underside of deck and structural steel in Span 2 (electric closet). ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 7.72 – Larchmont Station Parking Plaza over the Thruway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations. ♦ Clean deck and fascia’s only on nights and weekends. ♦ Delete cleaning of east fascia and cleaning of railroad side of east columns and noise panels. ♦ There are businesses and parking lots at the bridge. The Contractor shall coordinate with the businesses as to

when the cleaning operations may occur to minimize parking disruptions. M.P. NE 7.75 – Plaza Ramp over Depot Road

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations. ♦ Clean only on nights and weekends.

M.P. NE 8.66 – Thruway over Sheldrake River

♦ Clean per specification and per Special Notes from the Department of Environmental Conservation. M.P. NE 8.80 – Rockland Avenue over the Thruway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 9.14 – Thruway over Fenimore Road

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. N E 9.55 – Old White Plains Road

♦ Clean per specification. ♦ Conduits, Gas Lines and Cables shall be protected from the pressure washing process.

29

Page 41: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

M.P. NE 9.88 – Ramp MB over the Thruway

♦ Clean per specification. ♦ Transmit reader antennas and cables shall be protected from the pressure washing process.

M.P. NE 10.38 – Thruway over Mamaroneck River

♦ Clean per specification and per Special Notes from the Department of Environmental Conservation. M.P. NE 10.52 – West Street over the Thruway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 11.53 – Nelson Avenue over Thruway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 11.66 – Harrison Avenue over Thruway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 12.01 – South Road over Thruway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 12.48 – Playland Parkway Ramp over Thruway

♦ Clean per specification. ♦ Transmit reader antennas and cables shall be protected from the pressure washing process.

M.P. NE 12.63 – North Street over Thruway and Metro-North Railroad

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations. ♦ Delete cleaning of the fascia, underside of deck and all steel in span over the railroad tracks. ♦ Delete cleaning of the abutment and pier adjacent to the railroad tracks.

M.P. NE 12.94 – Central Avenue over the Thruway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 13.15 – Thruway over Locust Avenue

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

30

Page 42: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

M.P. NE 13.34 – Thruway over Blind Brook

♦ Clean per specification and per Special Notes from the Department of Environmental Conservation. M.P. NE 13.48 – Thruway over Purchase Street and Parking Lots

♦ Clean per specification. ♦ Coordinate work with the Town of Harrison to minimize the disruption to the parking lots. ♦ Pedestrian traffic shall be maintained during cleaning operations.

M.P. NE 13.71 – Boston Post Road over the Thruway

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations. ♦ Transmit reader antennas and cables shall be protected from the pressure washing process.

M.P. NE 13.93 – Thruway over Ramp D and Metro-North Railroad

♦ Clean per specification. ♦ Delete cleaning of the span over Metro-North, the pier adjacent to the tracks and the north abutment.

M.P. NE 14.11 – Thruway over Midland Avenue

♦ Clean per specification. ♦ Pedestrian traffic shall be maintained during cleaning operations.

31

Page 43: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SCHEDULE AND SUSPENSION OF WORK

1 of 4

The New York State Thruway is a limited access, high-speed, high-volume highway. Traffic shall be maintained

in accordance with the Manual on Uniform Traffic Control Devices (MUTCD), the Work Zone Traffic Control

Plans, the Standard Specifications Section 619 and the following provisions:

A. WORK ZONE TRAFFIC CONTROL

1. Lane closures on the Thruway shall only be allowed in accordance with the traffic management table(s),

available on the Thruway Authority website at http://www.thruway.ny.gov/business/contractors/standard-

sheets/index.shtml, unless indicated otherwise in the contract documents. If the traffic management

table(s) indicate there are no lanes available for closure within a certain time period, work in shoulder

closures (short-duration, mobile and short- or intermediate-term) will also be prohibited during this time.

If more than one table is applicable to a work zone location, the most restrictive requirements shall be

used. Traffic management tables do not guarantee lane closure availability; the requirements of Section B.

Work Restrictions shall supersede these tables, when applicable.

2. Lane closures on the Thruway will be permitted for work site access, delivery of materials and equipment,

and work operations. Personal vehicles will NOT be allowed to park along the Thruway or within lane

closures on the Thruway at any time. During non-working hours, all equipment and materials shall be

stored at least 30 feet from the edge of pavement (both mainline and ramps) or be protected by a physical

barrier approved by the Engineer.

3. Lane closures will NOT be permitted during holiday periods or when unforeseen circumstances arise, as

described in Section B. Work Restrictions, unless indicated otherwise in the contract documents.

4. Lane closures will NOT be permitted for the sole convenience of the Contractor. Lane closures will be

permitted in order to protect traffic from an actual hazard, as determined by the Engineer.

5. Permanent lane closures will NOT be permitted for the duration of the contract.

6. Simultaneous closure of right and left shoulders will NOT be permitted unless indicated otherwise in the

contract documents. Either right or left shoulder must remain clear and available through all work zones.

The open shoulder shall not be used for the storage of vehicles, equipment, supplies or any other

obstructions, or for any work activity.

7. Ramp closures will NOT be permitted, unless indicated otherwise in the contract documents. Access to

interchanges, service areas and parking areas shall be maintained at all times.

8. Traffic will NOT be permitted to drive on milled pavement, unless indicated otherwise in the contract

documents.

B. WORK RESTRICTIONS

1. HOLIDAY PERIODS. Lane closures will NOT be permitted during holiday periods, unless indicated

otherwise in the contract documents. The Authority may permit work on Thruway facilities only if

operations do not inhibit or distract traffic. Access to work sites from state and local roads will be

permitted provided the municipality having jurisdiction for the road gives written permission. Holiday

periods for this project shall be as follows:

32

Page 44: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SCHEDULE AND SUSPENSION OF WORK

2 of 4

***NEW YORK DIVISION***

2018

HOLIDAY FROM TO

TIME DAY DATE TIME DAY DATE

Dr. Martin Luther King, Jr. Day 6:00 a.m. Friday 01/12/2018 10:00 a.m. Tuesday 01/16/2018

Presidents’ Day 6:00 a.m. Friday 02/16/2018 10:00 a.m. Tuesday 02/20/2018

Passover/Easter Noon Thursday 03/29/2018 10:00 a.m. Monday 04/02/2018

Mother’s Day 6:00 a.m. Sunday 05/13/2018 Midnight Sunday 05/13/2018

Memorial Day Noon Thursday 05/24/2018 10:00 a.m. Tuesday 05/29/2018

Independence Day Noon Tuesday 07/03/2018 10:00 a.m. Thursday 07/05/2018

Labor Day Noon Thursday 08/30/2018 10:00 a.m. Tuesday 09/04/2018

Rosh Hashanah Noon Sunday 09/09/2018 9:00 p.m. Sunday 09/09/2018

Noon Monday 09/10/2018 9:00 p.m. Monday 09/10/2018

Yom Kippur Noon Tuesday 09/18/2018 9:00 p.m. Tuesday 09/18/2018

Noon Wednesday 09/19/2018 9:00 p.m. Wednesday 09/19/2018

Columbus Day 6:00 a.m. Friday 10/05/2018 10:00 a.m. Tuesday 10/09/2018

Veterans Day Noon Friday 11/09/2018 10:00 a.m. Tuesday 11/13/2018

Thanksgiving Noon Tuesday 11/20/2018 10:00 a.m. Monday 11/26/2018

Christmas/New Year’s Day Noon Friday 12/21/2018 10:00 a.m. Wednesday 01/02/2019

2. LARCHMONT FARMERS MARKET EVENT 2018: No lane or parking lot closures will be

allowed between 6:00 a.m. to 3:00 p.m., every Saturday, April 1, 2018 to Saturday, December 22

2018 during the schedule for Larchmont Farmers Market events in 2018 at MP NE 7.64 –

Chatsworth Avenue over the Thruway and Metro North Rail Road, MP NE 7.72 – Larchmont

Station Parking Plaza over the Thruway, and MP NE 7.75 – Plaza Ramp over Depot Road.

3. Proposed lane closure schedules shall be submitted to the Engineer for review and approval at least one

week in advance of the earliest closure.

4. The Contractor shall NOT be allowed to establish any lane closures during periods of inclement weather,

wet or icy pavement, reduced visibility, traffic accident, emergency, or if the lane closure is causing

excessive delay to the public. The Authority reserves the right to alter any lane closure and/or direct the

Contractor to immediately remove a lane closure during such circumstances. The Authority shall be the

sole judge of when conditions warrant these lane closure restrictions, and such restrictions will not entitle

the Contractor to file a claim for additional compensation.

5. WINTER SHUTDOWN. A winter shutdown shall be in effect from 3:00 p.m. November 15 to

6:00 a.m. April 1. During this period, the Contractor shall NOT be permitted to have lane closures. All

temporary tape lines shall be removed, temporary concrete barrier shall be set in its winter shutdown

location, and all traffic shall be re-established to its pre-construction configuration on permanent

alignment. Mobilization for the following construction season may begin prior to April 1 with permission

from the Authority.

6. The Contractor shall submit a Plan of Operations to the Engineer prior to working on any bridge to be

washed as identified in the contract documents. The Plan of Operations shall list all bridges to be washed

and the estimated duration to complete each location. The Contractor shall also identify any bridges to be

washed that may not be completed within the timeframes allowed by the traffic management table(s). For

such location(s), the Contractor may request a waiver of restrictions to complete the work. The Authority

33

Page 45: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SCHEDULE AND SUSPENSION OF WORK

3 of 4

will review the request and determine whether or not a waiver will be granted. The Authority has the right

to divide work areas into smaller sections in lieu of granting a waiver.

7. Work restrictions may be modified if:

a. The Contractor has received permission through the Engineer, from the Division Director or designee,

to progress construction operations contained entirely behind temporary concrete barrier. There shall

be no hauling of materials in or out of the work site during restricted periods, and open lane

availability requirements shall not be violated or compromised.

b. The Contractor has received permission through the Engineer, from the Division Director or designee,

for temporary modification of the lane availability restrictions for performance of specific

construction operations for a specific time period.

NOTE: Such requests must be based on current traffic volumes which would permit the requested

temporary modification with little probability of causing disruption or delay to the public.

The Contractor shall include full explanation of the benefits to the Public and to the Authority, which

would accrue in granting a temporary waiver for performance of the specific operations including

calculations for any credit that may be offered. A contingency plan for action to be taken, should an

unexpected traffic backup occur, shall accompany this presentation and will be one prime

consideration in evaluating the request.

c. The Contractor has received written authorization from the Division Director or designee to perform

specific construction operations, violating the lane availability restrictions or other work restrictions

during a specifically prohibited time period.

NOTE: The Contractor shall submit a written request to the Authority’s Division Director, with copy

to the Engineer, for permission to perform specific construction operations at specific locations and

times, including a detailed explanation of why the work cannot be performed in conformance with the

contract. Such requests must be received at the Division Office at least one full week before the date

of the requested variance, and at least two full weeks should granting the waiver require making

notice to the public regarding potential disruptions and delays.

If written authorization to work is granted by the Authority, the Contractor shall be strictly limited to

those operations approved in the authorization. In making application for a waiver, the Contractor agrees

that any waiver of restrictions granted by the Authority is exclusively for the Authority’s benefit and

purposes, and as such is subject to revocation without requirement for advance notice. Also, the

disapproval of requests for waiver of contract requirements is not subject to administrative review or

appeal under the contract.

C. GENERAL CONDITIONS

The Contract is to be completed on or before the specified completion date. If, for any reason, the Contractor

fails to fulfill this obligation and requests an extension of time and the request is granted, the Authority, as a

condition for extending the time of completion, shall retain the right to limit the Contractor’s hours and/or

days of work and/or impose conditions under which the work shall be performed in order that the traffic may

not be unduly inconvenienced.

34

Page 46: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SCHEDULE AND SUSPENSION OF WORK

4 of 4

All the required liability and property damage insurance with the limits stated in this Proposal shall be

effective and shall be continued in force throughout the life of this Contract including the stated periods of the

suspension of the work.

The Contractor shall consider the foregoing requirement when preparing its “Schedule of Operations”.

35

Page 47: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

ADDITIONAL INSURED PARTIES

The following is a list of additional insured parties:

Town of Harrison Village of Larchmont Town of Mamaroneck Village of Mamaroneck Town of Pelham Village of Pelham Manor Town of Rye Village of Portchester City of New York Westchester County City of New Rochelle Metro-North Railroad City of Rye Amtrak Bronx County

NON-REVENUE PASS PLATES

Non-revenue pass plates will be furnished to the Contractor for use between:

New Rochelle Toll Plaza – M.P. NE 6.94

OTHER CONTRACTS

The Contractor will be required to coordinate work with other contractors and NYSTA maintenance forces. The following contracts have been let and may be in progress during the duration of this contract:

CONTRACT NO. DESCRIPTION COMPLETION DATE

TANE 17-41 Emergency Pavement Repairs TANE 18-7 Pavement Reconstruction

November 2019 December 2021

The following contracts are anticipated to be let and may have work in progress during the duration of this contract:

CONTRACT NO. DESCRIPTION COMPLETION DATE

None

U-TURNS/CROSSOVERS

The Contractor will not be permitted to make U-turns or crossovers at any location on the Thruway system. All vehicles must exit the Thruway system and re-enter for all direction changes. All applicable traffic laws must be followed.

36

Page 48: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

ENGINEER’S OFFICE, CONTRACTOR’S TRAILER AND MARSHALLING AREA

The Contractor’s attention is directed to the fact that NO area within Thruway R.O.W. is available for the Engineer’s Office, the Contractor’s trailer, or a marshalling area. The Contractor shall find a suitable site or sites as required off Thruway R.O.W.

SPOIL AREA

The Contractor's attention is directed to the fact that no spoil area is available for this contract within the Thruway's Right-of-Way. Therefore, all spoil material removed from the job site shall be disposed of, by the Contractor, off the Authority's property. The Contractor shall comply with all applicable sections of the Standard Specifications including, but not limited to, Section 107-10, Restoration of Disturbed Areas Outside the Right-of-Way, and all local, state and/or federal regulations that apply to the area chosen for this spoil material. The Contractor shall provide the Thruway Authority with a copy of all easements and/or access agreement letters received from owner(s) of off-site disposal sites prior to site use. The easements and/or access agreement letters must include a statement by the Contractor and the landowner that disposal is in compliance with all local, state and/or federal regulations.

DEPARTMENT OF ENVIRONMENTAL CONSERVATION

Provided all parts of Specification Item 641.9700XX25 (Maintenance Cleaning and Washing of Bridges) are strictly adhered to, no further permits will be required from the N.Y.S. Department of Environmental Conservation.

BIRD/ANIMAL LIFE

It will be the Contractor’s responsibility to remove birds, bird’s nests, and other animals in a safe and humane way from the structure before cleaning begins.

MAINTENANCE CLEANING AND WASHING OF BRIDGES

M.P. NE 2.69, Eastchester Creek, has four scuppers at each abutment and each pier with cleanouts. These scuppers are tohave the cleanouts opened and cleaned of all debris. Cost to be in Item 641.9700XX25. See As-Built Drawings forTANE 92-34B for existing drainage system details.

TRANSMIT READER ANTENNAS

The contractor is advised that some of the bridges have Transmit reader antennas connected to them. The antennas and cables must not be subject to any direct exposure from the high pressure washing equipment.

37

Melendez
Sticky Note
There is a similar note that states that the location of the field office will be determined at the pre-construction meeting. Should we keep both notes?
Page 49: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

WORK OCCUPANCY PERMITS

The Contractor will be required to obtain a work/occupancy permit from the following agencies for the specific structures listed prior to any work. No work of any nature shall be allowed on these structures prior to obtaining the work permits and the Contractor shall abide by all provisions of the permit. Addresses are as follows:

Westchester County Department of Public Works 148 Martine Avenue White Plains, NY 10601 Contact: Mr Vincent F. Kopicki P.E. Phone: (914)-995-2546 [email protected]

New York City Department of Transportation www.nyc.gov/dot Permits/Franchises Sidewalk and Roadway Permits

38

Page 50: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DRAFT HIGHWAY CONSTRUCTION PERMIT

Due to the time necessary to obtain the necessary permits, the Contractor shall secure a Highway Construction Permit from NYCDOT (well in advance of any planned activity) by contacting:

Thomas Constantine, P.E. Project Manager Office of Construction Mitigation and Coordination – Highways 55 Water Street, 7th Floor New York, New York 10041 Telephone: (212) 839-9610 FAX: (212) 839-8970

All provision of the NYCDOT Highway Construction Permit shall be adhered to at all times.

METRO-NORTH RAILROAD NOTE

Catenary Territory: The Contractor must stay clear of the overhead 13kV lines such that the overspray (not the worker) is a minimum of 15 feet away from the overhead lines (or a sufficient distance where the overspray stream does not arc with the overhead 13kV lines).

Third Rail Territory: The Contractor shall ensure that the water does not drain onto Metro-North’s property specifically next to or on the 700 Volt DC third rail.

Since an Agreement has not been executed between the Railroad and the Thruway Authority the Contractor is not allowed to perform tasks on Metro-North’s property.

AMTRAK RAILROAD NOTE

Since an Agreement has not been executed between the Railroad and the Thruway Authority the Contractor is not allowed to perform tasks on Amtrak property.

UTILITIES

The Contractor is advised that to the best knowledge of the Authority, water may be acquired from the following water companies within the project limits:

MILEPOST± UTILITIES TELEPHONE M.P. NE 0.23 to M.P. NE 14.11 Westchester Joint Water Works (914) 632-6900

United Water Co., New Rochelle (914) 637-5339New York American Water Co. (914) 934-1361

Additional utilities may also exist within the project. The Contractor shall use caution while working near these utilities to avoid damage to them during this contract. Any damage to these utilities shall be repaired at the Contractor’s expense and to the satisfaction of the utilities owner.

Prior to any work, the Contractor and the Engineer shall verify the exact location of the above listed utilities and any other utilities within the project limits.

39

Page 51: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL NOTE

REGULATORY REQUIREMENTS AND PERMITS 

1 of 1 10/15 TPES

The Contractor shall be familiar and comply with the provisions of all environmental permits and regulatory requirements for this project. These plans and contract documents reflect the environmental provisions and regulatory requirements. Environmental permit(s) should be available from the Engineer prior to the start of construction. The contractor shall consult the Engineer prior to commencing activities regulated by the said permit(s).

40

Page 52: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

ENGINEER'S OFFICE AND CONTRACTOR'S FIELD OFFICE

The location of the Engineer's Office and Contractor's Field Office shall be determined during the Pre-Construction Meeting. The site shall be approved by the Engineer prior to placing the offices and the area shall be kept in a neat, clean condition at all times. The area shall not be used as a staging, storage, equipment or employee parking area.

41

Page 53: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

1 of 1 10/15 TPES

SPECIAL NOTE

SPOIL AREA

The Contractor's attention is directed to the fact that no spoil area for surplus material is available for this contract withinAuthority right-of-way. Therefore, all material to be removed from the job site shall be disposed of and/or managed by the contractor off Authority property, in accordance with the off-site options of the spoil requirements of §107-10Managing Surplus Material and Waste. The location(s) for offsite disposal shall be submitted to the Project Engineer for acceptance prior to removal from the site. The Contractor shall provide the Authority a copy of all easements and/or agreement letters received from landowner(s) of off-site disposal area(s) prior to disposal of any material. The easements and/or agreement letters must include a statement by the Contractor and the landowner that the disposal of the material is in compliance with all applicable Federal, State and local laws and regulations. All costs associated with the spoil area and removal of spoil material shall be included in the various items of the contract.

42

Page 54: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

NEW YORK CITY DEPARTMENT OF TRANSPORTATION DRAFT HIGHWAY CONSTRUCTION PERMIT

Any construction activity within the jurisdiction of the City of New York (South of MP NE 3.54, Bronx County) must comply with the stipulations of the Draft Highway Construction Permit, as issued by the New York City Department of Transportation’s Office of Permit Management and Construction Control – Highways. The Draft Permit will become in effect once a Contractor has been awarded the project. A representative of the New York City Department of Transportation’s Office of Permit Management and Construction Control – Highways will participate in the Project Pre-Construction Meeting and provide additional information pertinent to the Highway Construction Permit at that time. For work on I-95, within the City of New York, it is important to note that the lane restrictions as indicated in the Highway Construction Permit shall not precede the Authority’s LANES REQUIRED TO BE MAINTAINED FOR TRAFFIC MANAGEMENT BY DAY OF WEEK AND TIME OF DAY Charts. These charts can be located from the officially adopted New York State Thruway Authority Standard Sheets Book available from the Authority's web site.

Any construction activity within the jurisdiction of the City of New York (South of MP NE 3.54, Bronx County) must comply with the stipulations of the Street Permits, as issued by the New York City Department of Transportation’s Office of Construction Mitigation and Coordination (OCMC) – Streets, located at 55 Water Street, Concourse Level, New York, New York 10041. The Contractor should be familiar with the process to obtain those permits.

43

Page 55: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

44

Page 56: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

45

Page 57: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

46

Page 58: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

47

Page 59: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

48

Page 60: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

49

Page 61: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIALTY ITEMS

The following is a list of items that are considered “Specialty Items” according to Section 108-05:

ITEM DESCRIPTION

None

50

Page 62: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SUPPLEMENTAL INFORMATION FOR BIDDERS

Supplemental information is available to bidders. As indicated below, information is either available on the Thruway Authority’s website with the contract plans and proposal or available in electronic format from the Thruway Authority upon request prior to or after the letting date.

The bidder’s signature on this proposal certifies that they have made themselves aware of the availability of the information indicated below prior to the letting date.

Pre-bid questions and answers, as may be necessary, will be posted on the Thruway Authority’s website. Prospective bidders are advised to revisit the Thruway Authority’s website weekly and before letting (or proposals are due), for any possible additional questions and answers information. Any inquiries that may require formal clarification will be addressed via an amendment.

INFORMATION NOT AVAILABLE

AVAILABLE ON

THRUWAY AUTHORITY

WEBSITE

AVAILABLE UPON

REQUEST ON CD

Engineer Estimate Quantity Workups XUtility Estimate Sheets with Names of Utility Officials X Earthwork Cross Section Sheets X Earthwork Sheets X Drainage Estimate Sheets X Sign Face Layouts X Subsurface Exploration Logs XRock Core Evaluation Logs and Photographs X Compression Test Data from Rock Samples X Pavement Core Logs and Photographs X Logs Showing Laboratory Description of Soil Samples X Laboratory Test Data from Soil Samples X Rock Outcrop Maps X Record Plans Applicable Asbestos Blanket Variances X Storm Water Pollution Prevention Plan Shop Drawings X CADD Files of Contract Plans (Unofficial - Not signed or stamped) X

Other Information: .dtm, .dgn, and .alg files of existing and proposed topography (Profiles and Earthwork)

Hard copies of the supplemental information indicated above are not available. Contractors shall be responsible for their own hard copies of this information at no additional cost to the Authority.

X

X

X

51

Page 63: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

REVISIONS TO NYSDOT

STANDARD SPECIFICATIONS

Page 64: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

NEW YORK STATE THRUWAY AUTHORITY ADDENDUM TO THE STANDARD SPECIFICATIONS

The Standard Specifications published by the New York State Department of Transportation shall form a part of the agreement. The dated edition that applies to this contract is provided on the front cover of the Proposal. All work contemplated under this contract is to be covered by, and be in conformance with, the Standard Specifications as modified by The New York State Thruway Authority Addendum (TA) to the Standard Specification Books.

The officially adopted Thruway Authority Addendum (TA) to the NYSDOT Standard Specification Books is available on the Thruway Authority website at: http://www.thruway.ny.gov/business/addendum/index.html The most recent version of the TA, prior to the project Letting Date, shall apply to this agreement.

All special notes bound in this proposal shall be incorporated. If a conflict exists between the special specifications and/or provisions set forth in this proposal and the specifications and/or provisions set forth in the New York State Department of Transportation’s Standard Specifications, those in the Proposal shall govern.

52

Page 65: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL SPECIFICATIONS

47

Page 66: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL NOTE SPECIAL SPECIFICATION PAY ITEM NUMBERS

The Contractor’s attention is directed to the special specification pay item formats used in this contract. Special specification pay items may be presented in two (2) different formats:

Format 1: Pay items for a special specification will have three (3) digits to the left of the decimal point and up to eight (8) digits to the right of the decimal. Spaces may appear in the third to sixth places after the decimal. The 7th and 8th digits to the right of the decimal will represent the origin of the specification.

Format 2: Pay items for a special specification will have three (3) digits to the left of the decimal point and up to eight (8) digits to the right of the decimal. Dashes may appear in the third to sixth places after the decimal. The 7th and 8th digits to the right of the decimal will represent the origin of the specification.

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

FORMAT 1 FORMAT 2 XXX.XX XX XXX.XX--------XXXXX.XXXX XX XXX.XXXX----XXXXX.XXXXXXX XXX.XXXXXXXX

53

Page 67: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

1. DESCRIPTION. This work shall consist of providing, for the Engineer’s use a building, or a portion thereof, or a modular trailer of a specified type erected at a location approved by the Engineer. In addition, all computerhardware, software and internet communications described in this specification shall be provided for the duration of the contract.

2. MATERIALS:

2.01 Engineer’s Field Office. The Engineer’s Field Office shall be within a secured, weatherproof building or mobile trailer. If two (2) or more mobile trailer units are provided, they shall be joined with weatherproof connections. Mobile trailers shall be in new or like new condition. The Contractor may furnish equivalent facilities in an existing building, provided that the building is located to provide convenient service. The Contractor shall supply the Engineer with a copy of the Certificate of Occupancy for the existing building.

The Engineer’s Field Office shall be in accordance with the requirements of the New York State Uniform Fire Prevention and Building Code, 19 NYCRR, and any applicable local codes.

The electrical system shall be able to continuously operate all equipment and be provided with adequate receptacles. To accommodate computer equipment, the field office shall be provided with a dedicated 20 amp electrical service and a vacant floor-to-ceiling area with a 39 inch by 39 inch footprint along a wall for the installation of a computer hardware rack/cabinet. Electric light shall be provided by non glare-type luminaires to provide a minimum illumination level of 1,000 lux at desk-height level. An ambient air temperature of 70 °F ±10 °F shall be maintained.

Fire extinguishers and smoke and carbon monoxide detectors shall be provided and installed.

The Engineer’s Field Office shall be partitioned to provide separate rooms, defined as either “small” or “large”, with adjoining doors. Table 637-1 contains the minimum area requirements for each of the office types.

TABLE 637-1 ENGINEER’S FIELD OFFICE AREA REQUIREMENTS

Physical Requirement Engineer’s Field Office Type

1 2 3 4 5

Min. total floor area (ft2) 540 860 1300 2475 2700

Min. number of small rooms 2 3 2 3 6 Min. floor area of each small room (ft2) 100 100 120 150 175

Min. number of large rooms 1 1 2 2 2

Min. floor area of each large room (ft2) 200 200 240 300 350

A. Potable Water. From a local municipal water supply, certified well or bottled with aheating/refrigerator unit to provide hot and cold water. An exterior frost-free hose bib shall beprovided in a location adjacent to the Engineer’s Field Office. The hose bib need not be installed on a potable water line, and if the water in the line is not potable, it shall be clearly marked as such.

54

Page 68: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

B. Restroom. A separately enclosed room, lockable from the inside, that is properly ventilated and incompliance with applicable sanitary codes. The Contractor shall provide all lavatory amenities,necessary paper and soap products, hot and cold running water and a toilet. The toilet shall be flush-type where sanitary facilities are available, and a type approved by the Engineer prior to installationwhere sanitary facilities are not available. The minimum required number of restrooms to be providedis specified in Table 637-2.

C. Parking Area. The Contractor shall provide and/or construct paved or hard surfaced (gravel orbankrun material) secure parking area with dedicated parking spaces adjacent to the Engineer’s FieldOffice. Each parking space shall be 9 feet by 18 feet, and the minimum required number of spaces tobe provided is specified in Table 637-2.

D. Field Office Signs. The sign panel material shall be aluminum, fiberglass, plywood or lightweightplastic. The sign sheeting shall be ASTM Type III. The sign panel shall be 36 inches high by 48inches wide with white legend on green background with the phrases as positioned and describedbelow. If erected at a location where the sign might be struck by an errant vehicle, the sign supportshall be a breakaway type.

The letters in the phrase ”FIELD OFFICE” shall be 6 inch C series with the top of the letters 6 inchesbelow the top of the panel. The letters in the phrase “ENGINEER-IN-CHARGE” shall be 6 inch Bseries with the top of the letters 18 inches below the top of the panel. The letters in the phrase “N.Y.S.THRUWAY AUTHORITY” shall be 1½ inch E series with the top of the letters 30 inches below thetop of the panel. All phrases shall be centered horizontally on the panel.

If the Engineer’s Field Office is not located within or adjacent to the contract limits, two (2) additionalsigns shall be displayed conspicuously within the contract limits. The signs shall be similar to theabove description, except that they shall be 48 inches high by 64 inches wide and have an additionalbottom line of text containing the street address of the Engineer’s Field Office. The letters in the streetaddress shall be 6 inch B series with the top of the letters 36 inches below the top of the panel andcentered horizontally on the panel.

E. Mailbox. Standard mailbox (with post if necessary) or post office box meeting the requirements ofthe U.S. Postal Service.

F. Telephone and Answering System. A separate telephone and digital answering system for theexclusive use of the inspection staff. The minimum required number of telephone voice lines to beprovided is specified in Table 637-2 (these lines are in addition to the separate lines to be provided forthe facsimile machine and dial-up computer access if high speed internet access is not available wherethe field office is located). The telephone and answering system shall provide the ability to answer allvoice lines from each voice line, transfer calls to all voice lines and be equipped with a single,dedicated answering system.

A minimum of one (1) telephone shall be cordless and a minimum of one (1) telephone shall beequipped with speaker and conference call capability. The remaining telephones, at least one (1) perrequired voice line, shall be extension telephones with minimum 25 foot long cords. The digitalanswering system shall be capable of recording outgoing messages up to 60 seconds long andreceiving a minimum of 40 incoming messages of 60 seconds duration. The system must includeautomated voice marking of time and day of each message received and provide a message mark so

55

Page 69: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

that new messages may be played back without erasing old messages. The system shall include remote programming of playback, backspace, and outgoing message re-record and allow for the retrieval of messages without a remote control unit.

G. Facsimile Machine. Plain paper laser or inkjet facsimile machine with a dedicated telephone line.The machine shall be capable of sending and printing a maximum paper size of 8½ x 14 inches, have aminimum 20-page memory storage, a minimum 20-sheet document feeder, a minimum 50-sheet papercapacity, transmit at least 6 pages per minute and have an autodial/redial with a minimum of 50 phonenumber memory. The machine shall be capable of storing and printing outgoing message confirmationinformation and printing the sender’s name, fax number and page number on incoming faxes.

H. Photocopier. Heavy duty, electric, dry-process photocopying machine. The machine shall be an all-in-one copy machine with black & white and color copying, black & white and color printing andblack & white and color scanning capabilities. Machine shall have at least three paper bins(8½ x 11 inches, 8½ x 14 inches and 11 x 17 inches), enlarging and reducing capabilities, andcollating, sorting stapling and double-sided copying. Set-up, printer drivers, software and networkingare required. All on-site staff email addresses shall be set up and programmed for ease of scanning.Maintenance shall be provided, as required, including repairs and all necessary toner cartridges andstaples for the life of the contract and until final completion. One (1) case (5,000 sheets, 20 lb, white)of each paper size shall be provided as initial stock.

I. Paper Shredder. Automatic start, heavy duty cross-cut paper shredder. The shredder shall be able toreceive 8½ inch wide paper and shred a minimum of 15 sheets simultaneously along with CDs andstaples.

J. Pencil Sharpener. Manual or electric pencil sharpener, minimum 1 per room.

K. Exterior Bulletin Board. An installed 4 foot by 8 foot weatherproof bulletin board in front of oradjacent to the Engineer’s Field Office. The bulletin board may be attached to an outside wall of theoffice. The location selected must be handicapped accessible and clearly visible.

L. Interior Bulletin Board. An installed, wall-mounted 4 foot by 6 foot bulletin board made of cork orsimilar material in a large room, and one (1) 2 foot by 4 foot wall mounted bulletin board installed perroom.

M. Dry Erase Board. Installed, wall-mounted 2 foot by 4 foot dry erase boards, minimum one (1) perroom.

N. Storage Locker. Metal or wood storage locker with shelves, a tumbler lock and two (2) keys for thestorage of survey, GPS and testing equipment. The total locker space footprint provided shall be aminimum of 9 square feet with a minimum height of 6 feet.

O. Fire Resistant Cabinet. Fire resistant, legal size filing cabinet with locks and two (2) keys each,meeting the requirements of ANSI/UL Standard 72 for Insulated Filing Devices, Class 350-1 hour.Each office shall be provided with two (2) 2-drawer cabinets, and the required number of additional4-drawer cabinets as specified in Table 637-2.

56

Page 70: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

P. Bookcase. Self-standing, 3-shelf metal or wood bookcase, approximately 4 feet high, 4 feet wide and1 foot deep. The minimum required number of bookcases to be provided is specified in Table 637-2.

Q. Wastebasket. Minimum 7 gallon wastebasket, minimum one (1) per desk.

R. Refrigerator. Electric, top-freezer type providing a minimum storage space of 15 cubic feet forEngineer’s Field Office Types 1 and 2, and a minimum storage space of 21 cubic feet for Types 3, 4and 5.

S. Kitchenette. To include a minimum 1 cubic foot, 1,300 watt microwave oven, a sink with hot andcold running water with minimum dimensions of 15 inch by 15 inch by 6 inch deep, usable counterspace with minimum dimensions of 5 feet long by 2 feet deep and cabinet space with minimumdimensions of 5 feet long by 1½ feet deep by 2½ feet high. If the water in the sink is not potable, itshall be clearly marked as such.

T. Stove. Electric, propane or bottle gas stove with a minimum of two (2) burners adequate for rapiddrying of soil samples, including fuel or electrical supply. A stove is required when a separate FieldLaboratory is not included.

U. First Aid Kit. A Type III kit in accordance with ANSI Z308.1 Minimum Requirements for WorkplaceFirst Aid Kits. The minimum number of first aid kits to be provided is specified in Table 637-2.

V. Thermometer. A minimum-maximum thermometer displaying in degrees Fahrenheit and mountedwith an external probe to give the temperature both indoors and outdoors.

W. Coat Rack. A metal or wood coat rack or closet capable of holding at least 4 coats. The minimumrequired number of coat racks to be provided is specified in Table 637-2. A single coat rack may beprovided as long as it holds the minimum number of coats as per Table 637-2.

X. Office Desk and Chair. Fully assembled freestanding office desks and chairs. Each desk shall havea 5 foot long by 2½ foot wide work surface and a height of 30 inches, at least 2 lockable drawers andinclude an adjustable shelf approximately 1 foot wide and no less than 2½ feet long. Each desk shallalso be provided with an adjustable chair with arms, 5 legs with casters and be adjustable fromapproximately 16 inches to 24 inches in height. Each desk shall have a dedicated electrical outletreceptacle. The required number of office desks and chairs to be provided is specified in Table 637-2.

57

Page 71: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

TABLE 637-2 ENGINEER’S FIELD OFFICE FURNISHING REQUIREMENTS

Furnishing Description Required Number per

Engineer’s Field Office Type 1 2 3 4 5

Restrooms 1 1 2 2 3 Parking Spaces 6 8 12 18 22 Telephone Voice Lines 2 3 4 4 5 Telephone Line for Computers (when high speed internet is unavailable) 1 1 1 1 1 Telephone Line for Facsimile 1 1 1 1 1 Fire Resistant Cabinets (4-drawer) 2 3 4 6 8 Bookcases 5 7 10 12 16 First Aid Kits 1 1 1 2 2 Coat Racks 1 2 3 4 5 Office Desks and Chairs 4 8 12 18 22 Office/Conference Tables 2 2 3 4 5 Folding Chairs 8 10 10 12 15 Drafting Tables 1 1 2 3 3 Drafting Stools 2 2 4 6 6 Vertical Plan Filing Racks 1 1 2 3 8 Roll File Units 1 1 1 2 4 Flatbed Scanner 1 1 1 1 1 Personal Computer (Hardware and Software) 2 4 6 8 8 LaserJet printer 1 2 3 3 3 Additional Software 1 1 2 2 3 Digital Camera with Motion Picture Functionality 1 1 1 2 2

Y. Office/Conference Table. Commercial-grade rectangular table with weather/spill resistant top aminimum of 8 feet long by 2½ feet wide by 30 inches high. The minimum required number ofoffice/conference tables to be provided is specified in Table 637-2.

Z. Folding Chair. Commercial-grade, folding steel chair with approximate overall dimensions of30 inches by 19 inches wide by 21 inches deep. The minimum required number of folding chairs tobe provided is specified in Table 637-2.

AA. Drafting Table. Adjustable height, tilting top drafting table with brackets and legs and approximate dimensions of 6 feet long by 3 feet wide by 3 feet high. The minimum required number of drafting tables to be provided is specified in Table 637-2.

BB. Drafting Stools. Adjustable height stool with backrest. The minimum required number of drafting stools to be provided is specified in Table 637-2.

58

Page 72: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

CC. Vertical Plan Filing Rack. Constructed of metal, capable of hanging up to 12 sets of plan drawingsup to 3 feet by 4 feet in size, 12 hanging clamps included. The minimum required number of verticalplan filing racks to be provided is specified in Table 637-2.

DD. Roll File Unit. Twelve (12) compartments, each measuring approximately 6 inches by 6 inches. The minimum required number of roll file units to be provided is specified in Table 637-2.

2.02 Information Technology. The minimum required number of personal computers to be provided is specified in Table 637-2. The minimum requirements for each personal computer are:

A. Hardware

• CPU to operate Windows 8.1 for Business (32 bit or 64 bit edition) and all other softwarelisted in this specification;

• Optical Drive – CD-RW/DVD-RW;• 500 GB minimum hard drive;• 8 GB minimum RAM;• USB Port(s);• 24” LCD monitor (1920 x 1080 resolution minimum);• One (1) 500 GB External Hard Drive;• Locking cabinet(s) which encloses all computer hardware;• Surge protection device;• External 3 button optical scroll mouse;• External Speakers;• Modem with separate phone line for computer (if high speed internet service is unavailable),

(minimum 56K baud rate).

B. Software. Substitutions for the specified software shall not be permitted unless noted otherwise. Allmanuals shall be provided.

• Windows 8.1 for Business (32 bit or 64 bit edition);• Microsoft Word (2013 version or later);• Microsoft Excel (2013 version or later);• WINZIP 15;• Norton Internet Security (latest version for Windows 8) set up to run in Auto-Protect Mode and

Auto Update Mode (monthly), or McAfee Internet Security Suite (latest version);

Note: Microsoft Office 2013 Standard Edition, or later version, may be used in lieu of Word2013 and Excel 2013.

C. Additional Software. The following software shall also be provided on the number of personalcomputers specified in Table 637-2:

• Microsoft Photo Editor (latest version);• Adobe Acrobat XI Professional (latest version);

59

Page 73: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

• Primavera scheduling software capable of meeting all scheduling requirements of theNYS Thruway Authority Addendum to the Standard Specifications §108-01 Start and Progress of Work and compatible with the operating system supplied under this specification.

D. Internet Communication.

• Cable Internet Service. 10/100 Ethernet cable network card and high-speed cable modemcapable of transferring data at a minimum of 50 megabits per second;

• Subscription to an Internet Service Provider capable of providing high-speed Internet service;• Network/Wireless – Ethernet or wireless card to be compatible with the selected internet and

office network connections.

E. LaserJet Printer. Photo-quality color LaserJet printer capable of printing on 8½ by 11 inch and8½ by 14 inch paper. Supply with spare toner cartridge, standard LaserJet and photo paper, diskettesand read/write CDs.

F. Digital Camera. The digital camera system shall meet the requirements below. All necessaryhardware, cables, operating manuals, and other pertinent media required for the operation of thecamera unit itself, including connecting the camera to the office computer system shall be provided.The camera must be able to download the images to a computer without any proprietary softwarehaving to be installed on a computer.

• Minimum 16.0 megapixel resolution with 20x optical zoom and autofocus operation;• 3 inch LCD screen and optical viewfinder;• Built-in intelligent flash (auto/on/off);• Time/date stamp on each picture;• A total of two (2) rechargeable sets of batteries (Lithium-Ion) and high-capacity (approximately

1 hour) charging unit;• Two (2) SDHC highest capacity and speed (Class) memory cards that are compatible with the

camera;• Soft storage/carry case with shoulder strap;• Motion Video: 640 x 480 resolution capability at 30 frames per second (MPEG Video).

3. CONSTRUCTION DETAILS. The Contractor shall be responsible, until use and occupancy is relinquished by the Authority, for any and all damage, direct or indirect, of whatever nature, occurring to the property of theAuthority and property of the inspection staff which is kept in the Engineer's Field Office. The Engineer willprovide the Contractor with a detailed list of items kept in the office, with corresponding dollar values, and willprovide the Contractor with updates when something on the list changes. Non-Authority-owned property shall only be those items used in the performance of contract-related work activities. Such property shall be replaced within30 days of the reported damages and would include any loss caused by, but not limited to, fire, theft, vandalism ormalicious mischief. The Contractor shall not be responsible for items kept in the Engineer's Field Office that arenot on this list.

The Contractor shall install the Engineer’s Field Office sign at a location approved by the Engineer. If theEngineer’s Field Office is not located within or adjacent to the contract limits, two (2) additional signs shall bedisplayed conspicuously within the contract limits in locations directed by the Engineer.

60

Page 74: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

The Engineer’s Field Office shall be fully equipped and made available for use and occupancy by the inspection staff prior to the start of any contract work, and shall be made available after contract final acceptance as directed in writing by the Division Construction Engineer.

All furniture and equipment shall be fully assembled, operational, clean and serviceable. The Engineer’s Field Office shall be cleaned weekly or more often if required, and the timing of the cleaning operations shall be coordinated with the Engineer. The Contractor shall remove and dispose of all rubbish generated in the office and shall keep the office free from pests. The Contractor shall remove snow from all areas subject to vehicular circulation and parking.

After completion, all portable buildings or trailers, fencing, surfacing and utilities shall be removed from the location and the areas cleaned, loamed and restored as required. The Contractor shall be responsible for providing all necessary computer hardware, software and peripheral devices as well as high-speed Internet service to the Engineer’s Field Office until use and occupancy of the Engineer’s Field Office is relinquished by the Authority. Only internet services that can provide a minimum data transfer rate of 768 kilobits per second will be considered acceptable. The Contractor shall be responsible for providing all necessary service connections to the Engineer’s Field Office and Engineer’s Field Office computer(s). In addition, the Contractor shall provide a cable or DSL modem and any other equipment necessary to provide the minimum specified data transfer rate.

4. METHOD OF MEASUREMENT. The Engineer’s Field Office will be measured for payment as the number of months satisfactorily provided, measured to the nearest 0.25 months.

5. BASIS OF PAYMENT. The unit price bid per month for the Engineer’s Field Office shall include the cost of alllabor, materials and equipment necessary to complete the work including property rental, utility charges andincidental expenses. Payment will be made for each month of availability for occupancy by the Engineer andinspection field staff.

No payment will be made under Engineer's Field Office when deficiencies in compliance with these requirements are not promptly addressed by the Contractor after notification by the Engineer. Should the aggregate of non-compliance days exceed 3 days in any one month, no payment shall be made for the entire month in whichdeficiencies were cited.

Monthly payments may be terminated prior to contract final acceptance by written notification by the DivisionConstruction Engineer that such office will no longer be required on the contract. Payment for each month'soccupancy of the Engineer’s Field Office after the date of contract final acceptance will be made as part of the final contract payment. Failure of the Contractor to supply documentation required to complete the final estimate may result in nonpayment during this delaying period.

During periods of contract extension of time where Engineering Charges are assessed, no payment willbe made for occupancy and services, except that payment for each month's occupancy after the date offinal acceptance will be made as part of the final estimate.

61

Page 75: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

1. DESCRIPTION:

1.01 This work shall consist of cleaning bridges by collecting and properly disposing of trash and debris from the bridge, pressure washing the deck, exposed concrete, asphalt and steel bridge surfaces, and cleaning the drainage system and other drainage ways as described herein.

1.02 DEFINITIONS:

Loose paint chips - paint chips that are no longer adhered to bridge surface.

Flaking paint chips - paint chips that are still partially adhered to bridge surface.

Trash and debris - including but not limited to sand, soil, cinders, silt, dirt, mud, salt,

glass, paper, rubber, metal, wood, loose paint chips and loose pieces of concrete and asphalt and rock or stones.

Protected Migratory Birds - Includes all waterfowl, herons, hawks, owls, eagles and songbirds.

Excludes rock doves (pigeons), house sparrows, European starlings and monk parakeets.

Migratory Bird Treaty Act Of 1918 With Amendments - Federal law that protects migratory birds and their nests, eggs, and

feathers. Conviction of violating the act can result in a fine of $15,000.00 or imprisonment for 6 months or both.

2. MATERIALS:

2.01 Water for pressure washing shall be clean, fresh water. Equipment for collecting trash and other debris from bridge decks shall be determined by the Contractor, subject to the approval of the Engineer, and will normally consist of, but not be limited to, industrial vacuums, brushes, brooms, shovels or plastic shovels when indicated in the proposal, directed by the Engineer or when other shovels are damaging coated surfaces. Detergents or other agents shall not be used.

3. CONSTRUCTION DETAILS:

3.01 Bridge washing shall be done in such a manner so as to begin on the top surfaces and work downward. Unless otherwise indicated in the proposal, all stone, asphalt and concrete bridge surfaces shall be cleaned as closely to the order listed below. Cleaning shall include but not be limited to approach slabs and shoulders, signs, railings, parapets, drainage features and concrete beams.

Cleaning of concrete bridge deck surfaces shall be limited to all top surfaces including sidewalks, curbs, joints and fascias including the underside of the overhang to the fascia beam. The underside of deck shall be limited to cleaning 10 feet on either side of joint(s). Cleaning of structural steel shall be limited to end diaphragms, outside of fascia beams, and 10 feet on either side of joint(s) and/or piers. Other surfaces to be cleaned are wing walls, back walls, bridge seats, bridge bearings, piers and pier caps, columns, concrete paving block and other surfaces as designated by the Engineer. Limited paved drainage ways and gutters off-structure shall also be cleaned of debris that if permitted to remain would cast runoff back onto the structure or into its drainage ways including those that may exist underneath the structure. The extent of such removal shall be less than 100 feet but it is intended that drainage ways and gutters be cleaned only the minimum necessary to accomplish the purpose of ensuring that runoff is not cast back onto the structure being cleaned or its drainage ways.

62

Page 76: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3. CONSTRUCTION DETAILS: (cont’d)

3.02 The Contractor may either withdraw water from local on-site sources for use of water or from a municipal source for bridge washing. If water is to be drawn from a local on-site water source, to protect aquatic life, there may not be any loss of water elevation at the site of withdrawal or immediately downstream of the site. To further protect aquatic life, water withdrawal shall be accomplished with use of a screened hose, with a screen size not to exceed ¼ inch square. To prevent the unintentional spread of invasive species such as zebra mussels, wash water withdrawn from a local on-site water source may not be transported to be used at another bridge site in a different watershed. If water is withdrawn from an on-site source, cleaning of equipment will be conducted prior to leaving that watershed. All small equipment (pumps, hoses barriers, silt fences, floating booms, cofferdams, shovels, rakes, jumping jacks, plate tampers, boots, buckets, industrial vacuums, etc.), and large equipment (backhoes, excavators, trucks, tankers, rollers, trailers, etc.) that comes into direct contact with water withdrawn from a local on-site water source must be cleaned (internally and externally) by soaking, dipping in, or scrubbing with a 2% chlorine bleach solution for 1 minute, and/or hot water (140 °F min.) for 30 seconds, or steam cleaned for 30 seconds and allowed to dry before the next use. If approved by the Engineer, wash water may be drained back into the original body of water, as long as conditions are such that this would not cause chemical or biological contamination. Otherwise, wash water will be collected in suitable containers and disinfected prior to final disposal. Disinfection shall be in accordance with Standard Specification §107-12 when discharging water.

3.03 All nests of protected migratory birds on bridges should be presumed to be active and occupied

between April 15 and August 15. The areas within 3 feet laterally of the nest should not be cleaned or washed, pressure washing should start at the 3 feet line and progress away from the nest.

Before April 15 and after August 15 nests of protected migratory birds on bridges will most likely be inactive and unoccupied. If confirmed to be unoccupied, the nests should be removed as part of the cleaning operation. Nests of unprotected species should be removed as part of the cleaning operations. However, pigeons should be treated as humanely as possible, in socially and environmentally sensitive situations removal of young from the nest for raising by a wildlife rehabilitator should be considered.

3.04 Block paving and paved surfaces other than asphalt paving between adjacent or parallel bridges shall also be cleaned if required by the Engineer or if indicated in the proposal. Such cleaning shall be limited to narrow areas less than seven meters in width.

3.05 All loose trash and debris shall be collected by sweeping, shoveling, vacuuming and other suitable

methods. The Contractor shall not cause or allow trash and/or debris from the bridge to be deposited into a wetland, stream, other water body or active traffic lanes during the cleaning of the bridge.

Sand, dirt, cinders and similar debris collected from the bridge deck may be disposed of at an on-site upland area when not prohibited by the proposal if approved by the Engineer, and if the amount of this material does not exceed 1.0 cubic yard in volume. This material shall be disposed of in such a way that it cannot enter a wetland, stream or other water body. If the amount of sand, dirt, cinders and similar debris is greater than 3 feet, or if the EIC does not approve of on-site disposal of the material, then the material shall be disposed at a suitable off-site disposal facility.

All other trash and debris collected from the bridge shall be disposed of at a suitable off-site disposal facility.

63

Page 77: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3. CONSTRUCTION DETAILS: (cont’d)

3.06 Prior to commencement of washing, the Contractor shall confirm that the bridge drainage system is not blocked by un-removable debris. If the Contractor fails to verify the bridge drainage system, any clogged drains shall be considered as a result of the Contractors operations and shall be repaired at no additional cost to the Authority. When trash and debris collection from the bridge is complete, all bridge surfaces, including the underside of the bridge as described above, shall be pressure washed with clean, fresh water. The washing of all surfaces of the structural steel as described above shall be adequate to remove all visible dirt, salt, animal waste and similar debris, however if flaking paint exists on the bridge surface, then the surface where paint is flaking shall not be washed.

3.07 The equipment for pressure washing shall be operated at pressures that do not damage adhered

coatings on the bridge or undercut the grout or harm the masonry plates beneath the bearings. At no time shall the pressure wash exceed 1,000 psi, except when pressure washing weathering steel surfaces. All flakes and delaminations will be removed from weathering steel. The Contractor will be required to pressure wash weathering steel with a minimum water pressure of 3,200 psi, with the wand held 12 inches or less from the surface and moved parallel to the surface. When washing stream and wetland bridges, the quantity and flow rate of the water used shall be the minimum necessary, as approved by the Engineer, to clean foreign materials from the surfaces where they are encountered. Pressure washing shall not be allowed when ambient temperatures are less than 40°F or when the ambient temperatures are expected to drop below 40 °F before the bridge is dry.

The Engineer will be the sole determiner as to when temperatures lower than 40°F are likely to occur and adequate pressure and/or volume of water is being maintained.

3.08 Scuppers, troughs, downspouts and drain pipes shall be cleared of debris above ground level or to their

outlet if above ground level by using high pressure water, vacuum, or other techniques satisfactory to the Engineer. In addition, all cleanouts shall be opened and cleaned to the satisfaction of the Engineer. The system shall then be visually inspected for the complete removal of all debris by use of flashlights, cameras, or other means satisfactory to the Engineer. Chemical cleaning compounds shall not be used during flushing operations, unless their use has been approved by the D.E.C. and clearance has been given by the Engineer for their use. Debris from the cleaning operations shall not be deposited in, or around the structure, highway roadway slopes, drainage systems or streams. It shall be disposed of in a manner satisfactory to the Engineer.

After cleaning has been completed, the Engineer shall determine the flow characteristics of the cleaned system with water. If, in the Engineer's opinion, flow is still impeded because of the presence of dirt or other removable matter or object in the system, the Engineer will direct the Contractor to reclean the system, including dismantling and reinstalling, if required, at no additional cost to the Authority. Any damage to the system or structure that occurs during the cleaning operations shall be repaired by the Contractor to the satisfaction of the Engineer at no additional cost to the Authority.

3.09 When concrete paving block is cleaned and washed, the removal of weeds between the blocks will not

be required under this item. 3.10 All structures or bridge drainage systems over water courses shall be washed during the periods

indicated in the proposal. If no schedule is presented, the following shall apply. Washing shall occur only when adequate flow in the stream exists to dilute possible contaminants as determined by the Engineer. Operations shall be sequenced so as to clean structures over small bodies of water or small streams in the spring of the year when flows are greatest.

64

Page 78: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3. CONSTRUCTION DETAILS: (cont’d)

Streams categorized by DEC as Ct(s) (trout spawning), shall be washed prior to July 1 and bridges located at DEC yearling trout stocking sites shall not be washed during April. Washing, whether during a scheduled period or not, shall be stopped if stream flow drops below normal or if directed by the Engineer.

3.11 Work shall be conducted in such a manner so as not to damage or remove existing epoxy protective

coatings or existing intact paint coatings or any other protective coating on the bridge. Any damage to the structure being worked on or to surrounding structures and property shall be repaired by the Contractor to the satisfaction of the Engineer and at no cost to the Authority.

3.12 After all trash and debris has been collected, the drainage system cleaned and washing is completed,

the bridge will be inspected by the Engineer. The cleaned bridge surfaces shall be free of trash and debris as described under Construction Details and the drainage system free running except those systems the Engineer agrees were damaged prior to any cleaning work on the bridge.

3.13 Work Zone Traffic Control shall be in accordance with the proposal, Section 619 of the Standard

Specifications, or as ordered by Engineer. High pressure spray and high volume drainage of wash water shall be controlled so as to not present a hazard to traffic or to cause erosion of adjacent ground or drainage ways. Under no circumstances shall high pressure spray or high volume drainage of wash water be discharged directly into active traffic lanes.

4. METHOD OF MEASUREMENT:

4.01 The work will be measured for payment on an each basis for structures satisfactorily washed. 5. BASIS OF PAYMENT:

5.01 The unit price bid shall include the cost of all labor, materials, and equipment necessary to satisfactorily complete work including the cost of cleaning the drainage system; collecting, removing and disposing of trash and debris including that off structure but necessary to prevent backup of runoff onto the structure or its drainage ways.

NOTE: nn denotes a serialized pay item based on the number of spans in the bridge as follows: nn Number of Spans

01 1 or 2 Spans Mainline Thruway Bridge – Rolled Beam/Plate Girder, Multi-Girder

02 3 or 4 Spans Mainline Thruway Bridge – Rolled Beam/Plate Girder, Multi-Girder

03 5 or more Spans Mainline Thruway Bridge – Rolled Beam/Plate Girder, Multi-Girder

04 1, 2 or 3 Spans Mainline Thruway Bridge – Deck Arch, Frame 05 1 or 2 Spans Bridge over the Mainline Thruway – Rolled Beam/Plate Girder,

Multi-Girder – Floor Beam System 06 3 or 4 Spans Bridge over the Mainline Thruway – Rolled Beam/Plate Girder,

Multi-Girder 07 1, 2, 3, 4 or 5 Spans Pedestrian Bridge over Thruway or Local Roads 08 5 or More Spans Bridge over the Mainline Thruway – Rolled Beam/ Plate

Girder, Multi-Girder

65

Page 79: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

ITEM 697.0203--25 - FIELD CHANGE ORDER (THRUWAY)

01/10 RBF 1 of 1

1.0 DESCRIPTION

1.1 General. The Field Change Order (FCO) provides a contract contingency allowance for the timely payment of authorized additional work that is necessary to fulfill the intent of the plans and specifications.

1.2 Eligible Work. FCO payments shall be limited to work that is: (1) within the scope of the contract; (2) a quantity variation of existing contract pay items, or; (3) a new contract pay item introduced as a result of minor field adjustments in the details of the project. All eligible items of work shall have a known unit price, either through use of a contract bid price or through an Agreed Price.

2.0 MATERIALS. None specified.

3.0 CONSTRUCTION DETAILS. None specified.

4.0 METHOD OF MEASUREMENT

4.1 This item will be measured for payment on a dollars-cents pay unit basis.

4.2 Bid Price. The unit price shown in the proposal for this item will be considered as the price bid, and shall not be altered in any manner. Should the amount shown be altered, the new figure will be disregarded and the original bid price will be used to determine the total amount bid for the contract.

4.3 Payments. Work for which FCO payments are processed will be measured in accordance with the specifications governing the work.

5.0 BASIS OF PAYMENT

5.1 All work to be paid under the FCO item must be authorized in conformance with §104-02 – Changes, Contingencies, Extra Work and Deductions. Disputed work, force account work, work associated with §104-10 – Value Engineering Change Proposals, or payments for time related provisions are not eligible for FCO payment.

5.2 FCO payments will be determined from the quantities and unit prices of eligible work that has been completed in conformance with applicable Specifications. Work for which FCO payments are processed will be paid in accordance with the specifications governing the work.

5.3 Prior to processing the final agreement, the FCO payments will be reconciled through a final Order-on-Contract, such that the amount of FCO payments are converted to the corresponding quantities of the pertinent contract pay items. When payments are transferred to the appropriate items, the remaining amount of FCO funds will be deleted.

66

Page 80: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL NOTES

67

Page 81: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Page 1 of 3 06/07

CONFIDENTIAL INFORMATION 1. Confidential Information: “Confidential Information” means any information not generally known to

the public, whether oral or written, that the Authority claims is confidential and discloses to Contractor for the purposes of performing work on the Project. Confidential Information may include, but is not limited to, operational and infrastructure information relating to: bid documents, plans, drawings, specifications, reports, product information and data, business and security processes and procedures; personnel and organizational data, and financial statements; information system IP addresses, passwords, security controls, architectures and designs; and such other data, information and images that the authority deems confidential. The Authority will identify written Confidential Information by marking it with the word “Confidential” and will identify oral Confidential Information as confidential at the time of disclosure to the Contractor.

2. Exempt Materials: Confidential Information does not include information which, at the time of the

Authority disclosure to Contractor; (a) is already in the public domain or becomes publicly known through no act of Contractor; (b) is already known by Contractor free of any confidentiality obligations; (c) is information that the Authority has approved in writing for disclosure; or (d) is required to be disclosed by Contractor pursuant to law so long as Contractor provides the Authority with notice of such disclosure requirement and an opportunity to defend prior to any such disclosure.

3. Permitted Use: Contractor may use Confidential Information solely for the purposes of performing work

on the Project. Contractor may share Confidential Information with its employees, consultants, sub-consultants, sub-contractors, suppliers, and agents that are necessary to perform work on the Project (“Authorized Personnel”), but must ensure that such Authorized Personnel execute a Confidentiality and Non-Disclosure Agreement as set forth in the Minimum requirements for the Handling and Treatment of Confidential Information. The Authority’s disclosure of Confidential Information to Contractor shall not convey to Contractor any right to or interest in such Confidential Information and the Authority shall retain all right and title to such Confidential Information at all times.

4. Protections: Contractor shall hold Confidential Information confidential to the maximum extent

permitted by law. Contractor shall safeguard Confidential Information in accordance with the Minimum Requirements for the Handling and Treatment of Confidential Information.

5. Return of Confidential Information: Upon the written request of the Authority, Contractor shall return

all written Confidential Information to the Authority.

EXTERNAL CONNECTIONS If in order to perform work on the Project, Contractor must make an external connection to the Authority’s data communications infrastructure and/or access Authority information systems, Contractor shall in all respects comply with all Authority policies and procedures regarding such connections and information systems access and undertake whatever actions are necessary in the discretion of the Authority to ensure such compliance. Contractor shall be responsible for all costs associated with ensuring that its own network security measures comply with all Authority policies and procedures regarding external connections.

68

Page 82: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Page 2 of 3 06/07

MINIMUM REQUIREMENTS FOR THE HANDLING AND TREATMENT OF CONFIDENTIAL INFORMATION

Contractor shall meet the following minimum requirements relative to project information that is identified as CONFIDENTIAL. Authorized Personnel: Contractor shall require that all authorized individuals or entities (e.g., employees, consultants, sub-consultants, sub-contractors, suppliers and agents) (“Authorized Personnel”) to which it discloses CONFIDENTIAL information sign a Confidentiality and Nondisclosure Agreement (“Agreement”). Such Agreement shall provide that Authorized Personnel: are personally responsible at all times for protecting CONFIDENTIAL information that is in their possession or control; must always use proper precautions to safeguard against the unauthorized access and disclosure of CONFIDENTIAL information; must notify Contractor of any known or suspected instances of loss or theft of, or unauthorized access to, CONFIDENTIAL information; and must return all CONFIDENTIAL information to Contractor upon completion of the project. Contractor shall be responsible for enforcing the provisions of such Agreement through personal observation and supervision of Authorized Personnel and utilization of appropriate processes. Contractor shall maintain a list of all Authorized Personnel which have access to CONFIDENTIAL information and must provide the Authority with such list upon the Authority’s request. Contractor shall update such list monthly and notify the Authority of any changes in such list. Inventory Control: Contractor shall create and maintain an inventory of all CONFIDENTIAL information that it provides to Authorized Personnel. Upon completion of the project, Contractor shall check all CONFIDENTIAL information returned from Authorized Personnel against the inventory. Contractor shall provide a copy of the checked inventory to the Authority. Use and Storage: Contractor shall implement reasonable processes during normal working hours to prohibit unauthorized individuals from gaining access to CONFIDENTIAL information that is within the Contractor’s custody and control. At times other than normal working hours, Contractor shall store CONFIDENTIAL information in a secure area, such as a fire-proof safe, locked desk, cabinet or other secure storage facility, where access can be controlled. Contractor shall control the access that Authorized Personnel have to CONFIDENTIAL information stored in such secure areas through the use of manual or automated locks and keys. Contractor shall maintain a list of Authorized Personnel who have access to such secure areas and the specific CONFIDENTIAL information therein. Reproduction: Contractor may reproduce CONFIDENTIAL information only to the extent necessary to carry out contract performance. Contractor must stamp/mark all CONFIDENTIAL information that is reproduced with the word CONFIDENTIAL and protect it in the same manner as the original. Transportation: To the extent feasible and reasonable, Contractor shall hand deliver CONFIDENTIAL information with instructions that only the addressee is allowed to open or view it. Contractor may send CONFIDENTIAL information that cannot be hand delivered via the U.S. Postal Service or express mail services (e.g., FEDEX) provided: it is packaged and sealed in a way that does not disclose its contents or the fact that it is CONFIDENTIAL information, and a signature from the recipient is required.

69

Page 83: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Page 3 of 3 06/07

Under no circumstances shall a transportation method be used that cannot guarantee that CONFIDENTIAL information is accessed only by the intended recipient. Disposal: Contractor shall dispose of all CONFIDENTIAL information, regardless of its form or format, using a destruction method that prevents its unauthorized retrieval (e.g., crosscut or micro shredding, degaussing). Loss, Theft or Unauthorized Access: Contractor shall provide timely notice to the Authority upon discovery of any incident involving the loss or theft of, or unauthorized access to, CONFIDENTIAL information.

70

Page 84: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL NOTE: CONTROL OF MATERIALS

The Contractor’s attention is directed to the TA Addendum, Section 106 – CONTROL OF MATERIAL, located elsewhere in this Proposal. The Contractor understands and agrees that some or all of the off-site inspection and approval of material such as precast concrete items, structural steel, bridge bearings, concrete structural elements and/or their components to be used on this project will be done by the New York State Department of Transportation (NYSDOT) as the Authority’s agent. The Contractor agrees to the following conditions: 1. Whenever the Contractor receives direction from the NYSDOT regarding the approval/rejection of

material that direction constitutes direction by the Authority under the contract, and shall be final and accepted as such by the Contractor.

2. The Contractor will not allow off-site materials subject to inspection and approval of NYSDOT to be

shipped to the project site without direct authorization from the NYSDOT. 3. At the Pre-Award Meeting or as soon as practicable, but in any case before the Pre-Construction

Conference, the Contractor will provide the following information to the Thruway Authority’s Director, Office of Construction Management, for transmittal to NYSDOT to arrange off-site inspections:

A. The name and address of each Manufacturer of all materials, and portions thereof, requiring off-

site quality assurance to be incorporated into this highway project. B. The name and address of each Fabricator fabricating each steel item or any portion thereof to be

incorporated into this highway project. C. The name and address of each Fabricator manufacturing structural pre-cast/pre-stressed items or

any portion thereof to be incorporated into this highway project. 4. The Contractor agrees that it and its Subcontractors and Suppliers will acquire all materials to be

incorporated into this Thruway/Canal project only through Manufacturing, Batching and Fabrication facilities approved by NYSDOT.

71

Page 85: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

AVAILABILITY OF ELECTRONIC BID DATA

1 of 1 07/14

1. SUMMARY:

The New York State Thruway Authority (NYSTA) uses Trns•port Expedite Software for electronic bidding. Expedite is a product of the American Association of State Highway and Transportation Officials (AASHTO) that is currently used by the majority of State Departments of Transportation. It is provided free of charge, and can be used on almost any Windows-compatible PC. It integrates with many existing electronic bid preparation software, and has import/export capability for use with database and spreadsheet systems. Expedite allows bidders to receive electronic proposal bid item information from the New York State Thruway Authority (NYSTA) internet web site and to produce both an electronic and a paper-based bid.

For additional information and downloads, see the NYSTA website at: http://www.nysthruway.gov/business/contractors/expedite/index.html.

2. PARTICIPATION AND RELATIONSHIP TO PAPER DOCUMENTS: Electronic bidding neither replaces paper bids nor forces any Contractor to bid electronically. Rather, participation is voluntary and electronic bidders must submit paper documents that match the electronic file. Expedite prints a check code on every bid page that must match the check code in the computer file. As the check code changes every time the electronic file is modified, matching the codes verifies that the data on the printed bid is the same as in the electronic file. In case of discrepancy, paper bids always prevail and are the primary legal document.

3. THIRD-PARTY SOFTWARE:

The NYSTA endorses no particular product but expects all such vendors and individuals to voluntarily keep pace with changes in NYSTA specifications.

4. PROPOSAL NOTES AND CHANGES BY AMENDMENT:

Contractors are solely responsible for recognizing and properly responding to any and all special notes and circumstances printed in the Contract Proposal and any and all changes by amendment from the amendment documents and/or notices communicated to them by the NYSTA Contracts Unit. Amendments are posted online at: http://www.thruway.ny.gov/business/contractors/documents/index.shtml. If an amendment involves changes to item bid date, an amended Expedite file will be posted to the NYSTA website, and this file must be applied to your electronic bid. However, not all amendments will involve changes to item bid data. Do not bid without carefully reviewing the printed proposal and any and all changes by amendment. Proposal notes and circumstances include, but are not limited to, printed information on alternate, fixed and/or limited cost items and/or special circumstances regarding item placement and use.

72

Page 86: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL NOTE:

REQUIREMENTS FOR CONTRACTOR’S UTILIZATION OF AREAS OUTSIDE OF THE RIGHT-OF-WAY

1 of 1 3/11

1. Before the contractor can utilize any area outside of the NYS Thruway Authority or NYS Canal Corporation

(NYSTA/CC) Right of Way (or outside of a temporary easement obtained for the project by the NYSTA/CC), for any work associated with this project, written approval to do so shall be obtained from the NYS Thruway Authority through the Project Engineer. The contractor’s request for approval shall be in writing and the Authority shall be allowed 2 weeks to review the request and respond.

2. This requirement applies to areas such as, but not limited to: borrow areas, spoil areas, equipment and/or

material storage areas, haul roads, batching areas, water points, shop areas, and all similar areas. This requirement does not apply to the Contractor’s established and permanent headquarters, commercial borrow sources, commercial gravel pits, commercial quarries, and all similar areas.

3. The contractor’s written request for approval shall include a letter report prepared by an Environmental

Professional, acceptable to the Authority, documenting the investigation of the proposed site. The expectation is that an Environmental Professional visits the site, performs an assessment of the proposed use against all applicable environmental requirements, and then documents their findings and recommendations. The letter report shall include the following unless otherwise authorized by the Authority:

a) A written description of the activities the contractor wishes to perform at the proposed site, including

timeframes.

b) Maps showing Federal and State regulated wetlands. The area proposed for use shall be depicted on each map.

c) A site location map which accurately shows the area proposed for use, adjacent property

boundaries/owners, the location of all wetland boundaries observed, and any required erosion and sediment control measures. If present, wetlands shall be delineated in the field by the Environmental Professional with stakes and ribbon, and wetland delineation data forms shall be completed.

d) A written statement prepared by the Environmental Professional regarding the presence of any rare

animals or plants or significant natural communities. The Environmental Professional shall use the NYSDEC Environmental Resource Mapper to make this determination. If any rare species are identified, then determine if the rare species are listed as endangered or threatened and whether the NYSDEC determines the proposed use may be harmful to the species or their habitat. If so, address to the satisfaction of the NYSDEC.

e) A copy of the applicable SPDES permit and any local municipal permits related to use of the site.

f) A listing of other Environmental Permits which were obtained by the Authority for the project. These are

referenced in the contract proposal.

g) A completed NYSTA Property Release form. The form is available through the Project Engineer.

h) A plan showing all restoration work. This includes, but is not limited to, plans for grading, surface restoration details, and erosion and sediment control.

4. This requirement does not waive other provisions of the contract related to use of lands outside the Right of

Way. Rather, it shall be viewed as supplementary. The following contract provisions still remain in effect: §107-08 Protection and Restoration of Property and Landscape, Subsection B. Outside the Right of Way §107-10 Managing Surplus Material and Waste

73

Page 87: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

COMPLIANCE WITH SPDES REGULATIONS The Contractor is advised that the NYS Thruway Authority has evaluated Stormwater requirements for this project and has determined that coverage is not warranted under NYS Department of Environmental Conservation’s SPDES General Permit for Stormwater Discharges from Construction Activity (GP-0-15-002). The Contractor shall read and understand the requirements of GP-0-15-002. In the event the Contractor’s operations, e.g., clearing and grubbing, expanded staging area; will cause an increase in ground disturbance beyond the amount identified in the Contract Documents, coverage under GP-0-15-002 may be required. Prior to commencing these operations, the Contractor should immediately advise the Project Engineer, who will in turn discuss the request with the Project Designer and Division Environmental Specialist or Environmental Point of Contact.

• In the event coverage is required under GP-0-15-002 as a result of these operations, the Contractor will be required to prepare a Stormwater Pollution Prevention Plan (SWPPP) and submit a Notice of Intent (NOI) with the NYS Department of Environmental Conservation.

• In the event coverage is required under GP-0-15-002 as a result of changes made by the Authority, the

Authority will be required to prepare a SWPPP and submit a NOI.

In either case, the Contractor will not be allowed to proceed until verification of coverage under GP-0-15-002 has been provided to the Project Engineer. The Contractor shall make no claim against the Authority for delays resulting from preparing a SWPPP, filing a NOI, and seeking verification of permit coverage.

74

Page 88: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL NOTE

DIESEL EMISSION REDUCTION ACT (DERA) REGULATORY COMPLIANCE

1 of 1 10/15 TPES

All Authority/Corporation Contractors are made aware that Environmental Conservation Law (ECL) 19-0323 and the New York State Department of Environmental Conservation (NYSDEC) regulation 6 NYCRR Part 248 Use of Ultra Low Sulfur Diesel (ULSD) Fuel and Best Available Retrofit Technology (BART) for Heavy Duty Vehicles requires retrofit of all regulated heavy duty diesel vehicles working on all State awarded contracts. Current statute sets December 31, 2015 as the date when all regulated vehicles must be retrofitted with BART. A link to NYSDEC’s enforcement discretion which states the current deadline is located at: http://www.dec.ny.gov/chemical/74288.html. The New York State Thruway Authority/Canal Corporation (NYSTA/CC) and its Contractors are responsible for annual reporting. All Authority/Corporation Contractors shall make determinations of regulatory applicability for vehicles in their inventory used on active Authority/Corporation contracts during each calendar year. These determinations shall be based on the definition of Heavy Duty Vehicle (HDV) including on and off road diesel vehicles having gross vehicle weights in excess of 8,500 pounds, excluding vehicles that are exempt as defined in 6 NYCRR 248-1.1(b)(14). Contractors shall also quantify ULSD fuel used by regulated vehicles in active contract work during the calendar year. An electronic copy of 6 NYCRR Part 248 can be accessed at http://www.dec.ny.gov/regs/2492.html. Electronic copies of the Regulated Entity Vehicle Inventory Form and the Regulated Entity and Contractors Annual Report Form can be accessed under Part 248 – Use of Ultra Low Sulfur Diesel Fuel and Best Available Retrofit Technology for Heavy Duty Vehicles at the following link: www.dec.ny.gov/chemical/4754.html. To allow for required reports to be submitted to NYSDEC by the regulatory deadline of November 1, each year, DERA annual reporting by Authority/Corporation Contractors shall be submitted to NYSTA/CC by October 1, of every year reporting the required information from the previous calendar year (i.e., all 2014 information to NYSTA/CC by October 1, 2015, etc.). Electronic mail submissions can be sent to [email protected]

75

Page 89: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL NOTES

GREEN CONSTRUCTION REQUIREMENTS

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

ULTRA LOW SULFUR DIESEL FUEL

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

• All diesel engines/equipment.

• Stationary and mobile equipment.

• Owned, leased and rented equipment. The hours the piece of equipment is used to complete the work is defined as the actual time the engine is running. The time may be continuous or discontinuous and includes warm-up periods idling, in traffic periods, etc. The Contractor shall repair deficiencies when any diesel powered construction equipment is in non-compliance. When non-compliance items are identified by NYSTA/CC, the Contractor will be notified for correction withina 24-hour period.

76

Page 90: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL NOTES

GREEN CONSTRUCTION REQUIREMENTS

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

CONTROLLING EXPOSURE TO DIESEL EXHAUST

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

• When a “mobile source” (vehicle) is forced to remain motionless because of traffic conditions or

mechanical difficulties over which the operator has no control. • When it is necessary to operate a loading, unloading or processing device. • When the outdoor temperature is less than - 3°C (27°F). • When the “mobile source” is being repaired.

Arrow panels and portable variable message signs shall be solar powered wherever possible or practical.

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

77

Page 91: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL NOTES

GREEN CONSTRUCTION REQUIREMENTS

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

DUST CONTROL

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

• Vegetative Cover –provides the most practical method of dust control. • Mulch (including rolled erosion control products) –provides a fast, effective method of dust control. • Spray Adhesives –Generally composed of polymers in a liquid or solid form mixed with water to form an

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

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

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

• Polymer Additives –Polymers shall be mixed with water and applied to the driving surface using mixing

ratios and application rates in accordance with the manufacturer’s recommendations. No application of the polymer will be made if there is a probability of precipitation within 48 hours of its proposed use. Any polymers must be used in accordance with the NYSDEC issued “Conditions for Use” and “Application Instructions.” This information can be obtained from the NYSDEC website.

• Barriers – Woven geotextiles or stone can be placed on the driving surface to effectively reduce dust throw

and particle migration on haul roads. • Windbreak – A silt fence or similar barrier can control air currents at horizontal intervals equal to ten times

the barrier height. Preserve existing vegetation that acts as a wind barrier as much as practical. • Wheel Washing – Mechanical or manual wet-method cleaning of on-road construction vehicle tires prior to

leaving site.

78

Page 92: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL NOTE

GENERATOR KNOWLEDGE FOR DISPOSAL OF TREATED WOOD 

1 of 1 10/15 TPES

The U.S. Environmental Protection Agency (EPA) and New York State Department of Environmental Conservation (NYSDEC) technique for evaluating whether a material is hazardous for toxicity is the Toxicity Characteristic Leaching Procedure (TCLP). TCLP testing of pentachlorophenol (“penta”) and creosote treated wood by the Electric Power Research Institute, Association of American Railroads, and others has conclusively demonstrated that treated wood products are not a hazardous waste. Under EPA’s and NYSDEC’s rules, such “generator knowledge” can be utilized in place of testing to determine that a waste is not hazardous. This information can be used as evidence that treated wood products can be disposed as non-hazardous waste, based on generator knowledge, in lieu of physical testing. Generator knowledge information, obtained from the American Wood Preservers Institute (AWPI) can be viewed at their web site located at www.awpi.org . AWPI’s information comes from studies conducted by the Electric Power Research Institute (EPRI), the Washington Public Ports Association (WPPA), and the Association of American Railroads (AAR). EPRI test results are for both penta-treated and creosote-treated wood. WPPA and AAR test results are for creosote-treated wood. NOTE: Arsenically-treated (e.g., chromated copper arsenate [CCA]) wood products disposed by the end user are exempt from classification as a federal hazardous waste regardless of the TCLP results for specified constituents from any individual sample. Also, wood products treated with preservatives that contain no TCLP constituents (e.g., Kodiak Preserved Wood containing Copper Dimethyldithiocarbamate) are not hazardous waste.

79

Page 93: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL NOTES FOREST INSECT DISEASE CONTROL

1 of 2 10/15 TPES

MOVEMENT OF WOOD MATERIALS FROM PROJECT SITES Pursuant to New York State Department of Environmental Conservation (NYSDEC) Regulations, 6NYCRR, part 192.5, Firewood Restrictions to Protect Forests from Invasive Species, it is unlawful to transport any firewood material more than 50 miles from its point of origin to limit the spread of invasive insect species. “Firewood” shall mean all wood of any species, cut or not cut, split or not split, regardless of length which is (a) in a form and size appropriate for use as a fuel, or (b) which is destined for use as a fuel. Firewood shall not include kiln-dried dimensional lumber, wood that has been chipped to a maximum piece size that is no greater than 1-inch in two dimensions, or logs or wood being transported to sawmills or other manufacturing facilities for use in their primary operations. All Thruway Authority/Canal Corporation (TA/CC) projects are subject to this requirement. Additional information can be found at the following link: http://www.dec.ny.gov/regs/4079.html If firewood is to be moved within 50 miles of its point of origin a “Self-Issued Certificate of Origin for Transport and Possession of Untreated Firewood” must be completed. This form can be found at the following link: http://www.dec.ny.gov/docs/lands_forests_pdf/selfisscert.pdf

INVASIVE SPECIES AND QUARANTINE MATERIALS MOVEMENT NYSDEC Regulations, 6NYCRR, part 192.6, Quarantine Orders, No person shall fail to comply with the provisions of any quarantine order issued by the Department pursuant to Environmental Conservation Law (ECL) section 9-1303. To the extent the provisions of section 192.5 Firewood Restrictions to Protect Forests from Invasive Species and such quarantine order are in conflict, the more restrictive provision shall apply. TA/CC is under New York State and Federal ash quarantines where it is unlawful to transport any ash material outside of several counties (see quarantine maps at http://www.agriculture.ny.gov/PI/eab/emerald_ash_borer_quarantine.pdf and http://www.dec.ny.gov/animals/47761.html). Therefore, any parts of ash trees, including leaves, bark, stumps, limbs, branches, roots, and ash logs of any length, and firewood (see above for definition of firewood) from ANY tree species, are all considered regulated articles and must be handled properly. Tree-felling, clearing and grubbing operations at project sites may result in the contractor’s need to handle materials from ash tree species and/or firewood or chips from ANY tree species. To the greatest extent possible in areas of clearing and grubbing, ash trees should be pre-identified and marked prior to commencement of construction to promote the proper handling of these materials. Un-infested ash materials in any form may be moved offsite, but only within the quarantine zone. Firewood from ANY tree species may never be moved more than 50 miles and never from the quarantine area, into non-quarantine areas. Transport of any wood needs the required transport certificate: http://www.dec.ny.gov/docs/lands_forests_pdf/selfisscert.pdf Note: According to the quarantine maps, several parts of the Thruway are the boundary between the quarantine area (south) and the non-quarantine area (north). Therefore, transport of any wood material would be prohibited across the roadway from south to north, but acceptable from north to south. Note: Any ash materials that are known or suspected to be infested with live emerald ash borer pests in any life stage must be reported immediately to the EIC and/or designee for further appropriate action and coordination with regulatory agencies.

80

Page 94: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SPECIAL NOTES FOREST INSECT DISEASE CONTROL

2 of 2 10/15 TPES

Any ash materials chipped to a size no greater than 1-inch in at least two dimensions is considered safe to be transported outside the quarantine zone, but only in accordance with a Chip/Mulch Agreement and Transport Agreement received from the NYS Department of Agriculture and Markets (NYSDAM). If any regulated ash materials must be moved outside of the currently quarantined area, a certification from the NYS Department of Agriculture and Markets (NYSDAM) or USDA Animal & Plant Health Inspection Service (APHIS) must be obtained. For further information see the following links: http://www.dec.ny.gov/animals/47761.html http://www.agriculture.ny.gov/PI/eab.html

81

Page 95: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

AFFIRMATIVE ACTION

REQUIREMENTS

Page 96: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

GOALS FOR DISADVANTAGED MINORITY WOMEN'S BUSINESS ENTERPRISE (DMWBE) PARTICIPATION

The Department has established the following utilization goal(s) for this contract, expressed as a percentage of the total contract bid amount. For clarification of Disadvantaged Business Enterprise (DBE) Utilization, Minority Business Enterprise (MBE) Utilization or Women’s Business Enterprise (WBE) Utilization requirements refer to §102-12 DMWBE Utilization of the Standard Specifications. Disadvantaged Business Enterprise (DBE) Utilization Goal 0 % (Federal-Aid Only) Minority Business Enterprise (MBE) Utilization Goal % (Non-Federal-Aid Only) Women's Business Enterprise (WBE) Utilization Goal % (Non-Federal Aid Only) Directories and/or Information related to the current certification status of Disadvantaged Business Enterprises can be obtained from the NYS Unified Certification Program website at: http://biznet.nysucp.net Direct questions concerning Disadvantaged Business Enterprise Utilization to: NYS Department of Transportation Office of Construction 50 Wolf Road Pod 51 Albany, New York 12232 (518) 457-6472 Direct questions concerning Disadvantaged Business Enterprise Certification to: NYS Department of Transportation Contract Audit Bureau DBE Certification 50 Wolf Road, 1st Floor South Albany, New York 12232 (518) 457-3180 Directories and/or information related to the current certification status of Minority and Women’s Business Enterprises can be obtained by contacting: Empire State Development Corporation Office of Minority and Women’s Business Development 625 Broadway Albany, New York 12207 (518) 292-5100 https://ny.newnycontracts.com/ 00821 = 2006/2008:Proposal Page 1 of 1 EI 05-005, Per Construction L 01/08/09

82

Page 97: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

FHWA-1273 -- Revised May 1, 2012

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act

Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water

Pollution Control Act X. Compliance with Governmentwide Suspension and

Debarment Requirements XI. Certification Regarding Use of Contract Funds for

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

3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under

83

Page 98: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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

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

"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

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

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

b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions.

c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion:

a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are

84

Page 99: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

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

d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar

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

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

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

a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE program are incorporated by reference.

b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA.

a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project;

(2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring,

training, qualifying, and upgrading minorities and women;

b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor

85

Page 100: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects.

The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions

of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(ii) The classification is utilized in the area by the construction industry; and

(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or

86

Page 101: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

will notify the contracting officer within the 30-day period that additional time is necessary.

(4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

2. Withholding

The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-

Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency..

(2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

87

Page 102: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

(3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section.

(4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.

The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.

Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly

rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.

The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

88

Page 103: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility.

a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.

3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

89

Page 104: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116).

a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees;

(2) the prime contractor remains responsible for the quality of the work of the leased employees;

(3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and

(4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to work

that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is

evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. VII. SAFETY: ACCIDENT PREVENTION T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows:

90

Page 105: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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

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

91

Page 106: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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

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

92

Page 107: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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

93

Page 108: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

GOALS FOR EQUAL EMPLOYMENT OPPORTUNITY (EEO) PARTICIPATION

00820 = 2006/2008:Proposal EI 05-005, Per Construction L01/08/09

Page 1 of 1

GOALS FOR MINORITY PARTICIPATION

COUNTY % COUNTY % COUNTY % Albany …..……………..3.2 Allegany……..…………6.3 Broome ……..………….1.1

* Bronx Cattaraugus …..………..6.3 Cayuga ………..……….2.5 Chautauqua …..………..6.3 Chemung ……..………..2.2 Chenango ……..……….1.2 Clinton ……..………….2.6 Columbia …...………….2.6 Cortland ……..………...2.5 Delaware ……..………..1.2 Dutchess ……...………..6.4 Erie ……….…..………..7.7 Essex ………...………...2.6

Franklin ……...………...2.5 Fulton ………...………..2.6 Genesee ……...………...5.9 Greene ………...……….2.6 Hamilton ……..………..2.6

Herkimer ………………2.1 Jefferson ……………….2.5

* Kings Lewis …………………..2.5 Livingston ……………..5.3 Madison ……………….3.8 Monroe ………………...5.3 Montgomery …………...3.2 Nassau …………………5.8

* New York Niagara ………………...7.7 Oneida …………………2.1 Onondaga ……………...3.8 Ontario ………………...5.3 Orange ………………..17.0 Orleans ………………...5.3 Oswego ………………..3.8 Otsego …………………1.2 Putnam ……………….22.6 * Queens Rensselaer ……………..3.2

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

Washington ……………2.6 Wayne …………………5.3 Westchester …………..22.6 Wyoming …...…………6.3 Yates ……...…………...5.9

* The following goal ranges are applicable to the indicated trades in the Counties

of Bronx, Kings, New York, Queens and Richmond. Electricians................................... 9.0 to 10.2 Carpenters .................................. 27.6 to 32.0 Steam fitters ............................... 12.2 to 13.5 Metal lathers............................... 24.6 to 25.6 Painters....................................... 26.0 to 28.6 Operating engineers ................... 25.6 to 26.0 Plumbers .................................... 12.0 to 14.5 Iron workers (structural) ............ 25.9 to 32.0 Elevator constructors ..................... 5.5 to 6.5

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

GOAL FOR PARTICIPATION OF WOMEN

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

94

Page 109: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

PROGRESS PAYMENTS - OEOC REPORTS

Processing of progress payments is contingent upon Contractor documentation of compliance with all contract requirements, including EEO/MWBE Program (Equal Employment Opportunity/Minority and Women Business Enterprise Program) reports, in accordance with the brochure entitled “Minority and Women Business Enterprise Program, Information on Completing Program Reports”, which is sent to all low bidders by the NYSTA Office of Contracts and Construction Management. Forms listed below may be required and shall cover the period since the last reporting period. Specific forms and schedule will be stipulated at the EEO/MWBE Program pre-award meeting.

TA-W1017-9 Monthly Employment Utilization TA-W1023-9 Payments to D/M/WBE Subcontracting Firms TA-W1046-9 Weekly Training Progress Report

In addition, the following shall reflect up-to-date status:

TA-W1022-9 Utilization Plan for All Subcontractors TA-W1024-9 Workforce and Training Utilization Schedule TA-W1041-9 Training Report TA-W1064-9 Construction Contractors Annual EEO Report

05/09 RBF

95

Page 110: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

TA-W

1022 (

02/2

016)

O

ffic

e o

f Constr

uction M

anagem

ent

- Com

pliance U

nit

P.O

. Box 1

89

Alb

any,

NY 1

2201-0

189

UTILIZ

ATIO

N P

LA

N F

OR

ALL S

UB

CO

NTR

AC

TO

RS

Page 1

of

Pu

rp

ose:

This

form

is c

om

ple

ted b

y t

he c

ontr

acto

r fo

r th

e u

tilization o

f all s

ubcontr

acto

rs, suppliers

and t

ruckin

g f

irm

s.

IN

ST

RU

CTIO

NS

: Com

ple

te form

and s

ubm

it w

ithin

10 d

ays a

fter

bid

openin

g.

Contr

acto

r N

am

e a

nd A

ddre

ss

Federa

l ID

No.

Contr

act

Num

bers

TA N

o.

D N

o.

Lis

t all

Subcontr

acto

rs, Suppliers

and T

ruckin

g F

irm

s

Cert

ific

ation

Sta

tus

Subm

issio

n

Item

s o

f W

ork

, Serv

ices,

or

Supplies t

o b

e P

rovid

ed

Agre

em

ent

Am

ount

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Pre

pare

d b

y:

Sig

natu

re

Phone N

o.

Title

D

ate

Subm

itte

d

Sub T

ota

l Fro

m P

age 2

$

G

rand T

ota

l $ C

lear

Form

96

Page 111: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

TA-W

1022 (

02/2

016)

UTIL

IZATIO

N P

LAN

FO

R A

LL S

UBCO

NTRACTO

RS

Page

of

Lis

t all

Subcontr

acto

rs, Suppliers

and T

ruckin

g F

irm

s

Cert

ific

ation

Sta

tus

Subm

issio

n

Item

s o

f W

ork

, Serv

ices o

r Supplies t

o b

e P

rovid

ed

Agre

em

ent

Am

ount

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Nam

e

Addre

ss

Phone N

o.

$

Federa

l ID

No.

Com

pliance U

nit C

om

ments

: S

ub T

ota

l $

97

Page 112: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

INSTRUCTIONS FOR THE MANUAL COMPLETION OF THE EMPLOYMENT UTILIZATION REPORT – TA-1017-9

PURPOSE The Employment Utilization Report is prepared by contractors and subcontractors to document their performance in

attempting to meet the goals for equal employment opportunity included in the contract. The report covers all hourly

workers, including crew chiefs, assigned to the construction project; it does not cover salaried personnel such as

superintendents. The completed reports are used by the Thruway to monitor the contractor's and subcontractor's

compliance with the contract's equal employment opportunity requirements.

SUBMISSION The Employment Utilization Report is to be completed by both prime and subcontractors and signed by the designated EEO Officer or authorized representative of the Contractor or Subcontractors. The prime contractor shall: complete a report for its own workforce, and prepare a summary report for the entire combined contract workforce. All the reports are to be submitted to the Engineer-In-Charge (EIC) each calendar month during the term of the contract. They shall include the total work hours for all employees in each trade or work category for all payrolls completed in the entire reporting period. This report is required by Article 15-A of the Executive Law of New York State Section 312, and 23 U.S.C., Section 140(a). GENERAL

1. Check YES or NO as appropriate to indicate whether or not this particular TA-1017-9 filing will be your last TA-

1017-9 filing for the entire contract. 2. Contract Number 3. Name of County or Counties in which the contract is located. 4. Enter Zip Code 5. Minority and Female Goals for the County of the project address from the contract EEO requirements. 6. The Month and Year covered by the report. 7. Prime Contractor's Name and Federal Employer Identification Number, only if form is being completed by the

Contractor. 8. Date Work Began: Enter the month and year work began on this contract. 9. Work Completed to Date: Estimate the percent of contract work completed at this time.

JOB OR TRADE CATEGORIES There are 9 standard job or trade categories printed on the TA-1017-9. They include the trades commonly used in highway and bridge construction. These categories are intended to be general in nature and may include several job titles, depending on local custom. (For example, all laborers whether "skilled" or "unskilled" are to be included in the laborer category; journeyworker mechanics employed to operate equipment on the job site such as compressors would be included in the equipment operator category.) In some rare cases, trades other than those identified on the TA-1017-9 may be required to perform the contract work; for example a plumber might be utilized in the construction of a rest area. All work performed by trades other than those printed on the form should be combined in the "Other" category. Work level designations of Journeyworker (J), Apprentice (A), or Trainee (T), are included as separate entries for each standard job category. All entries of hours worked must be recorded opposite the appropriate work level for those categories. No separate identification of work level is required for "other" crafts or job categories. Crew chiefs and other hourly supervisors should be counted as journeyworkers in their appropriate job or trade categories. WORK HOURS OF EMPLOYMENT (This Reporting Period) 10-14 Report the work hours of employment provided in each Job or Trade category during the reporting month. Include

all employment covered by payrolls issued during the reporting month. Unless otherwise noted, the Hours of Employment provided to Males (M) and Females (F) are reported separately. Where separate work designations

98

Page 113: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

are shown for a single trade, i.e., work designations are shown for a single trade, i.e., report these work hours accordingly.

10. Total hours of work for all employees regardless of their ethnicity. 11. Black (not of Hispanic origin): All persons having origins in any of the Black racial groups. 12. Hispanic: All persons of Mexican, Puerto Rican, Dominican, Cuban, Central or South American descent of either

Indian or Hispanic origin, regardless of race. 13. Asian or Pacific Islander. 14. Native American or Alaskan Native. 15. Minority Percentage: the sum of all minority male employment for a category divided by the total work force

employment for that category, i.e. (11M + 12M + 13M + 14M) + (10M + 10F). Journeyworkers, Apprentices, and Trainees are combined Apprentices, and Trainees are combined when computing this percentage.

16. Female Percentage: the female employment of all employees for a category divided by the total employment of all

employees for that category, i.e. (10F) + (10M + 10F). Journeyworkers, Apprentices, and Trainees are combined when computing this percentage.

NUMBER OF EMPLOYEES 17-18 Record the number of people employed during the reporting period. The numbers of Male (M) and Female (F)

employees in each column are reported separately. 17. The total number of people employed regardless of ethnicity. 18. The total number of minority persons employed. TOTAL WORK HOURS OF EMPLOYMENT TO DATE (Cumulative) This section provides a current total of the employment provided throughout the life of the contract to date. The total employment to date is calculated by adding the work hours of employment reported this period to the previous month's reported total work hours of employment to date. 19. Total hours of work for all employees regardless of their ethnicity (cumulative - include non-minorities

minorities). 20-23 The sum of the corresponding entry for EMPLOYMENT THIS REPORTING PERIOD and the previous period's

TOTAL WORK HOURS OF EMPLOYMENT TO DATE for each combination of job category, ethnicity, and sex.

24. Minority Percentage = (20M + 21M + 22M + 23M) + (19M + 19F). 25. Female Percentage = (19F) + (19M + 19F) GRAND TOTAL 26. Enter the cumulative total of each column. OFFICIAL OF PRIME CONTRACTOR/SUBCONTRACTOR 27. Signature and Title of the company official completing the report. 28. Date signed.

99

Page 114: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

15 16.

M F M F M F M F M F M F M FJ

A

T

J

A

T

J

A

T

J

A

T

J

A

T

J

A

T

J

A

T

J

A

T

J

A

T

OTHER

M F M F M F M F M FJ

A

T

J

A

T

J

A

T

J

A

T

J

A

T

J

A

T

J

A

T

J

A

T

J

A

T

OTHER

SELECT REPORT TYPE BELOW

%

25.

FEMALE AMERICAN INDIAN OR ALASKAN NATIVE

22. 23.

MINORITY

24.

18.

29. Reviewed by Thruway Project Engineer (Title and Signature) 30. Date Approved

IRON WORKER

EQUIPMENT OPERATOR

LABORER

CARPENTER

11.

BLACK

(NOT OF HISPANIC ORIGIN)

12.

%

SURVEYOR

TRUCK DRIVER

ASIAN OR PACIFIC ISLANDERS

NEW YORK STATE THRUWAY AUTHORITY • CANAL CORPORATION

OFFICE OF CONSTRUCTION MANAGEMENT COMPLIANCE UNITMONTHLY EMPLOYMENT UTILIZATION

TA-W1017-9 (08/2014)

JOB OR TRADE CATEGORY JOURNEYWORKER,

APPRENTICE, OR TRAINEE

_______ / _______

3.D # 2. CONTRACT TA #

%

WORK HOURS OF EMPLOYMENT THIS MONTH

HISPANIC

(NOT OF HISPANIC ORIGIN)

MASON

PAINTER

ELECTRICIAN

20. 21.

BLACK

PAINTER

LABORER

EQUIPMENT OPERATOR

SURVEYOR

TRUCK DRIVER

IRON WORKER

CARPENTER

MASON

ELECTRICIAN

10.

TOTAL HOURS OF ALL EMPLOYEES BY

TRADE (NON-MINORITIES & MINORITIES)

19.

TOTAL HOURS OF ALL EMPLOYEES BY

TRADE (NON-MINORITIES & MINORITIES)

TOTAL WORK HOURS OF EMPLOYMENT TO DATE (Cumulative)

ASIAN OR PACIFIC ISLANDERS

27. Official of Prime Contractor/ Subcontractor (Title and Signature) 28. Date Signed

JOB OR TRADE CATEGORY JOURNEYWORKER,

APPRENTICE, OR TRAINEE

26. GRAND TOTAL

TOTAL

9. Percent of Work Completed to Date:

4. COUNTIES

5. CONTRACT GOALS %

7. CONTRACTOR NAME

1. FINAL REPORT

8. PROJECT START DATE (Month & Year)

6. REPORT (MONTH & YEAR)MINORITY FEMALE % ________ / ________

13.

HISPANIC AMERICAN INDIAN OR ALASKAN NATIVE

14. 17.

TOTAL # OF MINORITY EMPLOYEES

TOTAL NUMBER OF EMPLOYEES

MINORITY %FEMALE

%

PRIME COMPOSITE

SUBCONTRACTOR

YES NO

100

Page 115: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Pag

e

of

CO

NT

RA

CT

TA

#:C

ON

TR

AC

T D

#:

NA

ME

:

FE

DE

RA

L ID

#:

NA

ME

:

FE

DE

RA

L ID

#:

NA

ME

:

FE

DE

RA

L ID

#:

NA

ME

:

FE

DE

RA

L ID

#:

NA

ME

:

FE

DE

RA

L ID

#:

NA

ME

:

FE

DE

RA

L ID

#:

NA

ME

:

FE

DE

RA

L ID

#:

NA

ME

:

FE

DE

RA

L ID

#:

NA

ME

:

FE

DE

RA

L ID

#:

NA

ME

:

FE

DE

RA

L ID

#:

PA

YM

EN

TS

TH

IS

MO

NT

H

DA

TE

:

$0.0

0

$0.0

0

$0.0

0

$0.0

0

$0.0

0

PR

EP

AR

ED

BY

SIG

NA

TU

RE

:

GR

AN

D T

OT

AL

AM

OU

NT

S F

OR

ALL

DB

E/M

WB

E

SU

BC

ON

TR

AC

TO

RS

/SU

PP

LIE

RS

LIS

T A

LL

DB

E/M

WB

E S

UB

CO

NT

RA

CT

OR

S/S

UP

PL

IER

SO

RIG

INA

L A

GR

EE

ME

NT

A

MO

UN

T

TA

-W10

23 (

03/2

017)

DIS

AD

VA

NT

AG

ED

BU

SIN

ES

S E

NT

ER

PR

ISE

/MIN

OR

ITY

AN

D W

OM

EN

'S B

US

INE

SS

EN

TE

RP

RIS

E P

RO

GR

AM

P.O

. B

ox 1

89,

Alb

any,

NY

122

01-0

189

PA

YM

EN

TS

TO

DB

E/M

WB

E S

UB

CO

NT

RA

CT

ING

FIR

MS

% O

F O

VE

RA

LL W

OR

K C

OM

PLE

TE

D T

O D

AT

E:

(B

ased

on

Dol

lars

)%

O

ffic

e of

Con

stru

ctio

n M

anag

emen

t -

Com

plia

nce

Uni

t

MO

NT

H/Y

EA

R

RE

PO

RT

ING

CO

NT

RA

CT

OR

:

INS

TR

UC

TIO

NS

: R

epor

t is

due

the

10t

h of

the

mon

th f

ollo

win

g th

e m

onth

of

wor

k.

Zer

o pa

ymen

t re

port

s ar

e re

quire

d.

If n

o pa

ymen

ts w

ere

mad

e du

ring

the

mon

th,

chec

k th

e "N

o P

aym

ents

" bo

x.

Pu

rpo

se

: T

he s

ubco

ntra

ctor

s/su

pplie

rs li

sted

bel

ow a

re c

ertif

ied

DB

E/M

WB

Es.

P

aym

ents

mad

e ar

e in

con

junc

tion

with

the

UT

ILIZ

AT

ION

PLA

N F

OR

ALL

SU

BC

ON

TR

AC

TO

RS

(TA

-W10

22).

PR

EV

IOU

S

PA

YM

EN

TS

TO

TA

L P

AY

ME

NT

S T

O

DA

TE

PE

RC

EN

TA

GE

OF

WO

RK

C

OM

PL

ET

ED

TO

DA

TE

(B

ased

on

Do

llar

s)

$0

.00

$0.0

0

$0.0

0

$0.0

0

$0.0

0

No

Paym

ents

101

Page 116: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

STATE WAGE RATE

INFORMATION

Page 117: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

1 of 1

WAGE RATES

The New York State Thruway Authority does not represent or warrant that the accompanying schedule of wages with the classification of workmen, mechanics and laborers, as required by Section 220 of the Labor Law, is complete and it reserves the right to revise such schedule when required.

In the event that revisions are made before the letting date, an amendment will be issued by the Department of purchasers of plans. In the event that the current wage rate schedule should expire before the contract for this project becomes effective the said wage rate schedule will be recertified and the Contractor will be bound by such revised schedule as recertified.

Labor classifications not appearing on this rate sheet can be used only with the consent of the Chief Engineer of the Authority and then the rate to be paid will be given by the Chief Engineer of the Authority after consulting with the State Department of Labor.

All requests for minimum wage rates for additional occupations shall be directed through the Chief Engineer, Thruway Authority.

By legislation effective August 9, 1975, if the prevailing rate of wages or the prevailing practices for supplements as determined by the State Labor Department changes after the contract is let, the Thruway Authority shall request of the State Labor Department a redetermination of the schedules of wages and supplements and such revised wage rates and supplements shall be annexed to and form a part of the contract for the work. The prevailing wage rates and supplemental benefits to be paid are those in effect at the time the work is being performed. The bidder shall take into account in his bid prices all changes in wage rates and supplements that may be forthcoming during the time the contract is in force.

The bidder shall take into account in his bid prices all changes in wage rates and supplements that may be forthcoming during the time the contract is in force.

Pursuant to Section 220-A of the New York State Labor law, the prime Contractor must provide each approved subcontractor with a copy of the schedule of wages and any supplements as specified in this Contract.

The prime Contractor must immediately obtain from each approved subcontractor a certification (TA-44105) of their receipt of, and agreement to pay the applicable prevailing wages as specified in this contract. The prime Contractor shall retain all Subcontractor certifications and provide these certifications to the Authority prior to the processing of the final payment.

The prime Contractor must submit an affidavit (TA-44115) verifying the proper payment of wages to its own employees prior to the processing of the final payment. All completed certifications and affidavits must be originals and be properly signed and notarized.

SPECIAL NOTICE TO BIDDERS IN RELATION TO OVERTIME DISPENSATION

All bidders, in submitting their bids, should base their bids and work progression on the assumption that Overtime Dispensation pursuant to Article 8 of the New York State Labor Law, for any workmen, laborers and mechanics to work more than 8 hours in any one calendar day or more than five days in any one week will not be granted for any operation for the contract duration. Subsequent to award, where the contract documents have imposed specific scheduling and/or phasing requirements or where it is determined by the Authority to be in the best interest of the public, the Authority may process, for approval by the New York State Department of Labor, requests for Overtime Dispensation on certain specific operations and, in the event approval is granted, there shall be no adjustments therefore in any bid prices.

102

Page 118: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

04025 Page 1 of 1 EB 06-035 L 01/11/07

SPECIAL NOTE STATE PREVAILING WAGE RATES

The Contractor shall ensure that workers are paid the appropriate wages and supplemental (fringe) benefits. Throughout the contract, the Contractor shall obtain and pay workers in accordance with periodic wage rate schedule updates from the NYS Department of Labor (NYSDOL). Wage rate amendments and supplements are available on the NYSDOL web site at www.labor.ny.gov. All changes or clarification of labor classification(s) and applicability of prevailing wage rates shall be obtained in writing from the Office of the Director, NYSDOL Bureau of Public Work.

The NYSDOL prevailing wage rate schedule for this contract has been determined and is available on the internet. The prevailing wage rate schedule is accessed by visiting the NYSDOL web site, navigating to the appropriate web page, and entering the Prevailing Rate Case No. (PRC#). The PRC# is provided on NYSDOL Form PW-200 included in this contract Proposal.

A copy of the project specific prevailing wage rate schedule will be provided to the successful bidder upon award of the contract. Upon written request, the schedule will be provided by the Thruway Authority to prospective bidders without internet access.

103

Melendez
Sticky Note
Insert Project Specific Wage Rates
Page 119: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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 2017 through June 2018. All updates, corrections, postedon the 1st business day of each month, and future copies of the annual determination areavailable on the Department's website www.labor.state.ny.us. Updated PDF copies ofyour schedule can be accessed by entering your assigned PRC# at the proper location onthe website. It is the responsibility of the contracting agency or its agent to annex and make part, theattached schedule, to the specifications for this project, when it is advertised for bids and /orto forward said schedules to the successful bidder(s), immediately upon receipt, in order toinsure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public WorkContracts" provided with this schedule, for the specific details relating to otherresponsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail ORfax this form to the office shown at the bottom of this notice, OR fill out the electronicversion via the NYSDOL website.

NOTICE OF COMPLETION / CANCELLATION OF PROJECT

Date Completed: Date Cancelled:

Name & Title of Representative:

Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240

www.labor.state.ny.us. PW 200 [email protected]

Andrew M. Cuomo, Governor Roberta Reardon, Commissioner

NYS Thruway Authority Leo Gallagher, Assistant Engineer/Civil/Trans200 Southern BoulvardAlbany NY 12209-2098

Schedule Year 2017 through 2018Date Requested 02/09/2018PRC# 2018001518

Location New England Thruway I-95Project ID# D214668Project Type TANE 18-21B/D214668 Maintenance Bridge Washing on I-95, New England Thruway between MP NE 0.23

and MP 14.11 in the Bronx and Westchester Counties in accordance with the Plans and Specifications.

104

Page 120: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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 isavailable on the "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.state.ny.us. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to providecomplete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules toeach subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the originalschedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL websitewww.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect fromJuly 1st through June 30th of the following year. The annual determination is available on the NYSDOL websitewww.labor.state.ny.us. Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true underpenalty of perjury. Payrolls must be maintained for at least Five (5) years from the project's date of completion. See SpotaBill Notice. At a minimum, payrolls must show the following information for each person employed on a public workproject: Name, Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed,Hourly wage rate(s) paid, Supplements paid or provided, and Daily and weekly number of hours worked in eachclassification.

105

Page 121: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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, by are not limited to timecards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure toprovide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of thecontract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New YorkState and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the projectworksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedulespecified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedulesby a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original scheduleand any subsequently issued schedules, shall provide to such contractor a verified statement attesting that thesubcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages andsupplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a). Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties The wages and supplements contained in the annual determination become effective July 1st whether or not the newdetermination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Anycorrections should be brought to the Department's attention immediately. It is the responsibility of the public workcontractor to use the proper rates. If there is a question on the proper classification to be used, please call the districtoffice located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOLwebsite on the first business day of each month. Contractors are responsible for paying these updated rates as well,retroactive to July 1st. When you review the schedule for a particular occupation, your attention should be directed to the dates above thecolumn of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Departmentposts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by aparticular annual determination. Rates that extend beyond that instant time period are informational ONLY and may beupdated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period. Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay orprovide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages orsupplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficientamount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a finaldetermination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or providethe requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law toso notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract.Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of suchcontract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interestand any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a finaldetermination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding isinstituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of thecourt with respect to the release of the funds so withheld. Summary of Notice Posting Requirements The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public workproject. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverseweather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2)inches. The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, oneach job site.

106

Page 122: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, oremployment training centers, notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the NYS Department of Labor. Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYSCommissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greaterthan the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing RateSchedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outsidethe classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate forthe classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYSDepartment of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency ofoffice registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office ofEmployability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Faxto NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and socialsecurity number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL ApprenticeshipTraining Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provideconclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person isregistered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies ofstate forms is not conclusive proof of the registration of any person as an apprentice. Interest and Penalties In the event that an underpayment of wages and/or supplements is found:

- Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant tosection 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made.

- A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due.

Debarment Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public workcontract or subcontract with any state, municipal corporation or public body for a period of five (5) years when:

- Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successorwithin any consecutive six (6) year period.

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

Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine orimprisonment of up to 15 years, or both. Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, nationalorigin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex ornational origin discriminate against any citizen of the State of New York who is qualified and available to perform the workto which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidateany employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220-e(b) ).

107

Page 123: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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.

108

Page 124: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Notice of Contract Award New York State Labor Law, Article 8, Section 220.3a requires that certain informationregarding the awarding of public work contracts, be furnished to the Commissioner of Labor.One "Notice of Contract Award" (PW 16, which may be photocopied), MUST be completedfor EACH prime contractor on the above referenced project. Upon notifying the successful bidder(s) of this contract, enter the required information andmail OR fax this form to the office shown at the bottom of this notice, OR fill out theelectronic version via the NYSDOL website.

Contractor InformationAll information must be supplied

Federal Employer Identification Number:

Name:

Address:

aaa

City: State: Zip:

Contract Type:

[ ] (01) General Construction

[ ] (02) Heating/Ventilation

[ ] (03) Electrical

[ ] (04) Plumbing

[ ] (05) Other :

Amount of Contract: $ Approximate Starting Date: - - - - /- - - - / Approximate Completion Date: - - - - /- - - - /

Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240

www.labor.state.ny.us. PW 16 [email protected]

Andrew M. Cuomo, Governor Roberta Reardon, Commissioner

NYS Thruway Authority Leo Gallagher, Assistant Engineer/Civil/Trans200 Southern BoulvardAlbany NY 12209-2098

Schedule Year 2017 through 2018Date Requested 02/09/2018PRC# 2018001518

Location New England Thruway I-95Project ID# D214668Project Type TANE 18-21B/D214668 Maintenance Bridge Washing on I-95, New England Thruway between MP NE 0.23

and MP 14.11 in the Bronx and Westchester Counties in accordance with the Plans and Specifications.

109

Page 125: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

IMPORTANT NOTICE

FOR

CONTRACTORS & CONTRACTING AGENCIES

Social Security Numbers on Certified Payrolls

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

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

110

Page 126: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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.

111

Page 127: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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.

112

Page 128: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Construction Industry Fair Play Act

Required Posting For Labor Law Article 25-B § 861-d

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

113

Page 129: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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

ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS: YOU ARE COVERED BY THE

CONSTRUCTION INDUSTRY FAIR PLAY ACT The law says that you are an employee unless:

• You are free from direction and control in performing your job AND • You perform work that is not part of the usual work done by the business that hired you AND • You have an independently established business Your employer cannot consider you to be an independent contractor unless all three of these facts apply to your work.

IT IS AGAINST THE LAW FOR AN EMPLOYER TO MISCLASSIFY EMPLOYEES AS INDEPENDENT CONTRACTORS OR PAY EMPLOYEES OFF-THE-BOOKS.

Employee rights. If you are an employee:

• You are entitled to state and federal worker protections such as o unemployment benefits, if unemployed through no fault of your own, able to work, and

otherwise qualified o workers’ compensation benefits for on-the-job injuries o payment for wages earned, minimum wage, and overtime (under certain conditions) o prevailing wages on public work projects o the provisions of the National Labor Relations Act and o a safe work environment

• It is a violation of this law for employers to retaliate against anyone who asserts their rights under the law. Retaliation subjects an employer to civil penalties, a private lawsuit or both.

Independent Contractors: If you are an independent contractor:

• You must pay all taxes required by New York State and Federal Law. Penalties for paying off-the-books or improperly treating employees as independent contractors:

• Civil Penalty First Offense: up to $2,500 per employee.

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

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

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

114

Page 130: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

(11.11)

WORKER NOTIFICATION

(Labor Law §220, paragraph a of subdivision 3-a)

Effective February 24, 2008

This provision is an addition to the existing prevailing wage rate

law, Labor Law §220, paragraph a of subdivision 3-a. It requires

contractors and subcontractors to provide written notice to all

laborers, workers or mechanics of the prevailing wage rate for

their particular job classification on each pay stub*. It also requires

contractors and subcontractors to post a notice at the beginning of

the performance of every public work contract on each job site that

includes the telephone number and address for the Department of

Labor and a statement informing laborers, workers or mechanics of

their right to contact the Department of Labor if he/she is not

receiving the proper prevailing rate of wages and/or supplements

for his/her particular job classification. The required notification

will be provided with each wage schedule, may be downloaded

from our website www.labor.state.ny.us or made available upon

request by contacting the Bureau of Public Work at 518-457-5589.

* In the event that the required information will not fit on the pay stub, an accompanying sheet or attachment of the information will suffice.

115

Page 131: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

New York State Department of Labor Bureau of Public Work

Attention Employees THIS IS A: PUBLIC WORK

PROJECTIf you are employed on this project as a worker, laborer, or mechanic you are entitled to receive the prevailing wage and supplements rate for the classification at which you are working.

Chapter 629 of the Labor Laws of 2007:

These wages are set by law and must be posted at the work site. They can also be found at:www.labor.ny.gov

If you feel that you have not received proper wages or benefits, please call our nearest office.*

Albany Binghamton Buffalo Garden City New York City Newburgh

(518) 457-2744(607) 721-8005 (716) 847-7159 (516) 228-3915 (212) 932-2419 (845) 568-5156

PatchogueRochester Syracuse Utica White Plains

(631) 687-4882(585) 258-4505 (315) 428-4056 (315) 793-2314 (914) 997-9507

* For New York City government agency construction projects, please contact the Office of the NYC Comptroller at (212) 669-4443, or

www.comptroller.nyc.gov – click on Bureau of Labor Law.

Contractor Name:

Project Location:

PW 101 (4.15)

116

Page 132: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

(03.12) Page 1 of 2

OSHA 10-hour Construction

Safety and Health Course – S1537-A

Effective July 18, 2008

This provision is an addition to the existing prevailing wage rate

law, Labor Law §220, section 220-h. It requires that on all public

work projects of at least $250,000.00, all laborers, workers and

mechanics working on the site, be certified as having successfully

completed the OSHA 10-hour construction safety and health course.

It further requires that the advertised bids and contracts for every

public work contract of at least $250,000.00, contain a provision of

this requirement.

The OSHA 10 Legislation only applies to workers

on a public work project that are required, under

Article 8, to receive the prevailing wage.

NOTE:

117

Page 133: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

(03.12) Page 2 of 2

Where to find OSHA 10-hour Construction Course 1. NYS Department of Labor website for scheduled outreach training at:

www.labor.state.ny.us/workerprotection/safetyhealth/DOSH_ONSITE_CONSULTATION.shtm

2. OSHA Training Institute Education Centers:

Rochester Institute of Technology OSHA Education Center Rochester, NY Donna Winter Fax (585) 475-6292 e-mail: [email protected] (866) 385-7470 Ext. 2919 www.rit.edu/~outreach/course.php3?CourseID=54 Atlantic OSHA Training Center UMDNJ – School of Public Health Piscataway, NJ Janet Crooks Fax (732) 235-9460 e-mail: [email protected] (732) 235-9455 https://ophp.umdnj.edu/wconnect/ShowSchedule.awp?~~GROUP~AOTCON~10~ Atlantic OSHA Training Center University at Buffalo Buffalo, New York Joe Syracuse Fax (716) 829-2806 e-mail:mailto:[email protected] (716) 829-2125 http://www.smbs.buffalo.edu/CENTERS/trc/schedule_OSHA.php Keene State College Manchester, NH Leslie Singleton e-mail: [email protected] (800) 449-6742 www.keene.edu/courses/print/courses_osha.cfm

3. List of trainers and training schedules for OSHA outreach training at:

www.OutreachTrainers.org

118

Page 134: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Page 1 of 1

Requirements for OSHA 10 Compliance

Chapter 282 of the Laws of 2007, codified as Labor Law 220-h took effect on July 18, 2008. The statute provides as follows:

The advertised specifications for every contract for public work of $250,000.00 or more must contain a provision requiring that every worker employed in the performance of a public work contract shall be certified as having completed an OSHA 10 safety training course. The clear intent of this provision is to require that all employees of public work contractors, required to be paid prevailing rates, receive such training “prior to the performing any work on the project.” The Bureau will enforce the statute as follows: All contractors and sub contractors must attach a copy of proof of completion of the OSHA 10 course to the first certified payroll submitted to the contracting agency and on each succeeding payroll where any new or additional employee is first listed.

Proof of completion may include but is not limited to: • Copies of bona fide course completion card (Note: Completion cards do not have

an expiration date.) • Training roster, attendance record of other documentation from the certified

trainer pending the issuance of the card. • Other valid proof

**A certification by the employer attesting that all employees have completed such a course is not sufficient proof that the course has been completed.

Any questions regarding this statute may be directed to the New York State Department of Labor, Bureau of Public Work at 518-485-5696.

119

Page 135: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

PW30.1-Notice (03.17) NYSDOL Bureau of Public Work 1 of 1

IMPORTANT INFORMATION

Regarding Use of Form PW30.1 (Previously 30R)

“Employer Registration for Use of 4 Day / 10 Hour Work Schedule”

To use the ‘4 Day / 10 Hour Work Schedule’:

There MUST be a Dispensation of Hours (PW30) in place on the

project

AND

You MUST register your intent to work 4 / 10 hour days, by

completing the PW30.1 Form.

REMEMBER…

The ‘4 Day / 10 Hour Work Schedule’ applies ONLY to Job Classifications

and Counties listed on the PW30.1 Form.

Do not write in any additional Classifications or Counties.

(Please note : For each Job Classification check the individual wage

schedule for specific details regarding their 4/10 hour day posting.)

120

Page 136: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

PW30.1-Instructions (03.17) NYSDOL Bureau of Public Work 1 of 1

Instructions (Type or Print legibly):

Contractor Information:

Enter the Legal Name of the business, FEIN, Street Address, City, State, Zip Code; the Company’s

Phone and Fax numbers; and the Company’s email address (if applicable)

Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers,

and the personal email address (if applicable)

Project Information:

Enter the Prevailing Rate Case number (PRC#) assigned to this project

Enter the Project Name / Type (i.e. Smithtown CSD – Replacement of HS Roof)

Enter the Exact Location of Project (i.e. Smithtown HS, 143 County Route #2, Smithtown,NY;

Bldgs. 1 & 2)

If you are a Subcontractor, enter the name of the Prime Contractor for which you work

On the Checklist of Job Classifications -

o Go to pages 2 and 3 of the form

o Place a checkmark in the box to the right of the Job Classification you are choosing

o Mark all Job Classifications that apply

***Do not write in any additional Classifications or Counties.***

Requestor Information:

Enter the name of the person submitting the registration, their title with the company , and the

date the registration is filled out

Return Completed Form:

Mail the completed PW30.1 form to: NYSDOL Bureau of Public Work, SOBC – Bldg.12 –

Rm.130, Albany, NY 12240 -OR -

Fax the completed PW30.1 form to: NYSDOL Bureau of Public Work at (518)485-1870

Instructions for Completing Form PW30.1 (Previously 30R)

“Employer Registration for Use of 4 Day / 10 Hour Work Schedule”

B efore completing Form PW30.1 check to be sure …

There is a Dispensation of Hours in place on the project.

The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using.

The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will takeplace.

121

Page 137: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

PW 30.1 (06/17) 1 of 7

Bureau of Public Work Harriman

State Office Campus

Building 12, Room 130

Albany, New York 12240

Phone: (518) 457-5589 | Fax: (518) 485-1870

www.labor.ny.gov

Employer Registration for Use of 4 Day / 10 Hour Work Schedule Before completing this form, make sure that:

There is a Dispensation of Hours in place on the project.

The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using.

The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place.

Please type or print the requested information and then mail or fax to the address above.

Contractor Information

FEIN:

State: Zip Code:

Fax No: Email:

Company Name:

Address:

City:

Phone No:

Contact Person:

Phone No: Fax No: Email:

Project Information

Project PRC#: Project Name/Type:

Exact Location

of Project:

(If you are Subcontractor)

County:

Prime Contractor Name:

Job Classification(s) to Work 4/10 Schedule: (Choose all that apply on Job Classification Checklist - Pages 3-8)

*** Do not write in any additional Classifications or Counties***

Requestor Information

Name:

Title: Date:

122

Page 138: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

2 of 7 PW 30.1 (06/17)

Please use the list below with the number assigned to each county as a reference to the corresponding numbers listed

in the following pages under Entire Counties & Partial Counties.

1. Albany County

2. Allegany County

3. Bronx County

4. Broome County

5. Cattaraugus County

6. Cayuga County

7. Chautauqua County

8. Chemung County

9. Chenango County

10. Clinton County

11. Columbia County

12. Cortland County

13. Delaware County

14. Dutchess County

15. Erie County

16. Essex County

17. Franklin County

18. Fulton County

19. Genesee County

20. Greene County

21. Hamilton County

22. Herkimer County

23. Jefferson County

24. Kings County (Brooklyn)

25. Lewis County

26. Livingston County

27. Madison County

28. Monroe County

29. Montgomery County

30. Nassau County

31. New York County (Manhattan)

32. Niagara County

33. Oneida County

34. Onondaga County

35. Ontario County

36. Orange County

37. Orleans County

38. Oswego County

39. Otsego County

40. Putnam County

41. Queens County

42. Rensselaer County

43. Richmond County (Staten Island)

44. Rockland County

45. Saint Lawrence County

46. Saratoga County

47. Schenectady County

48. Schoharie County

49. Schuyler County

50. Seneca County

51. Steuben County

52. Suffolk County

53. Sullivan County

54. Tioga County

55. Tompkins County

56. Ulster County

57. Warren County

58. Washington County

59. Wayne County

60. Westchester County

61. Wyoming County

62. Yates County

123

Page 139: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Job Classification Checklist

(Place a checkmark by all classifications that will be using the 4/10 schedule)

*** Do not write in any additional Classifications or Counties***

3 of 7 PW 30.1 (06/17)

Job Classification Tag # Entire Counties Partial Counties Check Box

Carpenter – Building 276B-All 7 2 ,5

Carpenter – Building 276B-Cat 15 5

Carpenter – Building 276-B-LIV 26, 28, 35, 59 61

Carpenter – Building 276B-Gen 19, 32, 37 61

Carpenter – Heavy & Highway 276HH-All 2, 5, 7

Carpenter – Heavy & Highway 276HH-Erie 15

Carpenter – Heavy & Highway 276HH- Gen 19, 32, 37, 61

Carpenter – Heavy & Highway 276HH-Liv 26, 28, 35, 59

Carpenter – Residential 276R-All 7 2, 5

Carpenter – Building 277B-Bro 4, 54

Carpenter – Building 277B-CAY 6, 50, 62

Carpenter – Building 277B-CS 8, 12, 49, 51, 55 2

Carpenter – Building 277 JLS 23, 25, 45

Carpenter – Building 277 omh 22, 27, 33

Carpenter – Building 277 On 34

Carpenter – Building 277 Os 38

Carpenter – Building 277CDO

Bldg 9, 13, 39

Carpenter – Heavy & Highway 277CDO

HH 9, 13, 39

Carpenter – Heavy & Highway 277HH-BRO 4, 6, 8, 12, ,22, 23, 25, 27, 33, 34,

38, 45, 49, 50, 51, 54, 55, 62

Carpenter – Building 291B-Alb 1, 18, 20, 29, 42, 47, 48

Carpenter – Building 291B-Cli 10, 16, 17

Carpenter – Building 291B-Ham 21, 57, 58

Carpenter – Building 291B-Sar 46

Carpenter – Heavy & Highway 291HH-Alb 1, 10, 16, 17,18, 20, 21, 29, 42, 46, 47, 48, 57, 58

Electrician 25m 30, 52

Electrician – Teledata Cable Splicer 43 12, 22, 27, 33, 38 6, 9, 34, 39, 55, 59

124

Page 140: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Job Classification Checklist

(Place a checkmark by all classifications that will be using the 4/10 schedule)

*** Do not write in any additional Classifications or Counties***

PW 30.1 (06/17) 4 of 7

Job Classification Tag # Entire Counties Partial Counties Check Box

Electrician 86 26, 28 19, 35, 37, 59, 61

Electrician 840 Teledata

and 840 Z1 62 6, 34, 35, 50, 59

Electrician 910 10, 16, 17, 23, 25, 45

Electrical Lineman 1049Line/Gas 30, 41, 52

Electrical Lineman 1249a

1, 2, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 26, 27, 28, 29, 32, 33, 34, 35, 36, 37, 38, 39, 40, 42, 44, 46, 47, 48, 49, 50, 45, 51, 53, 54, 55, 56, 57, 58, 59, 61, 62

Electrical Lineman 1249a West 60

Electrical Lineman 1249a-LT

1, 2, 4, 5, 6, 7, 8, 9, 10, 12, 13, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 26, 27, 28, 29, 32, 33, 34, 35, 37, 38, 39, 42, 46, 47, 48, 49, 50, 45, 51, 53, 54, 55, 57, 58, 59, 61, 62

Electrical Lineman 1249aREG8LT 11, 14, 36, 40, 44, 56

Electrical Lineman 1249aWestLT 60

Elevator Constructor 138 11, 14, 20, 36, 40, 53, 56 13, 44, 60

Elevator Constructor 14 2, 5, 7, 15, 19, 32, 37, 61

Elevator Constructor 27 8, 26, 28, 35, 49, 50, 51, 59, 62

Elevator Constructor 35 1, 10, 16, 18, 21, 22, 29, 39, 42, 46, 47, 48, 57, 58

Elevator Constructor 62.1 4, 6, 9, 12, 23, 25, 27, 33, 34, 38, 45, 54, 55

13

Glazier 201 1, 10, 11, 16, 17, 18, 20, 21, 29, 42,

46, 47, 48, 57, 58

Glazier 660r 2, 5, 7, 15, 19, 32, 37, 61

Glazier 660 2, 5, 7, 15, 19, 32, 37, 61

Glazier 677.1 23, 25, 26, 28, 35, 45, 50, 59, 62

Glazier 677Z-2 6, 12, 22, 27, 33, 34, 38

Glazier 677z3 4, 8, 9, 13, 39, 49, 51, 54, 55

Glazier 677r.2 6, 12, 22, 27, 33, 34, 38

Insulator – Heat & Frost 30-Syracuse4, 6, 8, 9, 12, 22, 23, 25, 27, 33, 34,

38, 39, 49, 50, 45, 54, 55

Laborer – Building 621b 2, 7 5

Laborer – Building 633 bON 34

125

Page 141: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Job Classification Checklist

(Place a checkmark by all classifications that will be using the 4/10 schedule)

*** Do not write in any additional Classifications or Counties***

5 of 7

Job Classification Tag # Entire Counties Partial Counties Check Box

Laborer – Building 633b Cay 6

Laborer – Building 633bOS 38

Laborer – Building 785(7) 4 9, 13, 54

Laborer – Building 785B-CS 8, 51 49

Laborers – Heavy & Highway 157h/h 47 18, 29, 46

Laborers – Heavy & Highway 190 h/h 1, 42, 58 11, 20, 46

Laborers – Heavy & Highway 35/2h 21, 22, 27, 33 18, 29

Laborer – Residential 621r 2, 7 5

Laborers – Tunnel 157 47 18, 29, 46

Laborers – Tunnel 35T 21, 22, 27, 33 18, 29

Laborers – Tunnel 190 1, 42, 58 11, 20, 46

PW 30.1 (06/17)

Laborer – Building 7-785b 12, 55 49, 54

Mason – Building 2TS.1 1, 10,11, 16, 17, 18, 20, 21, 29,

42, 46, 47, 48, 57, 58

Mason – Building 2TS.2 22, 23, 25, 33, 45 27

Mason – Building 2TS.3 6, 34, 38 27

Mason – Building 2b-on 34

Mason – Building 2b.1 1, 11, 18, 20, 21, 29, 42, 46, 47, 48, 58

57

Mason – Building 2b.2 22, 33 25

Mason – Building 2b.3 6, 34 27

Mason – Building 2b.4 38

Mason – Building 2b.5 23 25

Mason – Building 2b.6 45

Mason – Building 2b.8 10, 16, 17 57

Mason – Building 3b-Co-Z2 8, 49, 51 2

Mason – Building 3B-Z1 19, 26, 28, 35, 50, 59, 61, 62

Mason – Building – Residential 3B-Z1R 19, 26, 28, 35, 50, 59, 61, 62

Mason – Building 3B-Bing-Z2 4, 9, 13, 39, 54

Mason – Building 3B-Ith-Z2 12, 55

126

Page 142: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Job Classification Checklist

(Place a checkmark by all classifications that will be using the 4/10 schedule)

*** Do not write in any additional Classifications or Counties***

6 of 7 PW30. 1 (02/17)

Job Classification Tag # Entire Counties Partial Counties Check Box

Mason – Building 3B-Jam-Z2 7 2, 5

Mason – Building – Residential 3B-Jam-Z2R 2, 4, 8, 7, 9, 12, 39, 13, 49, 51, 54, 55

5

Mason – Building 3B-Z3 15, 32 5

Mason – Building 3B-Z3.Orleans 37

Mason – Residential 3B-Z3R 15, 32 5

Mason – Residential 3B-

z3R.Orleans 37

Mason - Heavy & Highway 3h 2, 4, 8, 7, 9, 12, 13, 19, 26, 28, 35,

37, 39, 49, 50, 51, 54, 55, 59, 61, 62 5, 15, 32

Mason – Tile Finisher 3TF-Z1 19, 26, 28, 35, 50, 59, 61, 62

Mason – Tile Finisher 3TF-Z2 2, 4, 8, 7, 9, 12, 13, 39, 49, 51, 54, 55

5

Mason – Tile Finisher 3TF-Z3 15, 32, 37 5

Mason – Tile Finisher 3TF-Z1R 19, 26, 28, 35, 50, 59, 61, 62

Mason – Tile Finisher 3TF-Z2R 2, 4, 7, 9, 12, 13, 39, 49, 51, 54, 55 5

Mason – Tile Finisher 3TF-Z3R 15, 32, 37 5

Mason – Tile Setter 3TS-Z1 19, 26, 28, 35, 50, 59, 61, 62

Mason – Tile Setter Residential 3TS-Z1R 19, 26, 28, 35, 50, 59, 61, 62

Mason – Tile Setter 3TS-Z2 2, 4, 7, 8, 9, 12, 13, 39, 49, 51, 54, 55

5

Mason – Tile Setter Residential 3TS-Z2R 2, 4, 7, 8, 9, 12, 13, 39, 49, 51, 54, 55

5

Mason – Tile Setter Residential 3TS-Z3R 15, 32, 37 5

Mason – Building/Heavy & Highway 780 3, 24, 30, 31, 41, 43, 52

Operating Engineer - Heavy & Highway

137H/H 40, 60 14

Operating Engineer – Heavy & Highway

158-832H 2, 8, 26, 28, 35, 49, 51, 59, 62 19

Operating Engineer – Heavy & Highway

158-H/H

1, 4, 9, 10, 11, 14, 16, 17, 18, 20,

21, 22, 29, 39, 42, 46, 47, 48, 54,

57, 58

Operating Engineer – Heavy & Highway

158-545h 6, 12, 23, 25, 27, 33, 38, 45, 50, 55

Painter 1456-LS

1, 3, 10, 11, 14, 16, 17, 18, 20, 21,

24, 29, 30, 31, 36, 40, 41, 42, 43,

44, 46, 47, 48, 52, 53, 56, 57, 58, 60

Painter 150 28, 59, 62 26, 35

Mason – Tile Setter 3TS-Z3 15, 32, 37 5

127

Page 143: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Job Classification Checklist

(Place a checkmark by all classifications that will be using the 4/10 schedule)

*** Do not write in any additional Classifications or Counties***

7 of 7PW 30.1 (06/17)

Job Classification Tag # Entire Counties Partial Counties Check Box

Painter 178 B 4, 9, 54

Painter 178 E 8, 49 51

Painter 178 I 12, 55

Painter 178 O 13, 39

Painter 31 6, 22, 27, 33, 34, 50 25, 35, 38

Painter 38.O 38

Painter 38.W 23, 45 25

Painter 4-

Buf,Nia,Olean 2, 15, 19, 32, 37, 61 5, 7, 26, 51

Painter 4-Jamestown 5, 7

Sheetmetal Worker 46 26, 28, 35, 50, 59, 62

Sheetmetal Worker 46r 26, 28, 35, 50, 59, 62

Teamsters – Heavy & Highway 294h/h 1, 11, 18, 20, 29, 42, 46, 47, 48, 58 57

Teamsters – Heavy & Highway 317bhh 6, 12, 50, 51, 55, 62 2

Teamsters - Building/Heavy & Highway

456 40, 60

128

Page 144: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Introduction to the Prevailing Rate Schedule

Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in theattached Schedule of Prevailing Rates.

Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy andhighway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid orprovided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to beused, please call the district office located nearest the project. District office locations and phone numbers are listed below. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county-by-county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, rowhousing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates foroccupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Pleasecontact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria.

Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employeeworks on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actuallyperformed.

Overtime At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek isovertime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtimerequirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employeeactually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in theOVERTIME PAY section listings for each classification.

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

Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. Theseare the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annualdetermination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing ratesof wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department ofLabor website (www.labor.state.ny.us) for current wage rate information.

Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey-workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be inplace on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice isallowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired,and so on. Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions.

Title (Trade) Ratio

Boilermaker (Construction) 1:1,1:4

Boilermaker (Shop) 1:1,1:3

Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4

Carpenter (Residential) 1:1,1:3

Page 30

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Feb 01 2018 PRC Number 2018001518

129

Page 145: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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 31

Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of LaborLast Published on Feb 01 2018 PRC Number 2018001518

130

Page 146: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

FEDERAL WAGE RATE

INFORMATION

Page 147: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

General Decision Number: NY180001 01/05/2018 NY1

Superseded General Decision Number: NY20170001

State: New York

Construction Type: Heavy Dredging

Counties: New York Statewide.STATEWIDE

New York

All dredging, except self-propelled hopper dredges, on theAtlantic Coast and tributary waters emptying into the AtlanticOcean.

Note: Under Executive Order (EO) 13658, an hourly minimum wageof $10.35 for calendar year 2018 applies to all contractssubject 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 payall workers in any classification listed on this wagedetermination at least $10.35 per hour (or the applicablewage rate listed on this wage determination, if it is higher)for all hours spent performing on the contract in calendaryear 2018. 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 01/05/2018

* ENGI0025-001 10/01/2017

STATEWIDE

Rates Fringes

Dredging: CLASS A.....................$ 38.18 16.21+a+b CLASS B1....................$ 33.03 15.80+a+b CLASS B2....................$ 31.09 15.65+a+b CLASS C1....................$ 30.24 14.83+a+b CLASS C2....................$ 29.26 14.75+a+b CLASS D.....................$ 24.30 13.60+a+b

131

Page 148: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

CLASSIFICATIONS: CLASS A: Lead Dredgeman, Operator, Leverman, Licensed Tug Operator over 1000 HP. CLASS B1: Derrick Operator, Spider/Spill Barge Operator, Engineer, Electrician, Chief Welder, Chief Mate, Fill Placer, Operator II, Maintenance Engineer, Licensed Boat Operator. CLASS B2: Certified Welder. CLASS C1: Mate, Drag Barge Operator, Steward, Assistant Fill Placer, Welder.CLASS C2: Boat Operator CLASS D: Shoreman, Deckhand, Rodman, Scowman, Cook, Messman, Porter/Janitor, Oiler.

INCENTIVE PAY: (Add to Hourly Rate) Operator (NCCCO License/Certification) $1.50 Licensed Tug Operator over 1000 HP (Assigned as Master) (USCG licensed Master of Towing Vessels (MOTV) $1.50; Licensed Boat Operator (Assigned as lead boat captain) USCG licensed boat operator $1.00; Engineer (QMED and Tankerman endorsement or licensed engineer (USCG) $1.50 Oiler (QMED and Tankerman endorsement (USCG) $1.50; All classifications (Tankerman endorsement only) USCG $1.25; Deckhand or Mate (AB with Lifeboatman endorsement (USCG) $1.50; All classifications (lifeboatman endorsement only (USCG) $1.25; Welder (ABS certification) $0.50

FOOTNOTES APPLICABLE TO ABOVE CRAFTS:a. PAID HOLIDAYS: New Year's Day, Martin Luther King, Jr.'sBirthday, Memorial Day, Good Friday, Independence Day,Labor Day, Veterans' Day, Thanksgiving Day and Christmas Dayb. VACATION: Eight percent (8%) of the straight time rate,multiplied by the total hours worked.

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

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leavefor Federal Contractors applies to all contracts subject to theDavis-Bacon Act for which the contract is awarded (and anysolicitation was issued) on or after January 1, 2017. If thiscontract is covered by the EO, the contractor must provideemployees with 1 hour of paid sick leave for every 30 hoursthey work, up to 56 hours of paid sick leave each year.Employees must be permitted to use paid sick leave for theirown illness, injury or other health-related needs, includingpreventive care; to assist a family member (or person who islike family to the employee) who is ill, injured, or has otherhealth-related needs, including preventive care; or for reasonsresulting from, or to assist a family member (or person who is

132

Page 149: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

like family to the employee) who is a victim of, domesticviolence, sexual assault, or stalking. Additional informationon contractor requirements and worker protections under the EOis available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

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

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate 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 enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.

Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicates

133

Page 150: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

the State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until anew survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased.

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

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* 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 requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact 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 formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

134

Page 151: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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 aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment 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, aninterested party may appeal directly to the AdministrativeReview 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

135

Page 152: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

General Decision Number: NY180003 02/09/2018 NY3

Superseded General Decision Number: NY20170003

State: New York

Construction Types: Building, Heavy, Highway and Residential

Counties: Bronx, Kings, New York, Queens and Richmond Counties in New York.

BUILDING & RESIDENTIAL CONSTRUCTION PROJECTS (includes singlefamily homes and apartments up to and including 4 stories),HEAVY AND HIGHWAY CONSTRUCTION PROJECTS

Note: Under Executive Order (EO) 13658, an hourly minimum wageof $10.35 for calendar year 2018 applies to all contractssubject to the Davis-Bacon Act for which the contract isawarded (and any solicitation was issued) on or after January1, 2015. If this contract is covered by the EO, the contractormust pay all workers in any classification listed on this wagedetermination at least $10.35 per hour (or the applicable wagerate listed on this wage determination, if it is higher) forall hours spent performing on the contract in calendar year2018. The EO minimum wage rate will be adjusted annually.Please note that this EO applies to the above-mentioned typesof contracts entered into by the federal government that aresubject to the Davis-Bacon Act itself, but it does not apply tocontracts subject only to the Davis-Bacon Related Acts,including those set forth at 29 CFR 5.1(a)(2)-(60). Additionalinformation on contractor requirements and worker protectionsunder the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/05/2018 1 01/12/2018 2 01/19/2018 3 02/09/2018

ASBE0012-001 09/01/2017

Rates Fringes

Asbestos Workers/Insulator Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems.....................$ 66.61 33.56

136

Page 153: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

HAZARDOUS MATERIAL HANDLER.......$ 39.00 12.75---------------------------------------------------------------- BOIL0005-001 01/01/2017

Rates Fringes

BOILERMAKER......................$ 55.23 33%+24.12+a

FOOTNOTE:

a. PAID HOLIDAYS: New Year's Day, Thanksgiving Day, MemorialDay, Independence Day, Labor Day and Good Friday, Fridayafter Thanksgiving, Christmas Eve Day and New Year's Eve

---------------------------------------------------------------- BRNY0001-001 07/01/2017

Rates Fringes

BRICKLAYER.......................$ 60.18 26.84MASON - STONE....................$ 62.67 30.59---------------------------------------------------------------- BRNY0001-002 07/01/2017

Rates Fringes

Pointer, cleaner and caulker.....$ 52.62 26.12---------------------------------------------------------------- BRNY0004-001 01/01/2018

Rates Fringes

MARBLE MASON.....................$ 58.63 35.12---------------------------------------------------------------- BRNY0007-001 07/01/2017

Rates Fringes

TERRAZZO FINISHER................$ 53.03 34.26TERRAZZO WORKER/SETTER...........$ 54.63 34.28---------------------------------------------------------------- BRNY0020-001 01/01/2018

Rates Fringes

MARBLE FINISHER..................$ 46.66 34.03---------------------------------------------------------------- BRNY0024-001 07/01/2017

Rates Fringes

BRICKLAYER MARBLE POLISHERS............$ 40.62 26.06----------------------------------------------------------------

137

Page 154: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

BRNY0052-001 06/05/2017

Rates Fringes

Tile Layer.......................$ 49.97 26.96---------------------------------------------------------------- BRNY0088-001 12/07/2015

Rates Fringes

TILE FINISHER....................$ 42.42 29.13---------------------------------------------------------------- CARP0001-009 07/01/2016

Rates Fringes

CARPENTER Carpenters..................$ 52.50 45.58 Soft Floor Layers...........$ 50.50 45.18---------------------------------------------------------------- CARP0740-001 08/01/2017

Rates Fringes

MILLWRIGHT.......................$ 52.10 52.21---------------------------------------------------------------- CARP1556-006 07/01/2017

Rates Fringes

Dock Builder & Piledrivermen DOCKBUILDERS................$ 52.63 48.96---------------------------------------------------------------- CARP1556-007 07/01/2017

Rates Fringes

Diver Tender.....................$ 47.34 48.96Diver............................$ 66.66 48.96---------------------------------------------------------------- CARP1556-011 07/01/2017

Rates Fringes

Carpenters: TIMBERMEN...................$ 48.00 48.46---------------------------------------------------------------- ELEC0003-001 05/10/2017

Rates Fringes

ELECTRICIAN Electricians................$ 56.00 70.718%+14.75+a Jobbing, and maintenance

138

Page 155: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

and repair work.............$ 28.50 51.243%+7.50+a

PAID HOLIDAYS:

a. New Years Day, Martin Luther King, Jr.'s Birthday,Washington's Birthday, Memorial Day, Independence Day,Labor Day, Columbus Day, Election Day, Thanksgiving Day,the day after Thanksgiving Day, and Christmas Day

----------------------------------------------------------------* ELEC1049-001 04/02/2017

QUEENS COUNTY

Rates Fringes

Line Construction (Substation and Switching structures pipe type cable installation and maintenance jobs or projects; Railroad electrical distribution/transmission systems maintenance (when work is not performed by railroad employees) Overhead and Underground transmission/distribution line work. Fiber optic, telephone cable and equipment) Groundman...................$ 32.31 21.94 Heavy Equipment Operator....$ 43.08 25.27 Lineman and Cable Splicer...$ 53.85 28.62 Tree Trimmer................$ 30.09 14.12---------------------------------------------------------------- ELEV0001-002 03/17/2013

Rates Fringes

ELEVATOR MECHANIC Elevator Constructor........$ 57.01 27.605+a+b Modernization and Repair....$ 45.14 27.455+a+b

FOOTNOTE:

a. PAID HOLIDAYS: New Year's Day, Good Friday, President'sDay, Memorial Day, Independence Day, Labor Day, ColumbusDay, Veteran's Day, Thanksgiving Day, Friday afterThanksgiving, and Christmas Day.

b. PAID VACATION: An employee who has worked less than 5years shall recieve vacation pay credit on the basis of 4%of his hourly rate for all hours worked; an employee whohas worked 5 to 15 years shall receive vacation pay crediton the basis of 6% of his hourly rate for all hours worked;

139

Page 156: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

an employee who has worked 15 or more years shall receive vacation pay credit on the basis of 8% of his hourly rate for all hours worked.

---------------------------------------------------------------- ENGI0014-001 07/01/2016

Rates Fringes

POWER EQUIPMENT OPERATOR (HEAVY & HIGHWAY) GROUP 1....................$ 92.76 31.15 GROUP 2....................$ 76.51 31.15 GROUP 3....................$ 78.96 31.15 GROUP 4....................$ 77.07 31.15 GROUP 5....................$ 75.55 31.15 GROUP 6....................$ 72.53 31.15 GROUP 7....................$ 73.90 31.15 GROUP 8....................$ 71.78 31.15 GROUP 9....................$ 70.24 31.15 GROUP 10....................$ 67.16 31.15 GROUP 11....................$ 62.73 31.15 GROUP 12....................$ 64.13 31.15 GROUP 13....................$ 64.63 31.15 GROUP 14....................$ 48.73 31.15 GROUP 15....................$ 45.27 31.15POWER EQUIPMENT OPERATOR (PAVEMENT-HEAVY & HIGHWAY) Asphalt Plants..............$ 59.14 31.15+a Asphalt roller..............$ 69.91 31.15+a Asphalt spreader............$ 71.78 31.15+aPOWER EQUIPMENT OPERATOR (STEEL ERECTION) Compressors, Welding Machines....................$ 45.34 31.15 Cranes, Hydraulic Cranes, 2 drum derricks, Forklifts, Boom Trucks......$ 76.43 31.15 Three drum derricks.........$ 79.54 31.15POWER EQUIPMENT OPERATOR (UTILITY) Horizontal Boring Rig.......$ 68.25 31.15 Off shift compressors.......$ 56.70 31.15 Utility Compressors.........$ 44.98 31.15

POWER EQUIPMENT OPERATOR CLASSIFICATIONS

GROUP 1: Tower crane

GROUP 2: Rubber Tire Backhoes over 37,000 lbs, Track Backhoes, power shovel, Hydraulic clam shells, moles and machines of a similar type

GROUP 3: Mine hoists and crane, etc. used as mine hoists

140

Page 157: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

GROUP 4: Gradalls, keystones, cranes (with digging buckets), bridge cranes, trenching machines, vermeer cutter and machines of a similar nature

GROUP 5: Piledrivers, derrick boats, tunnel shovels

GROUP 6: All drills, and machines of a similar nature

GROUP 7: Back filling machines, cranes, mucking machines, dual drum pavers

GROUP 8: Mixers (concrete w/loading attachments), concrete pavers, cableways, land derricks, power house (low pressure units), concrete pumps

GROUP 9: Concrete plants, well drilling machines, stone crushers double drum hoist, power house (other than above)

GROUP 10: Concrete mixers

GROUP 11: Elevators

GROUP 12: Concrete breaking machine, Hoists (single drum), load masters, locomotive and dinkies over 10 tons

GROUP 13: Vibratory console

GROUP 14: Compressors (portable 3 or more in battery), tugger machine (caissons), well point pumps, chum drill

GROUP 15: Boilers, (high pressure, compressors (portable, single, or 2 in battery, not over 100' apart), pumps (river cofferdam and welding machines (except where arc is operated by members of local 15) push button machines, all engines irrespective of power (power pac) used to drive auxilliary equipment, air, hydraulic etc.

PREMIUMS ON CRANES (Crawler or Truck): 100' to 149' boom - add .50150' to 249' boom - add .75250' to 349' boom - add 1.00350' to 450' boom - add 1.50

Premiums for Cranes on Steel Erection:100' to 149' boom - add 1.75150' to 249' boom - add 2.00 250' to 349' boom - add 2.25 350' to 450' boom - add 2.75 Tower crane - add 2.00

FOOTNOTE:a. Paid Holidays: New Year's Day; Lincoln's Birthday;Washington's Birthday; Memorial Day; Independence Day;

141

Page 158: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Labor Day; Veterans Day; Columbus Day; Election Day; Thanksgiving Day; and Christmas Day; provided the employee works one day the payroll week in which the holiday occurs.

---------------------------------------------------------------- ENGI0014-002 07/01/2016

Rates Fringes

Power Equipment Operator BUILDING & RESIDENTIAL GROUP 1....................$ 71.85 31.15+a GROUP 2....................$ 76.12 31.15+a GROUP 3....................$ 69.39 31.15+a GROUP 4....................$ 63.12 31.15+a GROUP 5....................$ 47.26 31.15+a

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: Double drum

GROUP 2: Stone derrick, cranes, hydraulic cranes, boom trucks

GROUP 3: 4 pole Hoist, Single Drum Hoists

GROUP 4: Fork lift, house cars, plaster (platform machine), plaster bucket, concrete pump and all other equipment used for hoisting material

GROUP 5: Compressors, welding machines (cutting concrete work), paint spraying, sand blasting, pumps (with the exclusion of concrete pumps), house car (settlement basis only), all engines irrespective of power (power pac) used to drive auxiliary equipment, air, hydraulic, etc., boilers

Premiums for Cranes: 100'-149' boom - add 1.75 150'-249' boom - add 2.00 250'-349' boom - add 2.25 350'-450' boom - add 2.75 Tower cranes add 2.00

FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Lincoln's Birthday,Memorial Day, Independence Day, Labor Day, Veteran's Day,Columbus Day, Election Day, Thanksgiving Day, and ChristmasDay, provided the employee works one day in the payrollweek in which the holiday occurs

---------------------------------------------------------------- ENGI0015-001 07/01/2016

Rates Fringes

142

Page 159: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

POWER EQUIPMENT OPERATOR HEAVY AND HIGHWAY GROUP 1....................$ 65.94 32.95 GROUP 2....................$ 63.98 32.95 GROUP 3....................$ 60.69 32.95 GROUP 4....................$ 57.42 32.95 GROUP 5....................$ 39.70 32.95

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: Cherrypickers 20 tons and over and loaders (rubber-tired and/or tractor type with a manfufacturer's rated capacity of six cubic yards and over

GROUP 2: Rubber Tire Backhoes up to and including 37,000 lbs, Basin Machines, Groover, Mechanical Sweepers, Bobcat, Boom Truck, Barrier Transport (Barrier Mover) and machines of a similar nature, Boat Captains, Boat Operators, operation of Churn Drills and machines of a similar nature, Stetco Silent Hoist and machines of a similar nature, Vac-alls, Meyers Machines, John Beam and machines of a similar nature, Ross Carriers and Travel Lifts and machines of a similar nature, Bulldozers, Scrapers, and Turn-a Pulls, Tugger Hoist (used exclusively for handling excavated material), Tractors with attachments, Hyster and Roustabout Cranes, Cherrypickers, Austin Western, Grove and machines of a similar nature, Scoopmobiles, Monorails, Conveyors, Trenchers, Loaders- Rubber-tired and Tractor, Barber Greene, Eimco Loaders and Eimco Backhoes, Mighty Midget and similar breakers and tampers, Curb and Gutter Pavers and Motor Patrol, Motor Graders and all machines of a similar nature, Locomotives ten (10) tons or under, Mini-Max, Break-Tech and machines of a similar nature, Milling Machines, robotic and demolition machines and machines of a similar nature including Bobcat, Pile Rig Rubber-tired Excavator (37,000 lbs. and under), 2 man auger GROUP 3: Minor Equipment such as Tractors, Post Hole Diggers and Drivers, Ditch Witch (Walk Behind), Road Finishing Machines, Rollers (five (5) tons and under), Tugger Hoists, Dual Purpose Trucks, Fork Lifts and Dempsey Dumpsters

GROUP 4: Oilers for the following equipment: (all gasoline, electric, diesel, or air operated) gradalls and concrete pumps or similarly equipment manned by two-men

GROUP 5: Oilers for the following equipment: (all gasoline, electric, diesel, or air operated) shovels, cranes (draglines), backhoes, pavers, trenching machines, gunite machines, compressors (3 or more in battery)

Premiums for Cranes: 100'-149' boom - add 1.75 150'-249' boom - add 2.00

143

Page 160: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

250'-349' boom - add 2.25 350'-450' boom - add 2.75 Tower cranes add 2.00

FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Lincoln's Birthday,Memorial Day, Independence Day, Labor Day, Veteran's Day,Columbus Day, Election Day, Thanksgiving Day, and ChristmasDay, provided the employee works one day in the payrollweek in which the holiday occurs

---------------------------------------------------------------- ENGI0015-002 07/01/2016

Rates Fringes

POWER EQUIPMENT OPERATOR BUILDING GROUP 1....................$ 65.94 32.95 GROUP 2....................$ 63.98 32.95 GROUP 3....................$ 57.42 32.95

POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Oiler GROUP 2: Oilers on Crawler Cranes, Backhoes, Trenching machines, Gunite machines, Compressors (3 or more in Battery) GROUP 3: Gradalls: Concrete Pumps, Power Houses - All equipment in same is manned by two (2) men only, Driving Truck CranesFOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Lincoln's Birthday,Memorial Day, Independence Day, Labor Day, Veteran's Day,Columbus Day, Election Day, Thanksgiving Day, and ChristmasDay, provided the employee works one day in the payrollweek in which the holiday occurs

---------------------------------------------------------------- IRON0040-002 07/01/2017

BRONX, NEW YORK, RICHMOND

Rates Fringes

IRONWORKER, STRUCTURAL...........$ 50.05 72.53---------------------------------------------------------------- IRON0046-003 07/01/2017

Rates Fringes

IRONWORKER METALLIC LATHERS AND REINFORCING IRONWORKERS.....$ 56.28 20.62----------------------------------------------------------------

144

Page 161: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

IRON0197-001 07/01/2017

Rates Fringes

IRONWORKER STONE DERRICKMAN............$ 48.17 38.95---------------------------------------------------------------- IRON0361-002 07/01/2017

KINGS, QUEENS

Rates Fringes

Ironworkers: (STRUCTURAL)................$ 50.05 72.53---------------------------------------------------------------- IRON0580-001 01/01/2017

Rates Fringes

IRONWORKER, ORNAMENTAL...........$ 44.00 50.57---------------------------------------------------------------- LABO0006-001 07/01/2016

Rates Fringes

LABORER (Cement and Concrete Workers).........................$ 42.48 17.35---------------------------------------------------------------- LABO0029-001 07/01/2017

Rates Fringes

Laborers: Heavy Blasters (hydraulic trac drill).....................$ 47.15 35.49 Blasters...................$ 46.27 35.49 Hydraulic Trac Drill.......$ 41.29 35.49 Jackhammers, Chippers, Spaders, Concrete Breakers, All Other Pneumatic Tools, Walk Behind Self-Propelled Hydraulic Asphalt and Concrete Breaker...........$ 39.34 35.49 Powder Carriers............$ 35.17 35.49---------------------------------------------------------------- LABO0078-001 12/01/2016

Rates Fringes

LABORERS BUILDING CONSTRUCTION

145

Page 162: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

ASBESTOS (Removal, Abatement, Encapsulation or Decontamination of asbestos); LEAD; & HAZARDOUS WASTE LABORERS (Hazardous Waste, Hazardous Materials, Biochemical and Mold Remediation, HVAC, Duct Cleaning, Re-spray Fireproofing, etc).........$ 36.00 16.15---------------------------------------------------------------- LABO0079-001 07/01/2017

Rates Fringes

Laborers Building Construction Common or General Laborer...$ 40.15 28.34 Demolition Laborers Tier A.....................$ 38.48 26.17 Tier B.....................$ 27.06 19.38 Mason Tenders...............$ 39.80 27.30

CLASSIFICATIONS

TIER A: Responsible for the removal of all interior petitions and structural petitions that can consist of sheet rock, block or masonry. Also, all structural slab openings for ducts, mechanical, shafts, elevators, slab openings and exterior walls where the building is not being completely demolitioned.

TIER B: Responsible for shoveling of debris into containers, pushing containers from the inside to the outside of the building.

---------------------------------------------------------------- LABO0147-001 07/01/2016

Rates Fringes

LABORERS (FREE AIR & TUNNEL).....$ 72.67 47.72

Maintenance Men, Inside Muck Lock Tenders, Pump Men, Electricians, Cement Finishers, Caulkers, Hydraulic Men, Shield Men, Monorail Operators, Motor Men, Conveyor Men, Powder Carriers, Pan Men, Riggers, Chuck Tenders, Track Men Painters, Nippers, Brakemen, Cable Men, Hose Men, Grout Men, Gravel Men, Form Workers, Concrete Workers, Tunnel Laborers, Mole Nipper (one (1) Mole Sipper per Working Shaft per Shift for up to and including Two (2) Moles

---------------------------------------------------------------- LABO0731-001 07/01/2016

146

Page 163: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Rates Fringes

LABORER Building, Heavy and Residential Construction LABORER: (Asbestos, Lead, Hazardous Waste Removal (including soil)/CEMENT/CONCRETE......$ 41.00 38.53 UTILITY LABORER............$ 40.85 38.53

Paid Holidays: Labor Day and Thanksgiving Day---------------------------------------------------------------- LABO1010-001 07/01/2017

Rates Fringes

Laborers: HIGHWAY CONSTRUCTION Fence Installer & Repairer.$ 41.98 40.28 FORMSETTERS................$ 45.85 40.28 LABORERS...................$ 41.98 40.28 Landscape Planting & Maintenance................$ 41.98 40.28 Maintenance Safety Surface.$ 41.98 40.28 Slurry/Sealcoater/Play Equipment Installer........$ 41.98 40.28 Small Equipment Operator (Not Operating Engineer)...$ 41.98 40.28 Small Power Tools Operator.$ 41.98 40.28

FOOTNOTES:

a. PAID HOLIDAYS: Memorial Day, Fourth of July, Labor Day,Columbus Day, Election Day and Thanksgiving Day, providedthe employee has worked one (1) day in the calendar week inwhich the said holiday occurs.

---------------------------------------------------------------- LABO1010-002 07/01/2017

Rates Fringes

Laborers-Asphalt Construction: Micro Paver.................$ 46.45 40.28 Raker.......................$ 45.85 40.28 Screedperson................$ 46.45 40.28 Shoveler (Production Paving Only)................$ 42.37 40.28 Small Equipment Operator (Asphalt)...................$ 42.37 40.28---------------------------------------------------------------- PAIN0009-001 05/01/2017

147

Page 164: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Rates Fringes

GLAZIER..........................$ 44.70 38.42PAINTER Painters, Drywall Finishers, Lead Abatement Worker......................$ 44.10 27.02 Spray, Scaffold and Sandblasting................$ 47.10 27.02---------------------------------------------------------------- PAIN0806-001 10/01/2017

Rates Fringes

Painters: Structural Steel and Bridge.$ 49.50 38.93---------------------------------------------------------------- PAIN1974-001 12/28/2016

Rates Fringes

Painters: Drywall Tapers/Pointers.....$ 47.82 22.66---------------------------------------------------------------- PLAS0262-001 08/01/2017

Rates Fringes

PLASTERER........................$ 45.58 25.87---------------------------------------------------------------- PLAS0262-002 08/01/2017

KINGS AND QUEENS COUNTIES

Rates Fringes

PLASTERER........................$ 45.58 25.87---------------------------------------------------------------- PLAS0780-001 07/01/2017

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 50.97 39.56---------------------------------------------------------------- PLUM0001-001 07/01/2016

Rates Fringes

PLUMBER MECHANICAL EQUIPMENT AND SERVICE Any repair and/or replacement of the

148

Page 165: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

present plumbing system that does not change the existing roughing..........$ 39.92 14.41 PLUMBERS:...................$ 67.25 29.30---------------------------------------------------------------- PLUM0638-001 12/28/2016

Rates Fringes

PLUMBER SERVICE FITTERS.............$ 26.30 2.55 SPRINKLER FITTERS, STEAMFITTERS................$ 61.81 48.30

Service Fitter work shall consist of all repair, service and maintenance work on domestic, commercial and industrial refrigeration, air conditioning and air cooling, stoker and oil burner apparatus and heating apparatus etc., including but not exclusively the charging, evacuation, leak testing and assembling for all machines for domestic, commercial and industrial refrigeration, air conditioning and heating apparatus. Also, work shall include adjusting, including capacity adjustments, checking and repairing or replacement of all controls and start up of all machines and repairing all defects that may develop on any system for domestic, commercial and industrial refrigeration and all air conditioning, air cooling, stoker and oil burner apparatus and heating apparatus regardless of size or type.

---------------------------------------------------------------- ROOF0008-003 07/01/2017

Rates Fringes

ROOFER...........................$ 41.50 32.37---------------------------------------------------------------- SHEE0028-002 07/31/2014

Rates Fringes

SHEET METAL WORKER BUILDING CONSTRUCTION.......$ 50.91 36.70 RESIDENTIAL CONSTRUCTION....$ 27.22 16.48---------------------------------------------------------------- TEAM0282-001 07/01/2017

Rates Fringes

TRUCK DRIVER Asphalt.....................$ 42.68 46.9025+a Euclids & Turnapulls........$ 42.78 46.9025+a High Rise...................$ 50.36 46.0925+a

FOOTNOTES:

149

Page 166: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Election Day, Veterans' Day (Armistice Day), Thanksgiving Day, Day after Thanksgiving and Christmas Day. Employees working two (2) days in the calendar week in which a holiday falls are to be paid for such holiday, provided that they shape each remaining workday during such calendar week.

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

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leavefor Federal Contractors applies to all contracts subject to theDavis-Bacon Act for which the contract is awarded (and anysolicitation was issued) on or after January 1, 2017. If thiscontract is covered by the EO, the contractor must provideemployees with 1 hour of paid sick leave for every 30 hoursthey work, up to 56 hours of paid sick leave each year.Employees must be permitted to use paid sick leave for theirown illness, injury or other health-related needs, includingpreventive care; to assist a family member (or person who islike family to the employee) who is ill, injured, or has otherhealth-related needs, including preventive care; or for reasonsresulting from, or to assist a family member (or person who islike family to the employee) who is a victim of, domesticviolence, sexual assault, or stalking. Additional informationon contractor requirements and worker protections under the EOis available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

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

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate 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

150

Page 167: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

A four letter classification abbreviation identifier enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.

Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until anew survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased.

151

Page 168: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* 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 requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact 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 formalprocess described here, initial contact should be with theBranch 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 aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment 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, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

152

Page 169: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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

153

Page 170: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

General Decision Number: NY180017 01/12/2018 NY17

Superseded General Decision Number: NY20170017

State: New York

Construction Types: Building, Heavy, Highway and Residential

County: Westchester County in New York.

BUILDING CONSTRUCTION PROJECTS, RESIDENTIAL CONSTRUCTIONPROJECTS (consisting of single family homes and apartments upto and including 4 stories), AND HEAVY AND HIGHWAY CONSTRUCTIONPROJECTS

Note: Under Executive Order (EO) 13658, an hourly minimum wageof $10.35 for calendar year 2018 applies to all contractssubject to the Davis-Bacon Act for which the contract isawarded (and any solicitation was issued) on or after January1, 2015. If this contract is covered by the EO, the contractormust pay all workers in any classification listed on this wagedetermination at least $10.35 per hour (or the applicable wagerate listed on this wage determination, if it is higher) forall hours spent performing on the contract in calendar year2018. The EO minimum wage rate will be adjusted annually.Please note that this EO applies to the above-mentioned typesof contracts entered into by the federal government that aresubject to the Davis-Bacon Act itself, but it does not apply tocontracts subject only to the Davis-Bacon Related Acts,including those set forth at 29 CFR 5.1(a)(2)-(60). Additionalinformation on contractor requirements and worker protectionsunder the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date 0 01/05/2018 1 01/12/2018

ASBE0091-003 05/29/2017

Rates Fringes

HAZARDOUS MATERIAL HANDLER (Duties limited to preparation, wetting, stripping, removal, scraping, vacuuming, bagging and disposing of all insulation materials whether they contain asbestos or not from mechanical systems)..............$ 40.72 39.20Insulator/asbestos worker

154

Page 171: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

(Includes application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical sytems)......$ 40.72 39.20---------------------------------------------------------------- BOIL0005-001 01/01/2017

Rates Fringes

BOILERMAKER......................$ 55.23 33%+24.12+a

FOOTNOTE:

a. PAID HOLIDAYS: New Year's Day, Thanksgiving Day, MemorialDay, Independence Day, Labor Day and Good Friday, Fridayafter Thanksgiving, Christmas Eve Day and New Year's Eve

---------------------------------------------------------------- BRNY0001-003 07/01/2015

Rates Fringes

Pointer, cleaner and caulker.....$ 40.43 29.45----------------------------------------------------------------* BRNY0004-001 01/01/2018

Rates Fringes

MARBLE MASON.....................$ 58.63 35.12---------------------------------------------------------------- BRNY0005-006 07/01/2017

HEAVY & HIGHWAY CONSTRUCTION

Rates Fringes

BRICKLAYER Bricklayers, Stone Masons, Cement Masons, Plasterers, Pointers, Caulkers and Cleaner.....................$ 41.31 32.54---------------------------------------------------------------- BRNY0005-007 06/01/2016

BUILDING/RESIDENTIAL CONSTRUCTION

Rates Fringes

Bricklayer, Cement Mason, Plasterer & Stonemason...........$ 40.68 31.41---------------------------------------------------------------- BRNY0007-001 07/01/2017

155

Page 172: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Rates Fringes

TERRAZZO FINISHER................$ 53.03 34.26TERRAZZO WORKER/SETTER...........$ 54.63 34.28----------------------------------------------------------------* BRNY0020-001 01/01/2018

Rates Fringes

MARBLE FINISHER..................$ 46.66 34.03---------------------------------------------------------------- BRNY0024-001 07/01/2017

Rates Fringes

BRICKLAYER MARBLE POLISHERS............$ 40.62 26.06---------------------------------------------------------------- BRNY0052-001 06/05/2017

Rates Fringes

Tile Layer.......................$ 49.97 26.96---------------------------------------------------------------- BRNY0088-001 12/07/2015

Rates Fringes

TILE FINISHER....................$ 42.42 29.13---------------------------------------------------------------- CARP0279-001 07/01/2017

Rates Fringes

Carpenters: Building....................$ 44.85 30.25 Heavy & Highway.............$ 44.85 30.25 Residential.................$ 35.89 24.22---------------------------------------------------------------- CARP0740-001 08/01/2017

Rates Fringes

MILLWRIGHT.......................$ 52.10 52.21---------------------------------------------------------------- CARP1556-007 07/01/2017

Rates Fringes

Diver Tender.....................$ 47.34 48.96Diver............................$ 66.66 48.96---------------------------------------------------------------- CARP1556-009 07/01/2017

156

Page 173: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Rates Fringes

Dock Builder & Piledrivermen.....$ 52.63 48.96---------------------------------------------------------------- CARP1556-011 07/01/2017

Rates Fringes

Carpenters: TIMBERMEN...................$ 48.00 48.46---------------------------------------------------------------- CARP2287-001 07/01/2015

Rates Fringes

Carpenters: Soft Floor Layers...........$ 50.50 45.18---------------------------------------------------------------- ELEC0003-003 04/28/2016

Rates Fringes

ELECTRICIAN (Teledata Technician)......................$ 50.75 43.704

a. $2.00 per hour not to exceed $14.00 per day.----------------------------------------------------------------ELEC1249-001 05/02/2016

Rates Fringes

ELECTRICIAN (LIGHTING AND TRAFFIC SIGNAL WORK Including any and all Fiber Optic Cable necessary for Traffic Signal Systems, Traffic monitoring systems and Road Weather Information systems) Flagman.....................$ 27.94 7.25%+21.75+a Ground Digging Machine Operator....................$ 41.90 7.25%+21.75+a Ground Truck Driver.........$ 37.25 7.25%+21.75+a Tractor, Trailer Unit......$ 39.58 7.25%+21.75+a Lineman & Technician........$ 46.56 7.25%+21.75+a Mechanic....................$ 37.25 7.25%+21.75+a

FOOTNOTE:

a. PAID HOLIDAYS: New Years Day, Memorial Day, IndependenceDay, Labor Day, Thanksgiving Day, Christmas Day,President's Day, Good Friday, Decoration Day, Election Dayfor the President of the Untied States and Election Day forthe Governor of the State of New York provided the employeeworks two days before and two days after the holiday

157

Page 174: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

---------------------------------------------------------------- ELEC1249-006 05/04/2015

Rates Fringes

ELECTRICIAN (LINE CONSTRUCTION) Substation and switching structures pipetype cable, underground fuild and gas filled transmission conduit and cable installation, fiber optic ground wire, fiber optic shield wire or any other like product having ground protection or fiber optic capabilities, maintenance jobs or projects; rail- road catenary installation and maintenance bonding of rails; Overhead & underground distribution work & Maintenance; Overhead and under- ground transmission line work: Cable Splicer..............$ 54.35 7%+20.50 Flagman....................$ 29.65 7%+20.50 Groundman digging machine operator...................$ 44.47 7%+20.50 Groundman truck driver (tractor trailer unit).....$ 42.00 7%+20.50 Groundman truck driver;....$ 39.53 7%+20.50 Lineman & Technician.......$ 49.41 7%+20.50 Mechanic...................$ 39.53 7%+20.50

PAID HOLIDAYS:

a. New Year's Day, President's Day, Memorial Day, GoodFriday, Independence Day, Labor Day, Thanksgiving Day,Christmas Day, and Election Day for the President of theUnited States and Election Day for the Governor of New YorkState, provided the employee works two days before or twodays after the holiday.

---------------------------------------------------------------- ELEC1249-009 01/01/2017

Rates Fringes

ELECTRICIAN (LINE CONSTRUCTION) TELEPHONE, CATV

158

Page 175: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

FIBEROPTICS CABLE AND EQUIPMENT Cable Splicer..............$ 30.90 3%+4.43 Groundman..................$ 15.56 3%+4.43 Installer Repairman- Teledata Lineman/Technician- Equipment Operator........$ 29.33 3%+4.43---------------------------------------------------------------- ELEV0001-002 03/17/2013

Rates Fringes

ELEVATOR MECHANIC Elevator Constructor........$ 57.01 27.605+a+b Modernization and Repair....$ 45.14 27.455+a+b

FOOTNOTE:

a. PAID HOLIDAYS: New Year's Day, Good Friday, President'sDay, Memorial Day, Independence Day, Labor Day, ColumbusDay, Veteran's Day, Thanksgiving Day, Friday afterThanksgiving, and Christmas Day.

b. PAID VACATION: An employee who has worked less than 5years shall recieve vacation pay credit on the basis of 4%of his hourly rate for all hours worked; an employee whohas worked 5 to 15 years shall receive vacation pay crediton the basis of 6% of his hourly rate for all hours worked;an employee who has worked 15 or more years shall receivevacation pay credit on the basis of 8% of his hourly ratefor all hours worked.

----------------------------------------------------------------* ELEV0138-003 01/01/2018

WESTCHESTER COUNTY (Towns of Bedford, Cortland, Lewisboro, Mt.Kisco, North Salem, Pound Ridge, Somers, and Yorktown)

Rates Fringes

ELEVATOR MECHANIC................$ 56.75 32.645+a+b

FOOTNOTE: a.Vacation: 6%/under 5 years based on regular hourly rate forall hours worked. 8%/over 5 years based on regular hourlyrate for all hours worked.b. PAID HOLIDAYS: New Year's Day; Memorial Day; IndependenceDay; Labor Day; Veterans' Day; Thanksgiving Day; the Fridayafter Thanksgiving Day; and Christmas Day.

---------------------------------------------------------------- ENGI0137-005 03/06/2017

159

Page 176: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

BUILDING & RESIDENTIAL CONSTRUCTION

Rates Fringes

Power equipment operators: GROUP 1-A...................$ 53.95 28.52+a GROUP 1-B...................$ 49.68 28.52+a GROUP 2-A...................$ 52.03 28.52+a GROUP 3-A...................$ 50.11 28.52+a GROUP 3-B...................$ 47.67 28.52+a GROUP 4-A...................$ 49.60 28.52+a GROUP 4-B...................$ 41.85 28.52+a GROUP 5.....................$ 45.17 28.52+a GROUP 5-A...................$ 56.63 28.52+a GROUP 5-B...................$ 42.83 28.52+a GROUP 6.....................$ 44.92 28.52+a

NOTES: Hazmat: 20% above regular rate Pumping operation Premium .50

Crane Operators (100-149 ft) 2.00

Crane Operators (149 ft +) 3.00

Loader Operators (over 5 cu y) .50 Shovel Operators (over 4 cu yd)1.00

FOOTNOTE: a. New Years Day, Memorial Day, Independence Day, Labor DayThanksgiving Day, Christmas Day, plus Lincoln's Birthday,Washington's Birthday, Good Friday, Columbus Day, NovemberElection Day, Veteran's Day.

POWER EQUIPMENT OPERATORS CLASSIFICATION

GROUP 1-A: Carrier- trailer horse; concret-portable hoist; crane & hoist engineer-steel (concrete, material, super structure sub- structure); derrick (stone-steel); elevator & cage; hoist- single/double or triple drum; hoist-portable mobile unit; hoist engineer-concert (crane-derrick-mine hoist); hoist engineer- material; overhead crane; power house plant; telephies (cableway); whirly; maintenance engineer; Lull hilift or similar; hydraulic crane 25 ton and over; cherry picker 25 tons and over; backhoe Oliver 88; fordson; dynahoe; dual purpose and similar machines; Barber Green Loader-euclid loader or similar type; conway or similar mucking macking machines; dragline; gradall; shovel; backhoe etc. (crawler or truck); front end loaders; hydraulic boom; jersey spreader; lift slab console; letournequ or tounapull (scrapers over 20 yds struck); mucking machines; pavement breaker (air ram); paver (concrete); road boring machine; road mix machines; ross carrier and similar machines; post hole digger; shovel

160

Page 177: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

(tunnels); side boom; spreader (asphalt); scoopmobile-tractor-shovel over 1 1/2 yds. trenching machines vermeer concrete saw trencher and similar; tractor type demolition equipment; winch truck (a frame); hydraulic crane over 10 ton up to 25 ton); cherry picker over 10 ton up to 25 ton)

GROUP 1-B: Compressor (steel erection); pulse meter and push button buzz box; elevator; mechanic (outside) all types; welder; scrapers 20 yds struck and under; machine pulling sheep's foot roller; vibratory rollers; roller 4 tons and over.

GROUP 2-A: Compactor self-propelled; grader; bulldoze D7 and similar tractors with a draw bar horsepower of 100 or over; bulldozer D6 and under; welder; scraper 20 yds struck and under; machine pulling sheep's foot roller; vibratory rollers.

GROUP 3-A: Asphalt plant; boiler (high pressure); concrete mixing plants; concrete pump; firemen; forklift; forklift (electric); joy drill or similar tractor drilling machine; loader - 1 1/2 yards and under; locomotive (all sizes); mixer concrete - 21E and over; portable asphalt plant; portable batch plant; portable crusher; quarry master; stone crusher; well drilling machine and well point system; cherry picker under 10 tons; hydraulic crane under 10 tons; concert buffy; one yard an up ride on dumper (benford or similar).

GROUP 3-B: Compressor over 125 cu. feet; conveyor belt machine regardless of size; lighting unit (portable & generator); welding machine (steel erection and excavation); and compressor plant; stud machine; ladder hoist.

GROUP 4-A: Air tractor drill; batch plant; bending machine; concrete breaker; concrete spreader; curb cutter machine; farm tractor (all types); finishing machine-concrete; hepavac clean air machine (all similar types: removal of asbestos etc.); material hopper-sand-stone-cement; mixer-concrete-under 21E; mulching grass spreader; pump-gypsum, etc., pump-plaster-grout -fireproofing; shop mechanic (not employed on job site); roller under 4 ton; spreading and fine grading machine; steel cutting machine; syphon pump-air-steam; tar joint machine; turbo jet burner or similar equipment; vibrator (1 to 5); fine grading machine; roof hoist (tugger hoist); television cameras-water- sewer-gas-etc.

GROUP 4-B: Compressor to 125 feet; dust; dust collector; heater all types; pump; pump station (water and sewer); steam jenny; sweeper; chipper; mulcher.

161

Page 178: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

GROUP 5: Motorized roller (walk behind)

GROUP 5-A: Master Mechanic

GROUP 5-B: Utility Man

GROUP 6: Warehouse Man

---------------------------------------------------------------- ENGI0137-006 03/06/2017

HEAVY & HIGHWAY

Rates Fringes

Power equipment operators: GROUP 1.....................$ 58.54 28.15+a GROUP 1-A...................$ 51.68 28.15+a GROUP 1-B...................$ 54.42 28.15+a GROUP 2-A...................$ 49.52 28.15+a GROUP 2-B...................$ 51.05 28.15+a GROUP 3.....................$ 48.67 28.15+a GROUP 4-A...................$ 44.29 28.15+a GROUP 4-B...................$ 38.13 28.15+a GROUP 5.....................$ 54.69 28.15+a GROUP 5-A-1.................$ 54.69 28.15+a GROUP 5-A-2.................$ 66.22 28.15+a GROUP 5-A-3.................$ 63.97 28.15+a GROUP 5-A-4.................$ 60.03 28.15+a GROUP 5-A-5.................$ 50.65 28.15+a

POWER EQUIPMENT OPERATORS CLASSIFICATIONS (HEAVY & HIGHWAY)

GROUP 1: Boom Truck; Cherry Picker; Clamshell; Crane, (Crawler, Truck); Dragline; Rough Terrain Crane

GROUP 1-A: Auger; Auto Grader; Dynahoe and Dual purpose and similar machines; Boat Captain; Boring Machine (all types); Bull Dozer-all sizes; Central Mix Plant Operator; Chipper-all types; Close circuit t.v.; Compactor with Blade; Concrete Portable Hoist; C.M.I. or similar; Conway or similar mucking machines; Gradall, Shovel Backhoe, etc. Grader; Derrick, (Stone- Steel; Elevator & cage, materials or passengers; Front end loaders over 1 1/2 yds.; Hoist Single, Double, Triple Drum, Hoist Portable Mobile Unit; Hoist Engineer-Concrete (Crane-Derrick-Mine Hoist); Hoist Engineer-Material, Hydraulic Boom; Letourneau or Tournapull (Scrapers over 20 yds. struck); Log Skidder; Movable Concrete Barrier Transfer & Transport Vehicle; mucking machines; overhead crane; paver (conccrete); pulsemeter; push button (buzz box) elevator; road mix machines; Robot Hammer (brock or similar), Ross carrier and similar machines; shovels (tunnels); side boom; Slip Form Machine; spreader (asphalt); scoopmobile-tractor-shovel over 1 1/2

162

Page 179: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

yards; trenching machines; telephies- vermeer concrete saw trencher and/or similar; tractor-type demolition equipment, Whirly

GROUP 1-B: Road Paver, Asphalt

GROUP 2-A: Ballast Regulators; Compactor self-propelled; Cow Tracks; Fusion Machine; Rail Anchor Machines; Roller 4 ton and over; Scrapers - 20 yards struck; Switch Tampers; Vibratory roller, etc.

GROUP 2-B: Mechanic (outside) all types

GROUP 3-A: Air tractor drill; asphalt plant; batch plant; boiler (high pressure; concrete breaker; concrete pump concrete spreader; curb cutter machine; farm tractor (all types); finishing machine (concrete); fine grading machine; fireman; forklift; forklift (electric); joy drill or similar tractor drilling machine; loader - 1 1/2 yards and under; locomotive (all sizes), maintenance engineer; machine pulling sheeps foot roller; material hopper; mixer concrete - 21-E and over; mulching grass spreader; portable asphalt plant, portable batch plant, portable crusher; powerhouse plant; quarry master; roller under 4 ton; spreading and fine grading machine; steel cutting machine; stone crusher; sweeper; turbojet burner or similar; well drilling machine ; winch truck "A" frame. John Henry Drill or similar.

GROUP 4-A: Service men (fuel or grease truck).

GROUP 4-B: Oiler; Compressor - compressor plant; paint compressor-steel erection; conveyor belt machine; lighting unit (portable & generator); oiler; pumps - pump station-water-sewer- gypsum- plaster, etc.; roller-motorized (walk-behind); welding machine (steel erection excavation); well point system; bending machine; dust collector; mixer - concrete under 21-E; heater all types; steam jenny; syphon pump-air-steam; tar joint machine; vibrator (1 to 5); Compressor Truck Mounted (2-6)

GROUP 5: OilerGROUP 5-A-1: Master Mechanic

GROUP 5-A-2: Engineer - all tower cranes, all climbing cranes and all cranes of 100 ton capacity or greater (3900 Manitowac or similar) irrespective of manufacturer and regardless of how the same is rigged (except for pile rigs).

GROUP 5-A-3: Engineer-- Pile Driver

GROUP 5-A-4: Hoist Engineer- Steel -Sub Structure

GROUP 5-A-5: Jersey-spreader, pavement breaker (air ram);

163

Page 180: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Post Hole Digger

NOTES: Loader Operator (over 5 cu yds) .50 Shoval Operators (over 4 cu yd) 1.00 Hazmat premium over regular rate 20%

CRANES:

100 ft- 149 ft: receive $2.00 more than Group 1 rate 149 ft and over receive $3.00 more than Group 1 rate

FOOTNOTE: a. PAID HOLIDAYS: New Year's Day; Lincoln's Birthday; GoodFriday; Memorial Day; Independence Day; Labor Day; VeteransDay; Columbus Day; November Election Day; Thanksgiving Day;and Christmas Day

---------------------------------------------------------------- IRON0040-001 07/01/2017

WESTCHESTER COUNTY

Rates Fringes

IRONWORKER, STRUCTURAL...........$ 50.05 72.53---------------------------------------------------------------- IRON0046-003 07/01/2017

Rates Fringes

IRONWORKER METALLIC LATHERS AND REINFORCING IRONWORKERS.....$ 56.28 20.62---------------------------------------------------------------- IRON0197-001 07/01/2017

Rates Fringes

IRONWORKER STONE DERRICKMAN............$ 48.17 38.95---------------------------------------------------------------- IRON0580-001 01/01/2017

Rates Fringes

IRONWORKER, ORNAMENTAL...........$ 44.00 50.57---------------------------------------------------------------- LABO0060-002 07/01/2016

HEAVY/HIGHWAY

Rates Fringes

164

Page 181: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Laborers: GROUP 1.....................$ 40.24 20.36+a GROUP 2.....................$ 38.89 20.36+a GROUP 3.....................$ 38.49 20.36+a GROUP 4.....................$ 38.14 20.36+a GROUP 5.....................$ 37.79 20.36+a GROUP 6.....................$ 31.44 20.36+a GROUP 7.....................$ 39.79 20.36+a SHAFT AND TUNNEL IN FREE AIR GROUP 1....................$ 45.65 26.60+a GROUP 2....................$ 47.65 26.60+a GROUP 4....................$ 53.65 26.60+a

LABORERS CLASSIFICATIONS (HEAVY/HIGHWAY):GROUP 1: Blasters. GROUP 2: Burner, Jumbo Driller, Joy Driller, Wagon Driller, Air Track Driller, Hydraulic Driller, Concrete Form Aligner, Concrete Form and Curb Form Highway (Steel), Asphalt Screedman, Asphalt Raker. GROUP 3: Asphalt Curb Machine Operator, Jeeper Operator, Pavement Breaker Operator, Power Saw Operator, Jack Hammer Driller. All types of pheumatic tools gasoline driller, concrete saw, gunniting, railroad spike puller and sandblasting, pipe layer, deck winches on scows, power buggy operator, power wheelbarrow operator. GROUP 4: General concrete laborers-anything pertaining to concrete, aggregate or concrete material handling, puddlers, asphalt worker, rock scalers, vibrator operator, bit grinder, concrete grinder, air tampers and all tampers not covered by any other classification, form pin puller, pumps and their operation, service of air power, epoxy and waterproofing worker, fine grade person between forms, barco rammer, guard and guide rail and link fence, steel kings. GROUP 5: Common laborers, signal person and pit person , truck spotters, powder person, landscape and nursery person, dump person.GROUP 6: FlagpersonGROUP 7: Asbestos and Toxic Waste laborer

SHAFT AND TUNNEL IN FREE AIR CLASSIFICATIONSGROUP 1: Outside laborers GROUP 2: Blaster, Concrete and form setters, drill runners, air tuggers, chippers, pneumatic tools, and source of airpower, pumps and their operations, vibrator operators, Puddlers, Chuck tenders, nippers, concrete laborers tunnel sewer and water pipeliners, boring, Laborers, Powder carriers, signalmen, and BrakemenGROUP 4: Miners

FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Lincoln's Birthday, Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, November

165

Page 182: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Election Day, Veterans' Day, Thanksgiving Day and Christmas Day.

---------------------------------------------------------------- LABO0235-001 05/01/2016

BUILDING

Rates Fringes

LABORER..........................$ 33.30 26.25---------------------------------------------------------------- LABO0235-002 05/01/2016

RESIDENTIAL

Rates Fringes

LABORER..........................$ 26.80 19.55---------------------------------------------------------------- PAIN0009-003 05/01/2017

Rates Fringes

PAINTER GLAZIERS....................$ 44.70 38.42 Painters, Paperhanger, Drywall Finishers & Lead Abatement Worker............$ 44.10 27.02 Spray, Scaffold, Sandblasting................$ 47.10 27.02---------------------------------------------------------------- PAIN0806-001 10/01/2017

Rates Fringes

Painters: Structural Steel and Bridge.$ 49.50 38.93---------------------------------------------------------------- PLUM0021-003 05/01/2017

Rates Fringes

Plumber and Steamfitter Zone 1......................$ 54.16 32.86---------------------------------------------------------------- ROOF0008-003 07/01/2017

Rates Fringes

ROOFER...........................$ 41.50 32.37---------------------------------------------------------------- SFNY0669-002 04/01/2017

166

Page 183: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Rates Fringes

SPRINKLER FITTER.................$ 43.97 15.84---------------------------------------------------------------- SHEE0038-001 07/01/2017

Rates Fringes

Sheet metal worker...............$ 42.66 41.24---------------------------------------------------------------- TEAM0456-001 07/01/2017

HEAVY & HIGHWAY CONSTRUCION

Rates Fringes

Truck drivers: GROUP 1....................$ 43.02 25.92+a GROUP 2....................$ 40.27 25.92+a GROUP 3....................$ 40.72 25.92+a GROUP 4....................$ 40.89 25.92+a GROUP 5....................$ 40.39 25.92+a GROUP 6....................$ 41.02 25.92+a GROUP 7....................$ 41.77 25.92+a GROUP 8....................$ 42.14 25.92+a GROUP 9....................$ 41.64 25.92+a GROUP 10....................$ 42.27 25.92+a GROUP 11....................$ 42.02 25.92+a

Hazardous/Toxic Waste - An additional 20% of the basic hourly wage rate set forth in this wage determination.

CLASSIFICATION DESCRIPTIONS

GROUP 1: Lowboy (carrying equipment) GROUP 2: Straight jobs: 6-Wheeler, 10-Wheeler, A-Frame Trucks (inside cab), Winch Truck (inside cab), Dynamite Truck, Seeding Truck, Mulching Truck, Agitator Truck, Water Truck, Cement Trucks (all types), Suburbans, Station Wagons, Cars, Pickups. GROUP 3: Fuel and tire trucks. GROUP 4: Tractor trailers (all types) GROUP 5: 14 Wheeler GROUP 6: Athey wagon, Belly dumps, Articulated Dumps, Trailer wagons. GROUP 7: Darts. GROUP 8: RXS GROUP 9: Off Road Equipment (Under 40 Tons): Euclid GROUP 10: Off Road Equipment (Over 40 Tons) Euclid, DJB GROUP 11: Off Road Equipment (Under 40 Tons) DJB

a. PAID HOLIDAYS: New Year's Day, Lincoln's Birthday,President's Day, Decoration Day, Independence Day, LaborDay, November Election Day, Thanksgiving Day, Day after

167

Page 184: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Thanksgiving and Christmas Day, provided employee works two or more days in the calendar week in which the holiday falls.

PAID VACATION: 4 weeks paid vacation after 20 years of service and 30 days of employment in current contract year; 3 weeks after 10 years of seniority service; 3 weeks after 10 years and 60 days of employment in contract year, 3 weeks and 1 day after 16 years of seniority service, 3 weeks and 2 days after 17 years of seniority service; 3 weeks and 3 days after 18 years of seniority service; 3 weeks and 4 days after 19 years of seniority service; The third week and every additional day shall be granted to employee in the calendar year in which he completes his tenth or other years of seniority service; 2 weeks after 130 days of employment in the calendar year; 2 weeks after 5 years and 90 days seniority service in calander year; 1 week and 1 additional day for each additional 18 days of employment not exceeding 10 days in any one calander year after 90 days of employment. Casual employees 1 day for every 18 days of employment. An employee who does not qualify for vacation shall be paid pro rata on a daily basis. Holiday shall be counted as days worked for vacation benefits.

LEGAL SERVICES FUND: Employer shall contribute $.20 to the fund on the same basis for all hours paid to employees in the form of holiday pay or vacation pay. In addition to the benefits paid for Health-Welfare and Pension for up to 40 hours worked an additional $.25 is paid for each hour worked. The employer shall grant 3 calendar days off without loss of pay to an employee who has death in his/her immediate family, inclusive of the day of the funeral.

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

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leavefor Federal Contractors applies to all contracts subject to theDavis-Bacon Act for which the contract is awarded (and anysolicitation was issued) on or after January 1, 2017. If thiscontract is covered by the EO, the contractor must provideemployees with 1 hour of paid sick leave for every 30 hoursthey work, up to 56 hours of paid sick leave each year.Employees must be permitted to use paid sick leave for theirown illness, injury or other health-related needs, includingpreventive care; to assist a family member (or person who islike family to the employee) who is ill, injured, or has otherhealth-related needs, including preventive care; or for reasonsresulting from, or to assist a family member (or person who is

168

Page 185: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

like family to the employee) who is a victim of, domesticviolence, sexual assault, or stalking. Additional informationon contractor requirements and worker protections under the EOis available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

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

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate 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 enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.

Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicates

169

Page 186: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

the State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until anew survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased.

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

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* 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 requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact 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 formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

170

Page 187: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

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 aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment 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, aninterested party may appeal directly to the AdministrativeReview 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

171

Page 188: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

General Decision Number: NY180028 01/05/2018 NY28

Superseded General Decision Number: NY20170028

State: New York

Construction Type: Heavy Dredging

Counties: Bronx, Kings, Nassau, Queens, Richmond, Suffolk and Westchester Counties in New York.

HOPPER DREDGE CONSTRUCTION PROJECTS

Note: Under Executive Order (EO) 13658, an hourly minimum wageof $10.35 for calendar year 2018 applies to all contractssubject 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 payall workers in any classification listed on this wagedetermination at least $10.35 per hour (or the applicablewage rate listed on this wage determination, if it is higher)for all hours spent performing on the contract in calendaryear 2018. 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 01/05/2018

SUNY1993-003 05/24/1993

Rates Fringes

Self-Propelled Hopper Dredge, Drag Tender......................$ 8.21----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leavefor Federal Contractors applies to all contracts subject to theDavis-Bacon Act for which the contract is awarded (and any

172

Page 189: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

solicitation was issued) on or after January 1, 2017. If thiscontract is covered by the EO, the contractor must provideemployees with 1 hour of paid sick leave for every 30 hoursthey work, up to 56 hours of paid sick leave each year.Employees must be permitted to use paid sick leave for theirown illness, injury or other health-related needs, includingpreventive care; to assist a family member (or person who islike family to the employee) who is ill, injured, or has otherhealth-related needs, including preventive care; or for reasonsresulting from, or to assist a family member (or person who islike family to the employee) who is a victim of, domesticviolence, sexual assault, or stalking. Additional informationon contractor requirements and worker protections under the EOis available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

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

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate 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 enclosedin dotted lines beginning with characters other than "SU" or"UAVG" denotes that the union classification and rate wereprevailing for that classification in the survey. Example:PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier ofthe union which prevailed in the survey for thisclassification, which in this example would be Plumbers. 0198indicates the local union number or district council numberwhere applicable, i.e., Plumbers Local 0198. The next number,005 in the example, is an internal number used in processingthe wage determination. 07/01/2014 is the effective date of themost current negotiated rate, which in this example is July 1,2014.

Union prevailing wage rates are updated to reflect all ratechanges in the collective bargaining agreement (CBA) governingthis classification and rate.

Survey Rate Identifiers

173

Page 190: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

Classifications listed under the "SU" identifier indicate thatno one rate prevailed for this classification in the survey andthe published rate is derived by computing a weighted averagerate based on all the rates reported in the survey for thatclassification. As this weighted average rate includes allrates reported in the survey, it may include both union andnon-union rates. Example: SULA2012-007 5/13/2014. SU indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. LA indicatesthe State of Louisiana. 2012 is the year of survey on whichthese classifications and rates are based. The next number, 007in the example, is an internal number used in producing thewage determination. 5/13/2014 indicates the survey completiondate for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until anew survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicatethat no single majority rate prevailed for thoseclassifications; however, 100% of the data reported for theclassifications was union data. EXAMPLE: UAVG-OH-001008/29/2014. UAVG indicates that the rate is a weighted unionaverage rate. OH indicates the state. The next number, 0010 inthe example, is an internal number used in producing the wagedetermination. 08/29/2014 indicates the survey completion datefor the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January ofeach year, to reflect a weighted average of the currentnegotiated/CBA rate of the union locals from which the rate isbased.

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

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* 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 requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conducted

174

Page 191: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

because those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact 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 formalprocess described here, initial contact should be with theBranch 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 aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment 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, aninterested party may appeal directly to the AdministrativeReview 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

175

Page 192: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

SAMPLE

AGREEMENT

Page 193: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3/16

NEW YORK STATE THRUWAY AUTHORITY

SAMPLE AGREEMENT

CONTRACT NO: This AGREEMENT, entered into this __________day of________________ 201___, by the NEW YORK STATE THRUWAY AUTHORITY (hereinafter referred to as the "AUTHORITY") having its principal office at 200 Southern Boulevard, Albany, NY 12209 in the County of Albany and State of New York and

a corporation organized and existing under the laws of the State of

a partnership, consisting of

an individual conducting business as

the location of whose principal office is hereinafter called the "CONTRACTOR".

WITNESSETH: That the Authority and the Contractor for the consideration hereinafter named agree as follows: ARTICLE 1. WORK TO BE DONE. The Contractor shall (a) furnish all the materials, appliances, tools and labor of every kind required, and construct and complete in the most substantial and skillful manner, the construction, improvement or reconstruction of the project on or before the completion date of as further described in ARTICLE 4, and as generally identified and shown on the plans entitled: in the Division of the New York State Thruway in County(s) which constitutes Contract in accordance with the "Standard Specifications" of the New York State Department of Transportation, which contain the information for bidders; form of proposal, agreement, and bonds; general specifications and conditions or contract; materials of construction; and payment Items; and (b) do everything required by the Contract (Contract Documents) as defined herein. The contract closing date, used to keep the contract open for final processing and payment purposes after the completion date is .

176

Page 194: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3/16

The Contractor agrees that its proposal contained herein is based upon performing all the work of the Contract in accordance with a schedule that will result in the completion of the total works by the Date of Completion of the Contract and all intermediate stage and phase completion requirements of the contract, while adhering to all restrictions set forth in the Schedule and Suspension of Work, the Thruway Traffic Plan, and the General and Special Notes, and that the work will be performed at the unit bid prices, as shown on the contract documents and as detailed in the specifications and notes, utilizing the Labor Force, Qualified Disadvantaged, Women Owned and Minority Owned Subcontractor Entrepreneurs and Methods and Materials of Construction as described in the Contract Documents and any incorporated Addenda thereto, and conduct its operations in accordance with the Vehicle and Traffic Law, the Rules and Regulations of the NYS Thruway Authority, and the Thruway Operating Rules and General and Special Notes that are part of this proposal. The Contractor further agrees its proposal is not based upon the assumption that any specifications, traffic restrictions, scheduling or phasing/staging requirements will be waived, an extension of Contract Completion Date will be granted, a labor dispensation will be granted, substitution of non-approved products, alternatives or claimed functional equivalents for Specified Construction Materials and Methods will be allowed, or any Value Engineering Proposals will be entertained and approved by the New York State Thruway Authority, and any requests for a substitution, equivalent or alternate, which it proposes, will be accompanied by an agreed price analysis establishing an applicable credit or illustrating cost equal to or greater than the bid amount. ARTICLE 2. DOCUMENTS FORMING THE CONTRACT. The Contract (and Contract Documents) shall be deemed to include the advertisement for proposals; the contractor's proposal; the Schedule for Participation By Disadvantaged Business Enterprise Participation goals; the agreement; the "Standard Specifications" including all addenda thereto referred to above; the plans; any addenda and/or amendments to specifications if the same are issued prior to date of receipt of proposal and all provisions required by law to be inserted in the contract whether actually inserted or not. Appendix A, standard clauses for all N.Y State contracts, is attached hereto and is hereby made a part of this agreement as if set forth fully herein. ARTICLE 3. EXAMINATION OF DOCUMENTS AND SITE. The Contractor agrees that before making its proposal it carefully examined the contract documents, together with the site of the proposed work, as well as its surrounding territory, and is informed regarding all of the conditions affecting the work to be done and labor and materials to be furnished for the completion of this contract, including the existence of poles, wires, pipes, and other facilities and structures of municipal and other public service corporations on, over or under the site, except latent conditions that meet the requirements of §104-04 and §109-05, and that its information was secured by personal investigation and research. ARTICLE 4. DATE OF COMPLETION. The Contractor further agrees that it will begin the work herein embraced within ten days of the effective date hereof, unless the consent of the Authority, in writing, is given to begin at a later date, and that it will prosecute the same so that it shall be entirely completed and performed on or before the completion date shown in Article 1.

177

Page 195: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3/16

No extension beyond the date of completion fixed by the terms of this contract shall be effective unless in writing signed by the Authority. Such extension shall be for such time and upon such terms and conditions as shall be fixed by the Authority, which may include the assessment of liquidated damages and a charge for engineering and inspection expenses actually incurred upon the work, including engineering and inspection expenses incurred upon the work by railroad companies on contracts for grade crossing elimination. Notice of application for such extension shall be filed with the Chief Engineer, Department of Engineering of the Authority at least fifteen days prior to the date of completion fixed by the terms of this agreement. ARTICLE 5. ALTERATIONS AND OMISSIONS. The said work shall be performed in accordance with the true intent and meaning of the contract documents without any further expense of any nature whatsoever to the Authority other than the consideration named in this agreement.

The Authority reserves the right at any time during the progress of the work, to alter the plans or omit any portion of the work as it may deem reasonably necessary for the public interest; making allowances for additions and deductions with compensation made in accordance with the Standard Specifications, for this work without constituting grounds for any claim by the contractor for allowance for damages or for loss of anticipated profits, or for any variations between the approximate quantities and the quantities of the work as done. ARTICLE 6. NO COLLUSION OR FRAUD. The Contractor hereby agrees that the only person or persons interested as principal or principals in the bid or proposal submitted by the Contractor for this contract are named therein, and that no person other than those mentioned therein has any interest in the above-mentioned proposal or in securing of the award, and that this contract has been secured without any connection with any person or persons other than those named, and that the proposal is in all respects fair and was prepared and the contract was secured without collusion or fraud and that neither any officer nor employee of the New York State Thruway Authority or the State Department of Transportation or either of them has or shall have a financial interest in the performance of the contract or in the supplies, work or business to which it relates, or in any portion of the profits thereof. (See also Section 139-a and 139-b of the State Finance Law referred to in the Standard Specifications, which are made a part of this contract.) ARTICLE 7. CONTRACT PAYMENTS. As the work progresses in accordance with the contract and in a manner that is satisfactory to the Authority, the Authority hereby agrees to make payments to the Contractor therefor, based upon the proposal attached hereto and made a part hereof, as follows: The Authority shall, once in each month and on such days as it may fix, make an estimate of the quantity of work done and of material which has actually been put in place in accordance with the terms and conditions of the contract, during the preceding month, and compute the value thereof and pay to the Contractor the moneys due in accordance with Public Authorities Law Section 2880, as detailed in 21 NYCRR Part 109 (Prompt Payment). No monthly estimate shall be rendered unless the Contractor has provided acceptable documentation with regard to actions taken to comply with the M/WBE goals of the contract (see also §109-06 Contract Payments) and the value of the work done equals 5% of the contract amount or $1,000, whichever is the lesser. Semi-monthly estimates may be rendered provided (a) the value of the work performed in two successive weeks

178

Page 196: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3/16

is more than $100,000 or (b) the Chairman of the Authority deems it to be for the best interest of the Authority to do so. When a performance bond is approved, 5% shall be retained from each progress payment or estimate until final acceptance of the work. ARTICLE 8. NO PAYMENT DUE TO CONTRACTOR'S NON-COMPLIANCE. It is further agreed that so long as any lawful or proper direction concerning the work or material given by the Chief Engineer, Department of Engineering of the New York State Thruway Authority, or his/her representative, shall remain uncomplied with, the Contractor shall not be entitled to have any estimate made for the purpose of payment, nor shall any estimate be rendered on account of work done or material furnished until such lawful or proper direction aforesaid has been fully and satisfactorily complied with. ARTICLE 9. FINAL ACCEPTANCE OF WORK. When in the opinion of the Thruway Division Director, a Contractor has fully performed the work under the contract, the Thruway Division Director shall recommend to the Chief Engineer, Department of Engineering of the New York State Thruway Authority, the acceptance of the work so completed. If the Chief Engineer, Department of Engineering accepts the recommendation of the Thruway Division Director, he/she shall thereupon by letter notify the Contractor of such acceptance, and similarly to Subdivision 7, section 38 of the Highway Law, release up to 70% of the money held as retainage. Copies of such acceptance shall be sent to other interested parties. Prior to final acceptance of the work by the Chief Engineer, Department of Engineering of the New York State Thruway Authority or a designee, the contract work may be inspected, accepted and approved by other agencies and/or municipalities who will have jurisdiction of the work after final acceptance.

Final acceptance shall be final and conclusive except for defects not readily ascertainable by the New York State Thruway Authority, actual or constructive, fraud, gross mistakes amounting to fraud or other errors which the Contractor knew or should have known about as well as the New York State Thruway Authority's rights under any warranty or guarantee. Final acceptance may be revoked by the New York State Thruway Authority at any time prior to the issuance of the final check, upon the New York State Thruway Authority's discovery of such defects, mistakes, fraud or errors in the work. ARTICLE 10. FINAL PAYMENT. After the final acceptance of the work, the Engineer shall prepare a final agreement of the work performed and the materials placed and shall compute the value of such work and materials under and according to the terms of the contract. This agreement shall be certified, as to its correctness, by the Engineer. Upon approval of such final agreement by the Director, Office of Construction Management, it shall be submitted to the Chief Engineer, Department of Engineering for final approval. The right, however, is hereby reserved to the Chief Engineer, Department of Engineering to reject the whole or any portion of the final agreement, should the said certificate of the Engineer be found or known to be inconsistent with the terms of the agreement or otherwise improperly given. All certificates, upon which partial payments may have been made being merely estimates, shall be subject to cor-rection in the final certificate or final agreement.

179

Page 197: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3/16

ARTICLE 11. RIGHT TO SUSPEND WORK AND CANCEL CONTRACT. It is further mutually agreed that if at any time during the prosecution of the work the Authority shall determine that the work upon the contract is not being performed according to the contract or for the best interest of the Authority, the execution of the work by the Contractor may be temporarily suspended by the Chief Engineer, Department of Engineering, who may then proceed with the work under its own direction in such manner as will accord with the contract specifications and be for the best interests of the Authority; or he/she may terminate the contractor's employment under the contract while it is in progress, and thereupon proceed with the work, in affirmance of the contract, by contract negotiated or publicly let, by the use of its own forces, by calling upon the surety to complete the work in accordance with the plans and specifications or by a combination of any such methods; or he/she may cancel the contract and either readvertise and relet in accordance with the provisions of Section 38 of the Highway Law, or complete the work under its own direction in such manner as will accord with the contract specifications and be for the interests of the Authority; any excess in the cost of completing the contract beyond the price for which it was originally awarded shall be charged to and paid by the Contractor failing to perform the work or its surety; all in pursuance of the provisions of Section 40 of the Highway Law. Whenever the New York State Thruway Authority determines to suspend or stop work under the contract, a written notice sent by mail to the Contractor at its address and to the sureties at their respective addresses, shall be sufficient notice of its action in the premises.

The Thruway Authority reserves the right to terminate this contract in the event that the certification provided by the Contractor in regard to compliance with New York State Finance Law Section 139-j and 139-k was intentionally false or intentionally incomplete. ARTICLE 12. DETERMINATION AS TO VARIANCES. In any case of any ambiguity in the plans, specifications or maps, or between any of them, the matter must be immediately submitted to the Chief Engineer, Department of Engineering, who shall adjust the same, and his/her decision in relation thereto shall be final and conclusive upon the parties. ARTICLE 13. SUCCESSORS AND ASSIGNS. This agreement shall bind the successors, assigns and representatives of the parties hereto. ARTICLE 14. INTERNATIONAL BOYCOTT PROHIBITION. In accordance with Chapter 406 of the Laws of 1981, the Contractor hereby promises, asserts and represents that neither the Contractor nor any substantially owned or affiliated person, firm, partnership or corporation has participated, is participating or shall participate in an international boycott in violation of the provisions of the United States Export Administration Act of 1969, as amended, or the United States Export Administration Act of 1979, or the effective Regulations of the United States Department of Commerce promulgated under either act. It is understood further that the Authority in awarding a contract does so in material reliance upon the promise and representation made by the Contractor in the foregoing paragraph and that such contract shall be rendered forfeit and void by the State Comptroller if subsequent to the bid execution date, the Contractor or such owned or affiliated person, firm, partnership or corporation has been convicted of a violation of the aforesaid Acts or Regulations or has been found upon final determination of the United States Commerce Department or any other appropriate agency of the United States to have violated such Acts or Regulations.

180

Page 198: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3/16

The Contractor agrees to and shall notify the Chief Engineer, Department of Engineering and the Director of the Office of Construction Management and the Director of State Expenditures in the Office of the State Comptroller of any such conviction or final determination of violation within five (5) days thereof. ARTICLE 15. CERTIFICATION OF STATE FINANCE LAW SECTIONS 139-J AND 139-K. By execution of this agreement the Contractor certifies that all information provided with respect to New York State Finance Law Section 139-j and Section 139-k is complete, true and accurate.

181

Page 199: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3/16

Contract Number:

In addition to the acceptance of this contract, I also certify that original copies of this signature page will be attached to all other exact copies of this contract.

IN-WITNESS WHEREOF, the parties hereto have executed this agreement on the day and year first above written.

By: Chief Engineer

Date

Contractor Approved as to form Approved: Thomas P. DiNapoli State Comptroller By:

New York State Attorney General Date:

182

Page 200: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3/16

(Acknowledgment by individual contractor) STATE OF NEW YORK COUNTY OF ____________________ ss.:

On this _______________________ day of _______________________________, 201__,

before me personally came ________________________________________________ to me

known and known to me to be the person described in and who executed the foregoing

instrument, and acknowledged that he executed the same.

_________________________________ Notary Public County (Acknowledgment by co-partnership contractor) STATE OF NEW YORK COUNTY OF ____________________ ss.:

On this _________________________ day of ______________________________, 201__

before me personally came and appeared ___________________________ to me known and

known to me to be the person who executed the above instrument, who, being sworn by me, did

for himself depose and say that he is a member of the firm of

____________________________ consisting of himself and ___________________________

and that he executed the foregoing instrument in the firm name of

___________________________ and that he had authority to sign same, and he did duly

acknowledge to me that he executed the same as the act and deed of said firm of

______________________________________, for the uses and purposes mentioned therein.

________________________________ Notary Public County

183

Page 201: PROPOSAL - New York State Thruway A B L E O F C O N T E N T S PROJECT INFORMATION Title Sheet ..... 1 Professional Seal Sheet.....2 ... 176 BID PROPOSAL Itemized Proposal..... 185

3/16

(Acknowledgement of a Corporation)

STATE OF NEW YORK

COUNTY OF ____________________ ss.:

On this ________________________day of ____________________________,

201__,

before me personally came ___________________________, to me known and known to me

to be the person who executed the above instrument, who being duly sworn by me, did depose

and say that he/she resides in __________________________, that he/she is the

__________________________ of ________________________________, the corporation

described in and which executed the above instrument, and that he/she signed his/her name

thereto on behalf of said Corporation by order of the Board of Directors of said Corporation.

Notary Public

184