state of new york office of engineering · 2013. 2. 12. · erie county medical center (ecmc)...

32
STATE OF NEW YORK DEPARTMENT OF TRANSPORTATION OFFICE OF ENGINEERING ALBANY, NEW YORK JANUARY 28, 2013 AMENDMENT NO. 1 TO: CONTRACT NO. D262276 F. A. PROJECT ERIE COUNTY CPIN SABP.12 IN THE LETTING OF FEBRUARY 21, 2013 NOTICE TO PROSPECTIVE BIDDERS 1. Change the ESTIMATE QUANTITIES for the following items: ITEM NO. UNIT QUANTITY FIXED PRICE BID AMOUNT 402.018902 TON 64 - 402.018912 QU 4 300.00 402.098202 TON 250.00 - 402.098212 QU 15.00 1125.00 407.0102 GAL 223.00 - 490.30 SY 3,150.00 - 555.09 CY 161.00 - 556.0202 LB 19,263.00 - 556.03 EA 2,308.00 - 571.03 LB 455.00 - 574.030001 SF 560.00 - 580.01 CY 123.00 - 582.05 CY 8.00 - 582.06 SF 830.00 - 582.07 SF 77.00 - 586.02 EA 334.00 - 1/32

Upload: others

Post on 16-Oct-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

STATE OF NEW YORK

DEPARTMENT OF TRANSPORTATION OFFICE OF ENGINEERING

ALBANY, NEW YORK

JANUARY 28, 2013 AMENDMENT NO. 1 TO:

CONTRACT NO. D262276 F. A. PROJECT ERIE COUNTY CPIN SABP.12

IN THE LETTING OF FEBRUARY 21, 2013

NOTICE TO PROSPECTIVE BIDDERS

1. Change the ESTIMATE QUANTITIES for the following items:

ITEM NO. UNIT QUANTITY FIXED PRICE BID AMOUNT

402.018902 TON 64 - 402.018912 QU 4 300.00 402.098202 TON 250.00 - 402.098212 QU 15.00 1125.00 407.0102 GAL 223.00 - 490.30 SY 3,150.00 - 555.09 CY 161.00 -

556.0202 LB 19,263.00 - 556.03 EA 2,308.00 - 571.03 LB 455.00 -

574.030001 SF 560.00 - 580.01 CY 123.00 - 582.05 CY 8.00 - 582.06 SF 830.00 - 582.07 SF 77.00 - 586.02 EA 334.00 -

1/32

Page 2: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

ITEM NO. UNIT QUANTITY FIXED PRICE

BID AMOUNT 619.0801 LF 10,150.00 -

619.100101 LF 31,030.00 - 619.1702 LF 656.00 - 619.1704 LF 1430.00 - 619.1803 EA 9.00 - 698.04 DC 574.00 574.00 698.05 DC 161.00 161.00

The Bidder shall CROSS OUT the ESTIMATE QUANTITIES for the above items now shown in the Contract Proposal and SUBSTITUTE the above quantities for the appropriate item with the bid based on the above quantities.

If the Bidder fails to make these changes the Department will do so and adjust the AMOUNT BID and the TOTAL BID accordingly. Change the quantities for the above items in the ESTIMATE OF QUANTITIES on the Contract Plans.

2. The Pay Items listed below are hereby added to the Contract Proposal. Special

Specifications are attached for items marked with an asterisk. BE SURE TO RETURN PAGES 44A1 – 44A3 WITH YOUR BID.

PAY ITEMS

202.19 555.11

556.0201 559.16960118*

564.700001 564.700002

570.01 570.02 570.03 570.04 586.10

589.010001 646.23

Amendment 1 D262276

2/32

Page 3: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

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

Old Prop. Page # (Replacement or Deleted Pages

Only)

New Prop. Page #

Dwg. # (if applicable)

Description of Changes

- 525A1 to 525A3

- Coordination with the Utility Schedule

- 581A1 to 581A14

DL-46A1 TO

DL-59A1

Drawings detail pier cap repairs, pier cap replacement and structural steel repairs for

Delavan Avenue – BIN 1022660 - 581A15 to

581A21 WZTC-01A1

TO WZTC-07A1

Work zone traffic control plans to support pier cap and structural steel work detailed in

Drawings DL-46A1 to DL-59A1

4. Replace the corrosion inhibitor note on pages DL-15, H-14, DR-13 and U-15 with the following: A corrosion inhibitor admixture shall be added to mixes used for concrete rehabilitation work (Items 582.05, 582.06, 582.07, 555.09 and 555.11) per material specification 711-13 Calcium Nitrite Based Corrosion Inhibitors. Corrosion inhibitor admixture shall be added at a minimum rate of 4 gallons/CY. The cost of the corrosion inhibitor shall be included in the unit cost bid for the corresponding concrete item; no additional payment shall be made for the admixture.

PLEASE BE GOVERNED ACCORDINGLY WHEN SUBMITTING BIDS.

Amendment 1 D262276

3/32

Page 4: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

SABP

SPECIAL NOTE

COORDINATION WITH THE UTILITY SCHEDULE

The contractor must coordinate his schedule of operations with the various utility owners involved with the projectand shall verify utility information found in the contract documents. Utility revisions required by the various utilityowners in connection with this project include:

ERIE COUNTY MEDICAL CENTER (ECMC)

HOSPITAL DRIVE WATERLINE BIN 1022710 (BETTERMENT)

Contractor shall remove the existing waterlines and supports form the bridge and install a new waterline inaccordance with plans and specifications provided by Erie County Medical Center Corporation.

ERIE COUNTY MEDICAL CENTER (ECMC)

HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710

The State’s Engineer-in-Charge in coordination with the state’s contractor shall notify ECMC in writing to directNational Grid to de-energize the Hospital Drive Bridge and remove the wiring. This must be processed throughFrancisco Hidalgo, ECMC Code Compliance Manager, Plant Operations 6-80, 462 Grider Street, Buffalo, NY14215 [Phone (716) 898-5592]

The ECMC requires 4 weeks lead time for this work to be done.

The state’s contractor shall remove and replace the conduit with contract items.

The State’s Engineer-in-Charge, in coordination with the state’s contractor shall notify the ECMC when thesystem is ready for new conductor wiring and re-energization of the system.

CITY OF BUFFALO WATER AUTHORITY

HOSPITAL DRIVE BIN 1022710

Replace existing water service valves and appurtenances and connect with Hospital Drive water service line.This work shall be performed by the state contractor with contract items.

Water valves shall be operated by the City of Buffalo Water Authority. Work on City water mains shall be asdirected by the City of Buffalo Water Authority.

525A1D262276

4/32

Page 5: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

SABP

CITY OF BUFFALO DEPT. OF PUBLIC WORKS, LIGHTING

DEERFIELD AVE. BRIDGE BIN 1022730

The State’s Engineer-in-Charge in coordination with the state’s contractor shall notify the City of BuffaloDepartment of Public Works in writing to direct National Grid to de-energize the Deerfield Ave Bridge andremove the wiring. This must be processed through Kim Wendt, City of Buffalo Engineering Inspector.Buffalo City Hall, Room 501, Buffalo, NY 14202 [Phone (716) 851-5886]

The City of Buffalo requires 4 weeks lead time for this work to be done.

The state’s contractor shall remove and replace the conduit with contract items.

The State’s Engineer-in-Charge, in coordination with the state’s contractor shall notify the City of Buffalo,DPW when the system is ready for new conductor wiring and re-energization of the system.

EAST DELEVAN AVENUE BRIDGE BIN 1022660

The State’s Engineer-in-Charge in coordination with the state’s contractor shall notify the City of BuffaloDepartment of Public Works in writing to direct National Grid to de-energize the East Delevan Bridge and toremove the wiring and luminaires. This must be processed through Kim Wendt, City of Buffalo EngineeringInspector. Buffalo City Hall, Room 501, Buffalo, NY 14202 [Phone (716) 851-5886]

The City of Buffalo requires 4 weeks lead time for this work to be done.

The state’s contractor shall remove and replace the conduit with contract items.

The state’s contractor shall remove, store and reset the north light standard.

The state’s contractor shall remove and dispose of the south light standard.

The City of Buffalo shall provide a replacement light standard for the south location. The state’s contractorshall install the new light standard.

The State’s Engineer-in-Charge, in coordination with the state’s contractor shall notify the City of Buffalo,DPW when the system is ready for the re-installation of the luminaires, and for the installation of new conductorwiring and reenergizing of the system.

525A2D262276

5/32

Page 6: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

SABP

The utility relocation time frame(s), as stated above, have been mutually established by the Department and theUtility Companies based upon the recommended sequence of construction. Alterations to the recommendedsequence of construction may affect the time schedules for relocating utility facilities. The contractor should expectthat additional time may be required for planning and material procurement.

In addition to the above-itemized revisions, other relocations may become necessary during the construction phase asa result of more precise location data or other changes that might develop. These relocations are to be performed bythe Utility owners and/or the state contractor with coordination by the State Engineer-In-Charge and the contractor.

Suitable time frames for these additions shall be coordinated between the Contractor and the Utility Companies.Such time frames are not to be included within previously established time frames.

The contractor is reminded that he is governed by and must adhere to the provisions of 16 NYCRR Part 753(Protection of Underground Facilities).

525A3D262276

6/32

Page 7: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

D262276 – Amendment 1

Accelerated Bridge Program – Phase 1A, Contract 9 Delavan Avenue over NY Rte 33 City of Buffalo, Erie County BIN 1022660 PIN SABP.12

DL-46A1

WORK TO BE DONE:

Work listed below provides a general scope of work for BIN 1022660 herein Amendment 1.

1. Perform spall repair on Pier 1 cap beam and columns and replace Pedestals 3-7.

2. Reconstruct Pier 2 cap beam, upper columns and pedestals.

3. Seal all exposed portions of both Piers 1 and 2

3. Replace end diaphragms at 9 locations.

4. Install web strengthening at 10 locations

This work is in addition to work listed on page DL-1 of the original contract. No work included in

Amendment 1 supersedes any work of the original contract with the following exception:

Delete the last line of last paragraph on Page DL-7; “PIER 2; AT GIRDERS G4, G7 & G9”

SPALL REPAIR ON PIER 1:

Areas of concrete deterioration on Pier 1 shall be repaired using Item 582.05 - Removal of Structural

Concrete - Replacement with Class A Concrete, or Item 582.06 - Removal of Structural Concrete -

Replacement with Class D concrete as shown on the plans or as ordered by the Engineer. New bar

reinforcement for Pedestals 3 through 7, bar mark 5PE20, is detailed in the bar list and paid for

under Item 556.0202

The Pier 1 details provided indicate the spalls, scales and cracks noted on a field inspection by the

designer. All of the major areas of spalling, scaling and cracking known to exist at the time of

contract preparation have been shown to indicate the approximate extent of deterioration that shall

be repaired by the Contractor.

Due to the expected large areas of removal required for the Pier 1 spall repair, that work shall be

staged with the deck staging. Pier 1 concrete removal shall not begin until the deck in the associated

stage is completely removed. Placement of deck concrete may not begin until all spall repairs in a

corresponding stage are complete. Alternatively, the Contractor may elect to progress the Pier 1 spall

repairs irrespective of the deck staging, provided that both Span 1 and 2 beams are full supported by

temporary supports at Pier 1 during all phases of the work.

It shall be the Contractor’s responsibility to confirm the Pier 1 Top of Pedestal Elevations prior to

casting the new pedestals and installing the refurbished bearings. The Contractor shall follow the

bearing anchorage details shown on standard reference drawing BD-BG6E. Alternatively, for

pedestals that are being replaced, the Contractor may install the Pier 1 bearings using the Bearing

and Pedestal Installation Procedure shown below for Pier 2. If the Contractor selects this option, the

pedestal concrete shall be Self Consolidating Concrete at no additional cost to the State.

581A1

7/32

Page 8: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

D262276 – Amendment 1

Accelerated Bridge Program – Phase 1A, Contract 9 Delavan Avenue over NY Rte 33 City of Buffalo, Erie County BIN 1022660 PIN SABP.12

DL-47A1

RECONSTRUCTION OF PIER 2:

The existing Pier 2 cap beam and pedestals shall be completely removed under Item 202.19.

Column cover shall removed to a minimum depth of 3.5 inches on all above ground portions under

Item 580.01. The columns shall be reconstructed with a diameter 3” larger than the existing columns

under Item 555.11. The new concrete will be a minimum of 5” thick to achieve this increased

diameter. The cap beam shall be reconstructed 3” wider then the existing cap beam as shown under

Item 555.09.

The Contractor's attention is directed to the requirements of subsection 202-3.01 General and Safety

Requirements. A removal plan, signed by a registered professional engineer in the State of New

York, shall be submitted to the Engineer thirty (30) days prior to beginning the demolition.

Prior to beginning any demolition work, the contractor shall perform a pre-construction survey of

existing Pier 2. The pre-construction survey shall include elevations of underside of bottom flanges,

establishing the longitudinal centerline of the pier and any additional survey the contractor needs to

completely establish the plan position of Pier 2. Underside of bottom flange elevation survey shall

take one marked point on the underside of the bottom flange for each beam supported by Pier 2.

Underside of bottom flange survey points shall be as close to the face of pier as practical. Elevations

shall be recorded in the following table and provided to the Engineer for review:

Pier 2 Construction Survey Table

Beam Elevation at Bottom of Steel over Face of Pier

Begin Face (West side) End Face (East Side)

Beam

Pre-

Const.

Elevation

Post-

Const.

Elevation

Pre - Post Beam

Pre-

Const.

Elevation

Post-

Const.

Elevation

Pre - Post

2A 3A

2B 3B

2C 3C

2D 3D

2E 3E

2F 3F

2G 3G

2H 3H

2J 3J

Just prior to placing pedestal concrete, the Contractor shall perform a post-construction survey. The

contractor shall retake the elevations of the underside of bottom flange at the marked locations and

581A2

8/32

Page 9: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

D262276 – Amendment 1

Accelerated Bridge Program – Phase 1A, Contract 9 Delavan Avenue over NY Rte 33 City of Buffalo, Erie County BIN 1022660 PIN SABP.12

DL-48A1

shall record them in the Construction Survey Table above. The Engineer shall then review the post-

construction elevations and the pre-construction elevations to determine if movement occurred

during construction. For all beams that have elevation differences more than 1/8", the lifting points

shall be raised or lowered by the measured difference. After all adjustments on a given face have

been made, the contractor shall resurvey all points on that face to verify the adjustments had the

desired effect.

The Contractor shall perform all work with care so that any materials which are to remain in place,

or which are to remain the property of the state, will not be damaged. If the contractor damages any

materials which are to remain in place or which are to remain the property of the State, the damaged

materials shall be repaired or replaced in a manner satisfactory to the Engineer at the expense of the

Contractor.

The Contractor shall conduct his operations in such a manner as to prevent damage to the concrete

apron and concrete barriers in the vicinity of Pier 2. Concrete removal on the columns shall be

performed in such a manner as to prevent damage to the main column reinforcement originating in

the footing (14 #8 interior and 20 #11 exterior). Any damage to the concrete apron, concrete

barriers, footing or column reinforcing bars originating in the footing shall be repaired at the

contractor's expense. Existing column ties #4 (hoops) shall be completely removed.

Elevations for the reconstruction of Pier 2 are based on record plan elevations corrected to the

NAVD88 vertical datum. The applied datum shift from record plans to NADV88 for this bridge is +

0.50 feet.

A corrosion inhibitor admixture shall be added to mixes used for the Pier 2 Columns per material

specification 711-13 Calcium Nitrite Based Corrosion Inhibitors. Corrosion inhibitor admixture shall

be added at a minimum rate of 4 gallons/CY. The cost of the corrosion inhibitor shall be included in

the unit price bid for the concrete item.

All Pier 2 pedestals concrete shall be Self Consolidating Concrete. Concrete for the reconstruction of

Pier 2 columns may be Self Consolidating Concrete at the Contractor’s option. The cost of providing

Self Consolidating Concrete shall be included in the unit price bid for the concrete item.

SUGGESTED CONSTRUCTION SEQUENCE FOR RECONSTRUCTION OF PIER 2:

1. Survey existing Pier 2 to establish existing centerline of pier. Mark and survey existing

underside of bottom flange for the ends of all girders supported by pier 2.

2. Establish Pier 2 work zone as shown on sheets WZTC-01 Through WZTC-06

3. Erect temporary bents at begin and end faces of Pier 2 and raise each structural lifting point

in accordance with the Contractor's approved lifting plan.

4. Remove existing bearings and perform pier 2 removal operations.

5. Reconstruct Pier 2 to top of cap.

6. Install pedestals and bearings as required.

7. Lower structural lifting points.

8. Complete connection of refurbished bearings to bottom flange.

581A3

9/32

Page 10: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

D262276 – Amendment 1

Accelerated Bridge Program – Phase 1A, Contract 9 Delavan Avenue over NY Rte 33 City of Buffalo, Erie County BIN 1022660 PIN SABP.12

DL-49A1

9. Remove temporary bents and restore worksite as directed by the engineer.

SUGGESTED PIER 2 PEDESTAL AND BEARING INSTALLATION PROCEDURE:

1. Prepare the end of the girders in accordance with the steel construction manual.

2. Attach 1" fully threaded anchor bolts through the masonry plate with heavy hex bolts and

washers on top and bottom of the plate. Bolts shall be positioned as shown and tightened as

directed by the Engineer.

3. Place the bearing in the proposed location and temporarily secure bearing sole plate to

bottom flange ensuring the center of the bearing is aligned with the centerline of the girder. If

the contractor elects to clamp the bearing to the flange a minimum of one clamp on each side

of the girder shall be used. Centerline of restored bearings shall be at the existing bearing

centerline.

4. Pour pedestals to 1/4" above the bottom of the masonry plate. The contractor shall ensure air

is not trapped under the masonry plate during concrete placement.

5. If necessary, make longitudinal adjustment for installation temperature by deflecting the sole

plate to the required position. Re-clamp the sole plate to the bottom flange.

6. Lower the structural lifting points and weld the sole plate to the bottom flange.

Pedestal and bearing installation procedure shall be performed on all Pier 2 bearings simultaneously.

PROTECTIVE SEALING OF STRUCTURAL CONCRETE:

After completing all substructure work, the Contractor shall seal all exposed surfaces of both Pier 1

and Pier 2 under Item 559.16960118.

DIAPHRAGM REPLACEMENT AND WEB STRENGTHENING:

Diaphragm replacement and web strengthening work shall be staged consistent with the deck

staging. The existing diaphragms shall not be removed until the deck in the associated span is

completely removed. Placement of deck concrete may not begin until all spall repairs in a

corresponding stage are complete.

Dimensions for thicknesses of steel rolled W shapes and structural plates are shown according to the

AISC manual.

All structural steel shall conform to ASTM A709 Grade 50.

All new structural steel for this bridge or areas of existing structural steel where paint was removed

to make connections shall be completely painted. Finish coat color shall be as directed by the

engineer.

581A4

10/32

Page 11: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

D262276 – Amendment 1

Accelerated Bridge Program – Phase 1A, Contract 9 Delavan Avenue over NY Rte 33 City of Buffalo, Erie County BIN 1022660 PIN SABP.12

DL-50A1

Any galvanized surfaces required to be painted shall be painted in accordance with the requirements

of section 657 of the standard specifications.

The contractor shall verify dimensions necessary for the proper fit of steel pieces prior to the

fabrication of the steel. The cost of field verifying dimensions shall be included in the price bid for

structural steel items.

SELF CONSOLIDATING CONCRETE FOR PLACEMENT OF STRUCTURAL CONCRETE:

The contractor shall submit a proposed mix design for Self Consolidating Concrete (SCC). This mix

shall be used under the Materials Requirements for Placement of Structural Concrete.

The contractor shall create a mix design, and prepare a trial batch using those materials to be used on

the project. The contractor must demonstrate the mix’s ability to achieve the specified properties to

the Regional Materials Engineer’s satisfaction. At least three weeks prior to placement, the

contractor shall supply:

Mix design and compressive strength results, including rate of strength gain for 1, 3, 7, 14,

and 28 days, or maturity curves with corresponding temperatures as appropriate.

Proposed target limits for spread, indicating acceptable low and high spread limits and

proposed actions when mixture testing is outside of the target limits.

Proposed Visual Stability Index (VSI) allowable measurements for acceptance.

Air content.

The contractor shall provide a proposed quality control plan, including how the above performance

criteria will be maintained and actions taken when test results are not acceptable. Once a mixture

design is accepted by the Department, changes other than minor fluctuations in admixture dosage

rates will require a new mix design. All other provisions of Item 555 apply, unless otherwise

directed by the Engineer.

581A5

11/32

Page 12: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

LE

GE

ND

PIE

R 1

TO

P

3’-

0"

2’-10"

2’-0"

4’-

1"

10"

2’-2"

1’-

2"

11"

1’-0"

1’-5"

1’-

7"

5’-

8"

1’-4"

5’-

1" 8

’-2"

3’-0"

3’-

1"

9"

1’-8"

1’-10"

1’-

2"

6’-7"

1’-7"

2’-

3"

7’-

5"

3’-

0"

1’-7"1’-4"

2’-0"

2’-

5"

4’-11" 1’-

3"

12

’-4

"

3’-6"

7’-6"

9"

4’-

5"

3’-0"

(TY

P.)

(TYP.)

3’-6"

3’-

10"

4’-

10"

4’-

9"

3’-

11"

8"

1’-

9"

12

’-2

"

6’-

0"

3’-6"

2’-

10

"

3’-

4"

4’-2"1’-2"

1’-10"

6’-

8"

2’-4"

2’-

6"

5’-

6"

4’-

6"

2’-1"

5’-

0"

2’-3"

2’-

1"

1’-5"

1’-

5"

3’-8"

2’-5"

1’-

4"

2’-2"

PE

DE

ST

AL

S

RE

MO

VE

AN

D R

EP

LA

CE

8"

3’-

0"

RE

PL

AC

EM

EN

T W

ITH

CL

AS

S A

CO

NC

RE

TE

.

ITE

M 5

82.0

5 -

RE

MO

VA

L O

F S

TR

UC

TU

RA

L C

ON

CR

ET

E

RE

PL

AC

EM

EN

T W

ITH

CL

AS

S D

CO

NC

RE

TE

.

ITE

M 5

82

.06

- R

EM

OV

AL

OF

ST

RU

CT

UR

AL

CO

NC

RE

TE

EX

PO

SE

D.

RE

PL

AC

EM

EN

T W

ITH

CL

AS

S D

CO

NC

RE

TE

. A

RE

A A

LR

EA

DY

ITE

M 5

82

.06

- R

EM

OV

AL

OF

ST

RU

CT

UR

AL

CO

NC

RE

TE

PIE

R 1

BE

GIN

FA

CE

(W

ES

T S

IDE

)

PIE

R 1

EN

D F

AC

E (

EA

ST

SID

E)

4’-

0"

PE

D.

(TY

P.)

ITE

M N

O.

QU

AN

TIT

Y

58

2.0

5

58

2.0

6

13’-

9"

1’-4"

ITE

M T

AB

LE

193.0

SF

3.1

CY

5’-

7"

6’-

1"

2’-

0"

581A6

12/32

tsoka
51
tsoka
h
Page 13: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

CO

NC

RE

TE

AP

RO

N

BA

RR

IER

LE

GE

ND

(TY

P.)

3’-

0" D

IA.

PIE

R 2

- E

LE

VA

TIO

N

SE

CT

ION

A-A

SE

CT

ION

B-B

5"

(MIN

.) S

AW

CU

T BB

A A

CO

NC

RE

TE

AP

RO

N

BA

RR

IER

(T

YP

.)

AB

OV

E G

RO

UN

D

PO

RT

ION

OF

CO

LU

MN

BE

LO

W G

RO

UN

D

PO

RT

ION

OF

CO

LU

MN

APPROX. HEIGHT

7’-5"

3’-6"

d3’-

0"

RE

INF

OR

CE

ME

NT

TO

RE

MA

IN

EX

IST

ING

VE

RT

ICA

L C

OL

UM

N

3v�"

CO

NC

RE

TE

ITE

M 5

80.0

1 R

EM

OV

AL

OF

ST

RU

CT

UR

AL

ITE

M 2

02.1

9 R

EM

OV

AL

OF

SU

BS

TR

UC

TU

RE

S

RE

MO

VA

L L

IMIT

EX

IST

ING

CO

LU

MN

FA

CE

IN U

NIT

PR

ICE

BID

FO

R I

TE

M 5

80.0

1.

SA

WC

UT

IT

EM

SH

AL

L B

E I

NC

LU

DE

D

NO

TE

:

581A7

13/32

tsoka
52
tsoka
h
Page 14: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

NO

TE

S.

MO

RE

IN

FO

RM

AT

ION

SE

E S

EL

F C

OM

PA

CT

ING

CO

NC

RE

TE

AS

PO

UR

7, S

HA

LL

BE

SE

LF

CO

MP

AC

TIN

G C

ON

CR

ET

E. F

OR

AL

L P

ED

ES

TA

L C

ON

CR

ET

E,

SH

OW

N I

N T

HE

AB

OV

E T

AB

LE

3’-3"

4’-

0"

3-A

3-B

3-C

3-D

3-E

3-F

3-G

3-H

3-J

2-A

2-B

2-C

2-D

2-E

2-F

2-G

2-H

2-J

"4

11

’-9

"2

11

’-7

"2

11

’-7

(TY

P.)

68’-

7"

1�"

1�"

"4

11

’-9

EX

IST

ING

CO

LU

MN

TO

RE

MA

INE

XIS

TIN

G C

OL

UM

N T

O R

EM

AIN

EX

IST

ING

CO

LU

MN

TO

RE

MA

IN

12

34

5

6

##

A

"21

1’-7 "21

1’-7

6"

6"

EX

IST

ING

dv

3’-

0"v

(TY

P.)

6" (

TY

P.)

5’-0""21

8’-4

16’-

4"

16’-

4"

16’-

4"

16’-

4"

EL

.v6

38

.38

v(T

YP

.)

7P

ED

ES

TA

LS

v(T

YP

.)

1�"

(T

YP

.)1�"

(T

YP

.)

d

3’-3"

EX

P.v

BR

GS

.

SP

AN

3cv P

IER

vC

AP

cv FIX

ED

vB

RG

S.

SP

AN

v2

cv

CO

LU

MN

cv

CO

LU

MN

cv

CO

LU

MN

cv

CO

LU

MN

cv

CO

LU

MN

cv

3’-6"

CO

LU

MN

cv

EL

.v626.5

0

(TY

P.)

EL

.v6

34

.38

(TY

P.)

(TY

P.)

dv

3’-

3"v

(TY

P.)

CO

NS

TR

UC

TIO

NvJO

INT

CO

LU

MN

cv

CO

LU

MN

cv

CO

LU

MN

cv

CO

LU

MN

cv

A

QU

AN

TIT

TY

ITE

M N

O.

PL

AN

PL

AN

2 3 4 5 6 715

55

.11

PL

AC

EM

EN

T

CO

NC

RE

TE

TA

BL

E 55

5.1

1

55

5.0

9

55

5.0

9

3’-3"

3’-3"

PIE

R 2

v-v

PL

AN

PIE

R 2

v-v

EL

EV

AT

ION

vGIR

DE

Rc

vGIR

DE

Rc

vGIR

DE

Rc

vGIR

DE

Rc

vGIR

DE

Rc

vGIR

DE

Rc

"4

13

’-9

2’-

0"

2’-

0"

4’-

0"

"4

11

’-9

2’-

0"

PIE

R 2

PE

DE

ST

AL

S

vGIR

DE

Rc

vGIR

DE

Rc

*

*F

RO

NT

FA

CE

OF

CA

P

EL

EV

AT

ION

TA

KE

N A

T T

HE

29

.6 C

Y

5.7

CY

4%

WASH

4%

WASH

IND

ICA

TE

S B

EA

M N

UM

BE

R.

-A

IND

ICA

TE

S C

ON

CR

ET

E P

LA

CE

ME

NT

NU

MB

ER

.

AL

L E

LE

VA

TIO

NS

AR

E S

HO

WN

IN

FE

ET

.

NO

TE

S:

TO

RE

MA

IN

EX

IST

. C

ON

C. A

PR

ON

55

5.1

1

55

5.1

1

55

5.1

1

BB

vd

3’-

3"

5"

CO

NC

RE

TE

, C

LA

SS

DP

ITE

M 5

55

.11

ST

RU

CT

UR

AL

SE

CT

ION

B-B

NO

T S

HO

WN

FO

R C

LA

RIT

Y.

PR

OP

OS

ED

RE

INF

OR

CE

ME

NT

NO

TE

:

LIM

IT

CO

NC

. P

LA

CE

ME

NT

1.1

CY

1.1

CY

1.1

CY

1.1

CY

1.1

CY

PR

OP

OS

ED

CO

LU

MN

FA

CE

SE

CT

ION

B-B

LE

GE

ND

EL

.v639.2

1

EL

.v639.8

7

EL

.v639.4

8

EL

.v6

40

.04

EL

.v6

39

.66

EL

.v6

40

.21

EL

.v639.8

5

EL

.v640.3

6

EL

.v6

40

.02

EL

.v6

40

.20

EL

.v639.8

5

EL

.v64

0.0

4

EL

.v63

9.6

8

EL

.v639.8

7

EL

.v639.5

1E

L.v

639.2

2

" F

OR

BE

AM

S2

18

EQ

UA

L S

PA

CE

S @

8’-

1�"

v=

v6

5’-

4 E

QU

AL

SP

AC

ES

@ 1

6’-

4" =

65’-

4" F

OR

CO

LU

MN

S

581A8

14/32

tsoka
53
tsoka
h
Page 15: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

4P

E7

2v

SE

TS

vO

Fv

18

-4P

E7

v@

v9

"

3’-

3"

3’-

3"

SE

CT

ION

B-B

SE

CT

ION

C-C

SE

CT

ION

E-E

6

SE

CT

ION

A-A

@v6"

7-4PE2

6"

1’-0"

v@v6"

6-4PE2

@v6"

7-4PE2

v@v6"

6-4PE2

6"

1’-0"

6

@v6"

7-4PE2

v@v6"

6-4PE2

6"

1’-0"

1’-0"v@v6"

6-4PE2

6"

@v6"

7-4PE2

1’-0"v@v6"

6-4PE2

6"

@v6"

7-4PE2

(TYP.)

11vB

AR

S

10

P1

vv

LA

Pv

TO

vE

XIS

T

11vB

AR

S

10

P1

vv

LA

Pv

TO

vE

XIS

T

SE

CT

ION

D-D

66

v@v7"

5-8PE8

v@v7"

5-8PE8

21

34

5

EE

CC

BB

AA

DD

FF

6

LO

NG

ITU

DIN

AL

BA

RS

NO

T S

HO

WN

.

SU

PP

OR

T B

AR

S A

ND

BO

TT

OM

NO

TE

:

SE

CT

ION

F-F

#

#

##

#

@v1’-0"

5-4PE2

@v1’-0"

5-4PE2

@v1’-0"

5-4PE2

@v1’-0"

5-4PE2

@v1’-0"

5-4PE2

9P

9

3’-

3" D

IA.

EX

T. C

OL

UM

NS

20-1

0P

1

4P

E2

9"

LA

PvT

Ov3-9

P10

3-9

P9v@

v6"v

AL

T.

LA

PvT

Ov3-9

P10

3-9

P9v@

v6"v

AL

T.

7"(EACHvFACE)

4-8PE6v@v7"

7"

9"v

TY

P.

2v

SE

TS

vO

Fv

18

-4P

E7

v@

v9

"2

vS

ET

Sv

OF

v1

8-4

PE

7v

@v

9"

2v

SE

TS

vO

Fv

18

-4P

E7

v@

v9

"

4-4

PE

11

v@

v9

"4

-4P

E1

1v

@v

9"

4-4

PE

11

v@

v9

"

3"v

CO

VE

R

2"v

CO

VE

R

(AL

T.)

5’-

8"v

LA

P

5’-

1"v

AL

T.v

LA

P

(AL

T.)

4’-

10

"vL

AP

2"v

CO

VE

R

2’-

1"v

LA

P

2’-

1" L

AP

8P

E5

& 8

PE

6

9P

3,v

9P

4,

4P

E2

4P

E2

INT

ER

IOR

CO

LU

MN

S

14-8

P16

9P

10

9P

39

P4

PIE

R S

TE

M5

PE

14

(T

YP

.)

EX

T.

PL

AN

NU

MB

ER

OF

HO

OP

S).

(SE

E T

AB

LE

FO

R P

RO

PE

RcM

EA

SU

RE

D F

RO

M P

IER

HE

IGH

T O

F P

ED

ES

TA

L

PIE

R S

TE

M

(MIN

IMU

M)

1’-

9" E

MB

.

2�"

(M

IN.)

1"

2" C

OV

.

4v%

WA

SH

EL

EV

AT

ION

5P

E1

4 E

XT

.

5P

E1

3 I

NT

.

6P

12

4P

E7

vS

ET

S

6P

12 (

TY

P.)

INT

. P

LA

N

5P

E13

5P

E13

6P

12

(T

YP

.)

PIE

R S

TE

M

PIE

R 2

- P

ED

ES

TA

L R

EIN

FO

RC

EM

EN

T

PIE

R 2

RE

INF

OR

CM

EN

T

EL

EV

AT

ION

5P

E8

3’-3"

CO

VE

R2"

3’-

3" D

IA.

4P

E2

CO

VE

R2"

CO

LU

MN

S

EX

TE

RIO

R

20-1

0P

1

CO

LU

MN

S

INT

ER

IOR

14-8

P16

#

8vB

AR

S

8P

16

vv

LA

Pv

TO

vE

XIS

T

8vB

AR

S

8P

16

vv

LA

Pv

TO

vE

XIS

T

8vB

AR

S

8P

16

vv

LA

Pv

TO

vE

XIS

T

#E

XT

. B

AR

S

14 E

XIS

T. 8

INT

. B

AR

S

20

EX

IST

. 1

1

TO

v7-9

P4v@

v5�"

7-9

P3

vA

LT

.vL

AP

3’-

3"

3’-3"

3’-3"

3’-0"vEMBED.

4-8PE5vLAPvTO

3"v

CO

VE

R(E

AC

Hv

FA

CE

)T

Ov4-8

PE

6v@

v7"

4-8

PE

5v

AL

T.v

LA

P

3" C

OV

. (T

YP

.)

3" C

OV

. (T

YP

.)

LIM

IT

RE

MO

VA

LL

IMIT

RE

MO

VA

L

8vB

AR

S

14

vE

XIS

T.

11vB

AR

S

20

vE

XIS

T.

##

581A9

15/32

tsoka
54
tsoka
h
Page 16: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

HEAVY HEX NUT

HEAVY HEX NUT

CONC. BEARING SURFACE

1/2"

SATISFACTION OF THE ENGINEER.

HAS BEEN TIGHTENED TO THE

SHALL BE REMOVED AFTER NUT

THIS PORTION OF THE STUD

PRICE BID FOR THE BEARING ITEM.

METHODS." THEIR COST (INCLUDING GALVANIZING) SHALL BE INCLUDED IN THE UNIT

THE REQUIREMENTS OF MATERIAL SUBSECTION 719-01, "GALVANIZED COATINGS AND REPAIR

REQUIREMENTS OF SUBSECTION 723-60. THEY SHALL BE GALVANIZED IN ACCORDANCE WITH

ANCHOR STUDS, WASHERS, WASHER PLATES, ANCHOR PLATES AND NUTS SHALL MEET THE

WASHER FOR ANCHOR STUD (TYP.)

586-2 AND 586-3.

IN ACCORDANCE WITH STANDARD SPECIFICATIONS

ANCHOR STUD TO BE CAST INTO CONCRETE

8" MINIMUM EMBEDMENT

pEXISTING MASONRY

LAYOUT

PIER 1 - ANCHOR BOLT

INT. PLAN EXT. PLAN

4’-0"

2’-0"2’-0"

4%

WA

SH

4%

WA

SH

4%

WA

SH

4%

WA

SH

OF GIRDERc

1°53 ’29"

ANCHOR BOLT (TYP.)

FULLY THREADED

9"9"

6"

6"

"2

11’-7

"2

11’-7

FACE OF CAP

"2

11’-7

"2

11’-7

ANCHOR BOLT (TYP.)

FULLY THREADED

9"9"

1°53 ’29"

OF GIRDERc

OF BRGS.c

6"

6"

HEIGHT

PEDESTAL

OF HOOPS

NUMBER

1

2

3

4

5

1.18’v-v1.42’

1.43’v-v1.68’

0.50’v-v0.67’

0.68’v-v0.92’

0.93’v-v1.17’

61.69’v+

"4

13’-9

ANCHOR STUD

THREADED

FULLYd1" ANCHOR STUD.dOF 1"c

2’-0"2’-0"

4%

WA

SH

4%

WA

SH

ANCHOR BOLT (TYP.)

FULLY THREADED

1’-6"

1’-6"

OFvBRGS.cv

4’-0"

INT. PLAN

OFvANCHOR BOLTScv OFvANCHOR BOLTScv

OF BRGS.c

PIER 2 - ANCHOR BOLT DETAIL

15°19’10"

OF GIRDERc

6"

6"

9"9"

LAYOUT

PIER 2 - ANCHOR BOLT

2’-0" "4

11’-9

581A10

16/32

tsoka
55
tsoka
h
Page 17: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

N2

O

AG

C

( )

( )

( )

N1

O

E

R

B

C

A

G

H

D

( )

( )

( )

( )

N3

N1

9

B

C

D

(A)

(G)

( )

J

T1

CE

DB

(G) (A

)(H

)

BD

C 17

R

A

C

10B( )

(O)

B 2

AG

( )

( )

BA

R B

EN

DIN

G D

IAG

RA

MN4

K

B

C

E

F

L

A

H

( )

( )

(G)

(D)

MA

RK

NO

.LE

NG

TH

TY

PW

EIG

HT A

B

C

D

E

F

G

H

/H

1

H

2

J

K

/K

1

K

2

L

O

R

PO

UR

1 -

CO

LU

MN

2

11-4�

0-0

N2

0-4�

2

-1

1

SU

BT

OT

AL

PL

AIN

BA

RS

1134

LB

T

HIS

PO

UR

SU

BT

OT

AL

EP

OX

Y B

AR

S

73

LB

T

HIS

PO

UR

PO

UR

2 -

CO

LU

MN

4P

E2

1

1 9

-1

1 N

2 73 0-4�

9-2

0-4�

2

-1

1

8P

16

1

4 1

2-9

2

47

7 1-4�

11-4�

0-0

SU

BT

OT

AL

PL

AIN

BA

RS

47

7L

B T

HIS

PO

UR

SU

BT

OT

AL

EP

OX

Y B

AR

S

73

LB

T

HIS

PO

UR

PO

UR

3 -

CO

LU

MN

4P

E2

1

1 9

-1

1 N

2 73 0-4�

9-2

0-4�

2

-1

1

8P

16

1

4 1

2-9

2

47

7 1-4�

11-4�

0-0

SU

BT

OT

AL

PL

AIN

BA

RS

47

7L

B T

HIS

PO

UR

SU

BT

OT

AL

EP

OX

Y B

AR

S

73

LB

T

HIS

PO

UR

PO

UR

4 -

CO

LU

MN

4P

E2

1

1 9

-1

1 N

2 73 0-4�

9-2

0-4�

2

-1

1

8P

16

1

4 1

2-9

2

47

7 1-4�

11-4�

0-0

SU

BT

OT

AL

PL

AIN

BA

RS

47

7L

B T

HIS

PO

UR

SU

BT

OT

AL

EP

OX

Y B

AR

S

73

LB

T

HIS

PO

UR

PO

UR

5 -

CO

LU

MN

10

P1

2

0 13-2

2 1

134 1-9�

11-4�

0-0

4P

E2

1

1 9

-1

1 N

2 73 0-4�

9-2

0-4�

2

-1

1

SU

BT

OT

AL

PL

AIN

BA

RS

1134

LB

T

HIS

PO

UR

SU

BT

OT

AL

EP

OX

Y B

AR

S

73

LB

T

HIS

PO

UR

PO

UR

6 -

CA

P

4P

E2

35

9

-1

1 N

2 232 0-4�

9-2

0-4�

2

-1

1

9P

3

7

1

9-2

N1 4

56

1

9-2

9P

4

7

5

1-9

N1 1232

5

1-9

8P

E5

8

60-0

N1

1281

60-0

8P

E6

8

8-7

N1 1

83

8-7

4P

E7

144

10

-1

0 T

1 1039 0-4�

1-11�

3

-1 1-11�

3

-1

0-4� 0

-3

4P

E8

1

0 1

4-3

10 95

4

-1

0 4-7

4

-1

0 2

-1

1 1

-5

9P

9

6

33-11

17

69

2 3

-3

30-8

0-0

9P

10

6

45

-1

1 1

7 937

0-0

4

2-8

3

-3

4P

E11

1

2 9-5

17 75

3

-3

2

-1

1 3

-3

6P

12

132

4-8

N19 9

23 0-7�

3

-6

0-6

0-0

0-0

0-6

SU

BT

OT

AL

PL

AIN

BA

RS

4240

LB

T

HIS

PO

UR

SU

BT

OT

AL

EP

OX

Y B

AR

S

2906

LB

T

HIS

PO

UR

PO

UR

7 -

PE

DE

ST

AL

S

5P

E13

65

1

0-2

N4

68

9 0

-5

� 3

-6 1-0�

3

-6

0-0 1-2� 0

-5

� 0

-3

� 3

-6

0-1�

5P

E1

4

4

1

1-9

N3 49 0

-5

� 2-9 1

-10� 4

-3

� 1-10�

0

-5

� 0

-3

� 1-4�

SU

BT

OT

AL

EP

OX

Y B

AR

S

7

38

LB

T

HIS

PO

UR

PIE

R 1

5P

E2

0

23

12

-1

1 T

1 3

10 0

-5

� 3

-6

2-6

3

-6

2-6

0

-5

� 0

-3

SU

BT

OT

AL

EP

OX

Y B

AR

S

3

10

LB

T

HIS

PO

UR

TO

TA

L P

LA

IN

BA

RS

7940

TO

TA

L E

PO

XY

BA

RS

4318

LB

LB

13-2

10P

120

11

34

1-9�

9-2

0-4�

73

9-11

4P

E2

11

BA

R L

IST

581A11

17/32

tsoka
56
tsoka
h
Page 18: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

15

°19

’01

0"

15°1

9’1

0"

70’

0"

8 SPACES @ 8’-1/2" = 65’-0"

90

°00

’00

"9

0°0

0’0

0"

1A

1B

1C

1D

1E

1F

1G

1H

1J

2A

2B

2C

2D

2E

2F

2G

2H

90

°00

’00

"

90

°00

’00

"

3A

3B

3C

3D

3E

3F

3G

3H

54

’ 0

"6

4’-1

�"

1°53’2

9"

1°53’2

9"

D1

D1

D1 D

1 D1

D1

D1

D1

LE

GE

ND

BE

GIN

AB

UT

.

BR

GS

.c

PIE

R 1

BR

GS

.c

PIE

R 2

BR

GS

.c

EN

D A

BU

T.

BR

GS

.c

LIN

E

WA

TE

Rc

CO

ND

UIT

S

EL

EC

T.

c

FR

AM

ING

PL

AN

D1

2J

3J

LO

CA

TIO

N O

F E

ND

DIA

PH

RA

GM

RE

PL

AC

EM

EN

T I

TE

M 5

64.7

00001

LO

CA

TIO

N O

F W

EB

ST

RE

NG

TH

EN

ING

IT

EM

56

4.7

00

00

2

1A

BE

AM

NU

MB

ER

S

D1

581A12

18/32

tsoka
57
tsoka
h
Page 19: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

A

REPAIR DETAIL

D1 END DIAPHRAGM

16W36

HOLES

EXISTING

REUSE

A

SECTION A-A

6 SPACES @ 12"

wWEB STRENGTHENING

CONNECTOR DETAIL

STUD SHEARSTUD DETAIL

1� "

DIA.

�"

4"

CONNECTOR

STUD SHEAR

2"

4"

BOLT (TYP.)

STRENGTH

HIGHd� "

2"

8"

FOR WEB HEIGHTS

RECORD PLANS

VARIES SEE

"2

11

1�"

� "

4 S

PC

S.v

@v3�"

ITEMv-v586.10

STEEL (TYP.)

EXIST. STRUCTURAL

FIELD DRILL HOLES IN

5"x� "x18"p

�"

5"x� "x18"p

5"

581A13

19/32

tsoka
58
tsoka
h
Page 20: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

D262276 – Amendment 1

Accelerated Bridge Program – Phase 1A, Contract 9 Delavan Avenue over NY Rte 33 City of Buffalo, Erie County BIN 1022660 PIN SABP.12

DL-59A1

Amendment 1- Estimate of Quantities

Item No. Description Unit Estimated

Additional Final

202.19 Removal of Substructures CY 33

555.09 Concrete For Structures, Class HP CY 36

555.11 Concrete For Structures, Class DP CY 6

556.0201 Uncoated Bar Reinforcement for Concrete

Structures LB 7940

556.0202 Epoxy-Coated Bar Reinforcement for

Structures LB 4318

556.03 Stud Shear Connectors For Bridges EA 126 N/A*

559.16960118 Protective Sealing Of Structural Concrete SF 3635

564.700001 Structural Steel,

Diaphragm Replacement Location EA 9

564.700002 Structural Steel,

Web Strengthening Location EA 10

570.01 Lead Exposure Control Plan LS NEC

570.02 Medical Testing DC 1000

570.03 Personal Exposure Monitoring Sample

Analysis DC 1000

570.04 Decontamination Facilities CW 4

571.03 Treatment and Disposal of Paint Removal

Waste LB 55 N/A*

574.030001 Structural Steel Painting : Localized SF 340 N/A*

580.01 Removal of Structural Concrete CY 4 N/A*

582.05 Removal of Structural Concrete –

Replacement With Class A Concrete CY 4 N/A*

582.06 Removal of Structural Concrete –

Replacement With Class D Concrete SF 230 N/A*

586.10 Field Drill Holes in Existing Structural Steel EA 50

589.01001 Removal of Existing Steel LB 2865

*Pay Item in original contract

581A14

20/32

Page 21: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

581A15D262276

21/32

Page 22: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

581A16D262276

22/32

Page 23: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

581A17D262276

23/32

Page 24: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

581A18D262276

24/32

Page 25: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

581A19D262276

25/32

Page 26: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

581A20D262276

26/32

Page 27: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

581A21

27/32

Page 28: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

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

1 of 2 July 2009

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

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

B. Surface Preparation.

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

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

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

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

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

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

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

D262276

28/32

Page 29: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

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

2 of 2 July 2009

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

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

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

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

D262276

29/32

Page 30: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

CPIN SABP12 DATE 02/21/2013 CONT D262276 PAGE 1 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - |LN #| ITEM | EST OF | UNIT PRICE | BID AMOUNT | |DESCRIPTION | QUANTITIES |- - - - - - - - - - - - |- - - - - - - - - - - -| | | AND UNITS | DOLLARS |CENTS| DOLLARS |CENTS| - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - |0400 ITEM:202.19 | 33.00 | | | | | |CUBIC YARDS REMOVAL OF | | | | | | |SUBSTRUCTURES | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | PER CUBIC | | | | | | | YARD | | | | | | | | | | | | --------------------------------------------------------------------------------------------- |0402 ITEM:555.11 | 6.00 | | | | | |CUBIC YARDS CONCRETE FOR | | | | | | |STRUCTURES, CLASS DP | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | PER CUBIC | | | | | | | YARD | | | | | | | | | | | | --------------------------------------------------------------------------------------------- |0404 ITEM:556.0201 | 7,940.00 | | | | | |POUNDS UNCOATED BAR | | | | | | |REINFORCEMENT FOR | | | | | | |CONCRETE STRUCTURES | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | PER POUND | | | | | | | | | | | | --------------------------------------------------------------------------------------------- |0406 ITEM:559.16960118 | 3,635.00 | | | | | |SQUARE FT. PROTECTIVE | | | | | | |SEALING OF STRUCTURAL | | | | | | |CONCRETE | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | PER SQUARE | | | | | | | FT. | | | | | | | | | | | | --------------------------------------------------------------------------------------------- |0408 ITEM:564.700001 | 9.00 | | | | | |EACH STRUCTURAL STEEL | | | | | | |REPLACEMENT | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | EACH | | | | | | | | | | | | ---------------------------------------------------------------------------------------------

PESGABS(PGABSA) RETURN WITH BID

44A1D262276

30/32

Page 31: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

CPIN SABP12 DATE 02/21/2013 CONT D262276 PAGE 2 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - |LN #| ITEM | EST OF | UNIT PRICE | BID AMOUNT | |DESCRIPTION | QUANTITIES |- - - - - - - - - - - - |- - - - - - - - - - - -| | | AND UNITS | DOLLARS |CENTS| DOLLARS |CENTS| - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - |0410 ITEM:564.700002 | 10.00 | | | | | |EACH STRUCTURAL STEEL | | | | | | |REPLACEMENT | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | EACH | | | | | | | | | | | | --------------------------------------------------------------------------------------------- |0412 ITEM:570.01 |NEC | | | | | |LUMP SUM LEAD EXPOSURE | | | | | | |CONTROL PLAN | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | LUMP SUM | | | | | | | | | | | | --------------------------------------------------------------------------------------------- |0414 ITEM:570.02 | 1,000.00 | 1.000 | 1000.00 | |DOLLARS AND CENTS | | | | | | |MEDICAL TESTING | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | |FIXED PRICE: SEE | PER DOLLARS | | | | | |SPECIFICATION AND | AND CENTS | | | | | |SUBSECTION 102-04. | | | | | | --------------------------------------------------------------------------------------------- |0416 ITEM:570.03 | 1,000.00 | 1.000 | 1000.00 | |DOLLARS AND CENTS | | | | | | |PERSONAL EXPOSURE | | | | | | |MONITORING SAMPLE | | | | | | |ANALYSIS | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | |FIXED PRICE: SEE | PER DOLLARS | | | | | |SPECIFICATION AND | AND CENTS | | | | | |SUBSECTION 102-04. | | | | | | --------------------------------------------------------------------------------------------- |0418 ITEM:570.04 | 4.00 | | | | | |CALENDAR WEEKS | | | | | | |DECONTAMINATION | | | | | | |FACILITIES | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | PER CALENDAR | | | | | | | WEEK | | | | | | | | | | | | ---------------------------------------------------------------------------------------------

PESGABS(PGABSA) RETURN WITH BID

44A2D262276

31/32

Page 32: STATE OF NEW YORK OFFICE OF ENGINEERING · 2013. 2. 12. · ERIE COUNTY MEDICAL CENTER (ECMC) HOSPITAL DRIVE ELECTRICAL CONDUITS BIN 1022710 The State’s Engineer-in-Charge in coordination

CPIN SABP12 DATE 02/21/2013 CONT D262276 PAGE 3 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - |LN #| ITEM | EST OF | UNIT PRICE | BID AMOUNT | |DESCRIPTION | QUANTITIES |- - - - - - - - - - - - |- - - - - - - - - - - -| | | AND UNITS | DOLLARS |CENTS| DOLLARS |CENTS| - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - |0420 ITEM:586.10 | 50.00 | | | | | |EACH FIELD DRILL HOLES | | | | | | |IN EXISTING STRUCTURAL | | | | | | |STEEL | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | EACH | | | | | | | | | | | | --------------------------------------------------------------------------------------------- |0422 ITEM:589.010001 | 2,865.00 | | | | | |POUNDS REMOVAL OF | | | | | | |EXISTING STEEL | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | PER POUND | | | | | | | | | | | | --------------------------------------------------------------------------------------------- |0424 ITEM:646.23 | 3.00 | | | | | |EACH LARGE DELINEATOR, | | | | | | |LARGE SNOWPLOWING MARKER,| | | | | | |LARGE SUPPLEMENT ARY | | | | | | |SNOWPLOWING MARKER PANELS| | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | | EACH | | | | | | | | | | | | --------------------------------------------------------------------------------------------- |PLEASE BE SURE A BID IS ENTERED FOR | | |EACH ITEM, EXCEPT AS DIRECTED FOR | | |OPTIONAL ITEMS. | | | | | | | | ---------------------------------------------------------------------------------------------

PESGABS(PGABSA) RETURN WITH BID

44A3D262276

32/32