Loading...
HomeMy WebLinkAboutRec Center ADA Bathroom Renovation DENIS NONCARROW o� G.f� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 CA = Southold,New York 11971 REGISTRAR OF VITAL STATISTICS Q Fax(631)765-6145 MARRIAGE OFFICER 'f' Q`' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ��•� �►a www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Carter Melence Inc March 5, 2025 c/o Donald O'Hanlon 104 New York Ave Sound Beach NY 11789 Dear Donald, At the regular Town Board meeting held on March 4th, 2025 the Town Board rejected all bids received February 201h 2025 in regards to the Recreation Center ADA Bathroom Renovation. A certified copy of the resolution is enclosed as well as your Bid Bond. Thank you for your bid. Ver y yours, Denis Noncarrow Town Clerk Encl. F01Ir DENIS NONCARROW o� G.y� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 y = Southold,New York 11971 REGISTRAR,OF VITAL STATISTICS Q � .F Fax(631)765-6145 MARRIAGE OFFICER y RECORDS MANAGEMENT OFFICER '�Oj �a0 Telephone oldt my.g00 FREEDOM OF INFORMATION OFFICER www.southoldtownnygov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Maccarone Plumbing Inc March 5, 2025 c/o John Maccarone. 10 Sea Cliff Ave. Glen Cove NY 11542 Dear John, At the regular Town Board meeting held on March 4th, 2025 the Town Board rejected all bids received February 20th 2025 in regards to the Recreation Center ADA Bathroom Renovation. A certified copy of the resolution is enclosed as well as your Bid Bond. Thank you for your bid. Very t yours, enis Noncarrow Town Clerk Encl. - DENIS NONCARROW c� Gy� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 cc Z Southold,New York 11971 REGISTRAR,OF VITAL STATISTICS O � � Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ��! �a www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Nika Contracting Group Corp, March 5;2025 c/o Naile Nika. 83 Sands Point Rd. Port Washington NY 11050 Dear Naile, At the regular Town Board meeting held on March 4th, 2025 the Town Board rejected all bids received February 201h 2025 in regards to the Recreation Center ADA Bathroom Renovation. A certified copy of the resolution is enclosed as well as your Bid Bond. Thank you for your bid. ery truly yours, Denis Noncarrow Town Clerk Encl. g6FF0(�°j� Ao� " 3 RESOLUTION 2025-199 ADOPTED DOC ID: 21131 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2025-199 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MARCH 4, 2025: RESOLVED that the Town Board of the Town of Southold hereby rejects any and all bids received on February 20, 2025,,pursuant to the bid for the Recreation Center Bathroom Renovations. Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Anne H. Smith, Councilperson SECONDER:Brian O. Mealy, Councilperson AYES: Mealy, Smith, Doherty, Evans, Doroski ABSENT: Albert J Krupski Jr DENIS NONCARROW o~� .j� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 y = Southold,New York 11971 REGISTRAR OF VITAL STATISTICS O Fax(631)765-6145 MARRIAGE OFFICER 'f' RECORDS MANAGEMENT OFFICER ��,r �a0 Telephone oldt -nny.gov FREEDOM OF INFORMATION OFFICER www southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Recreation Center ADA Bathroom Renovation Bid Bid Opening 2/20/2025 @ 2:00 PM Three (3)bids received Name Total Nika Contracting Group Corp $275,000.00 c/o Naile Nika 83 Sands Point Rd. Port Washington,NY 11050 347-536-1804 Maccarone Plumbing Inc. $419,000.00 c/o John Maccarone 10 Sea Cliff Avenue Glen Cove, NY 11542 516-671-3232 Carter Melence Inc. $249,000.00 c/o Donald O'Hanlon 104 New York Avenue PO Box 907 Sound Beach, NY 11789 631-744-0127 SCHEDULE OF PRICES FOR Town of Southold SUFFnt��o TOWN OF SOUTHOLD ODDS RECREATION CENTER 970 Peconic Lane BATHROOM RENOVATION Peconic, New York 11958 9, ITEM NO. ESTIMATED UNIT UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS GENERAL REQUIREMENTS, tVIOBILIZATION&TEMPORARYOILETSs w r u Al 1 LS _ for ke_h %0US9.1)A C10 QgA\S /LS 0/0&C9cr7 /�o oo, ©0 Dollars Cents BATHROOM REIVOVAl IQNSGOMPLETE �_ .o.S,._�..ua:. y......'k...u..'w`"msw,aa.X....e.svG J �.tr... vwS�+...> ..r......e ..... -. A2 1 LS p� i�, vac�'A-5 �- for7wo ��nc��se� 1n � ^'�►�- oa�na ao\\e.rs /LSa0e� Dol rs Cents .� A3 1 FB for TEN THOUSAND DOLLARS NO CENTS /FB $10,000.00 $10,000.00 Dollars Cents TOTAL BID AMOUNT(Written). \Jjo �v+��re vev<�i dive_ �noyssac, &0\6'm qv� C -V\�rs COMPANY: Nika Contracting Group Corn REPRESENTATIVE'S SIGNATURE: DATE: 2/18/2025 NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. The estimated quantities utilized for this bid were developed based upon take-offs from generated plans as well as field measurements. It is requested that all prospective bidders verify these figures to their satisfaction prior to the bidding. The Town cannot guarantee these estimates, in fact; actual quantities may vary significantly due to field conditions or circumstances encountered. Page 8 of 9 AUTHORIZED. SIGNATURE PRINT.NAME NAILE NIKA TITLE. PRESIDENT DATE 2/18/2025 ACKNOWLEDGMENT STATE OF NEW YORK,'COUNTY OF ;ss. 18 February 25 On the day of y to the year 20 before me; the undersigned; personally appeared, Nika ..,,.personally known to me or proved to me on the basis . of.sat<sfaetory evidence.to be the individual(s) whose name(s) ;<s (arej subscribed to the :within instrument and: acknowledged to: me that .he/she/they executed the same in. his/hei/their capacity(ies), and that by his/her%their signature(s)on the instirument;the individual(s),'or the person upon behalf of which the individuals)acted,executed the instrument: NOT Y PU IC CELIA S GARCIATOLUNCHI Notary Public-State of New Yorke.' NO.01GA6368976. Qualified in Nassau.Coubty W4 Commission.E.xpires Dec 26,T025 - �„ Piroposal.Package 9 of 9.. Town of butfiold ER' 4UAL I©N STATEMENT . The signatory'of this questionnaire:certifies under oath the truth and.correctness of.all statements and of all answers to interrogatories hereinafter made NatleNika A Co, oration SUBMITTED BY rp . artnership 'or.Entity : FIRM NAME Nika Contracting group Corp An Individual PRINCIPAL OFFICE: 83 Sands Point Road Pon:Washington,New York 11050 PRINCIPAL OFFICERS: BACKGROUNC? TITLE NAME ADDRESS PRQI ESS:IONtTRADE General Contractor President Naile Nika 83 sands Point Road,P00 Washington,NY. 1.1050 l.. How many years:has your organization been.in business under its present business name? q ��G • �cs 2:: You normally perform what.percent-of-the work with your:own forces? 90 %: List trades that you organization normally performs below: Demo,carpentry,painting;plumbing,the layer 3. Have you ever failed to complete any work awarded'to you? If so,.note where and . Why. No 4: Are there any claims,judgments,arbitration:pioceedin is or:suits pending or outstanding . against your firm or:its officers?If yes;.please provide details. No . QS- 5. Has,your firm requested arbitration or filed any lawsuits;with regard to:construction contracts within the ast five years?If yes,:please.provide.details 6. List the major construction.projects your organization has underway at this date: Name of Engineer/ Project Qwner Architect Contract Percent Scheduled' Name Jgbbhg0d Telephone#; Amount: Complete on. 03 3\ 2 b �es�eno`�31°1)33i-6�aso N a cah. .�1�022,otw (i Q°J - y �e\L+caro' C,��t N�� l:a�e�: bc'eo►tuVc��:; cence \etleY� �� -hooi. pNarcNc A, ladco 2 c,���. . 12 Rccan� �5 . T. List five major projects you organization,has completed-in the past five years:' Name.of: Engineer/ Work Done. Project Owner .. Architect,. Contract. Date of With.Own Forces .Name:. tel # ele hone# Amount Coniplet�on ' %of Work �1 SCenson � � c�rshal E: 115,oQ f 1202` IOQVa. 0\6: afS u1 o ,00a .-� 2�2�t to e s ° ec�rc* h arm 24 q 2,2ot. l ( 121 0 1Gv�s1�� of qly -cM2\4 c�n>�ecs UnU C61entC,G�D+ �4 o �s°'Il�cctnacom �o2yp� 'rn09QS- h Q 202 3 °I (yyo�28�����► S. List the construction experience of the principal..individuals of,your organization (particularly the anticipated project supervisors):: Present Type of Work For Which In What Position Years of ` . Individual'sName: Of.Offce. Exuerience . . _ Responsible:: Ca aci Haile Nika President 9 yrs F tC1Ctf�C' �n ��o�ee se Paul Nika: Project Manager IS yrs �cd�eck p\U�?r 9. Do you have, or can you obtain,sufficient labor:and equipment to commence work when required and complete the.work within the Contract Time? YES I0. Bank References:. . . P. Chase Bank. Christopher. Nocero I I.:Trade Association Membership:. N/A .12. Has your firm ever been:investigated by the New York State Department of Labor for Oro vailing wage rate violations?'If yes,when?'.What.was the outcome of the investigation? No QS-3 13,: Attach current state of financial_conditions showing.assets,liabilities and net worth. . Failure:to attach the required documentation may'be.considered non-;responsive on the part of the Bidder and may resuIt.in rejection of the Bidder's Proposal. See:attached. STATE OF ) COUNTYOF ) Natle Nika being du lyy sworn deposes and says that'he is of. 1 ca ontracting Corp Group contractor and that the PrEsule„r T answers to the foregoing:questions.and all statements therein contamed are true and correct.. (Signature of person who:signed bid). om Sworn to before me is. day.of 2025 Notary Public fn Commission Expiration Date '2 2.111: I I. CELIA S GARCIA TOLL INCH I Notary Public State of New York NO.01GA6368976 Qualified in Nassau County . My Commission Expires Dec 26, 202� Q$4 2:24 PM NIKA CONTRACTING GROUP CORP 02/19/25 Profit & Loss Accrual Basis February 2024 through January 2026 Feb'24-Jan 25 Ordinary Income/Expense Income 42600•Construction Income 4,167,048.52 Total Income 4,167,048.52 Cost of Goods Sold 5010-Auto and Truck-COGS 60,768.19 5020-Engineering 10,552.62 6030-Direct Labor 848.003.17 6040-Payroll Taxes-COGS 70,215.15 5050•Payroll Expenses -1,825.10 5070•Depreciation-COGS 25.819.00 60200•Bond Expense 10,470.00 61000-Business Licenses and Permits 7,868.00 50400•Construction Materials Costs 1,017,740.95 50800•Equipment Rental for Jobs 2,431.31 63300•Insurance Expense 364,760.53 51900-Other Construction Costs 14.363.63 5090-Rubbish Removal 11,029.34 63600•Subcontractors Expense 1,007,896.93 Total COGS 3,450,093.72 Gross Profit 716,954.80 Expense 62000-Salaries&Wages 62001 •Officer 213,413.97 62000-Salaries&Wages-Other 175,642.11 Total 62000-Salaries&Wages 389,056.08 7000•Payroll Taxes 27,633.67 6400-Employee Benefits 13,527.66 60000•Advertising and Promotion 79.79 60100•Auto and Truck Expenses 20,063.58 60400•Bank Service Charges 1,017.63 61400•Charitable Contributions 5.615.00 6800•Dues&Subscriptions 329.45 6900•Fines&Penalties 5,978.52 64300-Meals and Entertainment 39,012.83 64900•Office Supplies 25,201.87 66700-Professional Fees 18,160.00 67100•Rent Expense 12,000.00 67200•Repairs and Maintenance 955.90 71000•Taxes 71200-Federal 19,460.78 71300-Withholding 3,998.82 Total 71000•Taxes 23,459.60 68100-Telephone Expense 10,516.12 68600•Utilities 8,759.98 Total Expense 601,367.68 Net Ordinary Income 115,587.12 Other Income/Expense Other Expense 63400-Interest Expense 31,269.99 Total Other Expense 31.269.99 Net Other Income -31,269.99 Net Income 84,317.13 Pagel CUNTRACT::AGRE°EM�NT THIS.AGREEMENT made this.,, day of Two Thousand and Twenty Five by. and between the Town of::Southold: party of:the first part (hereinafEer'. called the`.Owner); and :Nika Contracfin Grow Cq _ g p rp: party : of the secondpart (hereinafter called Contractor). WITNESSETH That for and in consideration of the premises and the agreements her contained, and the .payments. herein provided .to be made, the:,parties hereto agree:as: follows. FIRST The Contractor shall perform all labor, and furnish all the materials;.:equipment , tools, and implements and wilfw: ell.and faithfully;perform and;complete the entire work associated with the:5o tlt'old Town.R eaft ti Canter ADA BathroomwRenovations AS DESCRIBED IN THE Contract "Documents'made and prepared by the Town of Southold, and as set forth in the Contractor's Bid dated ;:and in strict And.entire conformity and in accordance with the Notice to Bidders,Instructions to Bidders, ` Proposal Form (Bid), feEe-$ems; Conditions of Contract, General Conditions; Standard:Insurance Requirements(SIR 1-3) Detailed Specifications;.Contract Drawings,.: Addenda, and this Agreement;`hereto annexed and made a part hereof, and hereinafter 7. c r CDocurrientsollecvelyrefer SECOND. 3n Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents,the..Owner promises andagreesao pay.or cause to be paid to the Contractor the sums:of money mentioned in.said Contract. Documents in the manner and mder the conditions therein provided, THIRD The Contractor covenants;and.agrees that, anything in this Contract or in the: .: Contract Documents to be contrary,notwithstanding, or regardless 'of.any,matter, thing, contingency:of condition`-unforeseen or otherwise,'present or fixture, .the Contractor shall. noC be entitled to.receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms;covenants,agreements,.provisions:or conditions,in this Agreement-or in the.Contract.Documents, on anyone or more instances, shall.not be. construed as a waiver.or relinquishment for the future of any:such terms;.covenants, agreements,provisions:and conditions and the ame shall be.and:remain in full force and effect with power:and authority on the part of the Owner to enforce the same or cause the same:to be: enforced at any time, without prejudice to any other rights which the Owner mayhave'agamst the Contactor under this'Agreement or the Contract,Documents A-1 FOURTH: The Contractor agrees to indemnify and save.the Town;its officers,agents and employees harmless from any' ability imposed upon the.Town;its officers, agents and/or employees arising f]o the negligence, active or passive;4 the Contractor and from and... against any damages,claims, or expenses,including reasonable:attorney's fees,arising out of Contractor's breach of the Agreement or from Contractor's acts:or`omissions outside the scope of;the Agreement or arising out of`claims or actions by. third parties:against Contractor by virtue of its performance of this Agreement: FIFTH Terms used in:the Agreement which are defined iri: Article I of the General Conditions shall have the meanings indicated in the General Conditions. SIXTH.Neither Owner:nor Contractor:shall;without the prior written consent of the other, assign or sublet in whole or part his'interest under any of the Contact Documents; and, specifically,Contractor.shall not assign any,monies due or:to become'due without the prior written.consent of the.Owner SEVENTH: Owner and Contractor each binds himself,.his.partners;.successors assigns and.legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the.Contract Documents EIGHTH: .The Contract Documents:constitute the ent" agreement between Owner and A. Contractor: and may only be>altered; amended or repealed by a duly executed`written. instrument signed by both parties IN WITNESS.WHEREOF;the parties hereto have.executed.this Agreement the day and year firstabove written. Total Bid _LL Dollars Written in.Words Writtenin Figures . TOWN OF.SOUTHOLD CONTRACTOR BY BY:' Nika.Contra cting'Group Corp... .: _ Albert T.Krupski Jr., Supervisor Naile Nika(President) TITLE__ A-2 ACKNOWLEDGMENT.. STATE OF N'EW`PORK; COUNTY OF ss 1 On theday of. in the year'2025 before me,the undersigned, personally appeared,. Naile Nka „personally known to me or proved to me on the basis;of satisfactory evidence to be the ind<vidual(s)whose names)) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed'the same in his7herftheir capacity(ies), and that by his/her/their signatures)on the instrument,the mdivdual(s), or::the person upon behalf of which the individuals) actedexecuted:the instrument. CELIA S GARCIA tULINCHI Notary Public :Statf New Y e o ork NO D1GA6368976' Qualifled in.Nassau.County, My Commission Expires Dec 26 2025 NOtARYTC13L.W. STATE OF NEW YORK,COUNTY OF ss On the day of „in he year 2025 before me the unders<gned, personally:appeared, Nale N� personally known to me or proved to me on the basis of satisfactory evidence to be the individuals)whose name(s) is are subscribed`to the within.instrument.And acknowledged to me that he/she/they executed he same in.hs/her/the<r capactty(ies), aril that by his/her/their signature(s):on the instrument,the indiwidual(s), or'the person upon behalf of which the mdividual(s) acted, executed the instrument: w. NOTARY PUBLIC . C5LIAS'GARCIA TOLLINCHI A-3 Ngtary Public State,of New York N0::01GA6268976 Qualified in Nassau Coun`v My Commission Expires Dec 16 20 5 k' WE ARE." DOL Y"oRk Department [Of Labor 'DNI$ION OF SAFETY AND HEALTH LICENSE AND,CERTIFICATE UNIT STATE OFFICE CAMPUS,BUILDING 12,ALBANY,NY 12226.. CERTIFICATE OF CONTRACTOR REGISTRATION Thii ;Certificate Entitles the,..Hblder to Perform{and-B'id on Public Work and Covered Private Construction Projects-in the State `of New°York, Subject tdlhe Prevailing Wage Requirements of NY _. S Labor Law Article 8 Nika Contracting Group Corp;, 83.SAN;DS POINT.RD PORT WASHINGTON, New York 11050 Phone"Number 3475361804 Registration Number: 25.64JZX-CR Date:.. Issue: 2025 01-02 Expiration Date: 2027 01 02_ _ . (Thislicense is valid,only for the contractor"name&above) : Roberta„Reardon Commissioner New York State Department of Labor...:.:; THE PREVAILING WAGE CASE. NUMBER. ISSUED BY THE NEW PORK STATE DEPARTMENT OF: :LABOR FOR THIS PROJECT CAN BE 'FOUND ON THE NEXT. PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN .:BE,,, OBTAINED DIRECTLY ,FROM THE DEPARTMENT OF LABOR WEBSITE . @ wWWaabor.n--gov . Kathy HochUL;Governor r Roberta Reardon,Commissioner Town of Southold Schedule Year .. 2024 Through 2025 Michael Collins Town Engineer Date Requested . 01102/2025 53095 Main:Road PRC# 2025000047 Southold NY 11971` Location Sou tholdTown Recreation,Center Project iD#` Project Type' Renovation of the.existing men.s and worse. 9 bathrooms to ADA standards PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedules) of the prevailing wage rates and prevailing hourly supplements f' the Profect.referenced above::.A unique Prevailing Rate Case Number (PRO#) has been assigned to thescheduje(s) for your protect The schedule rs effective from July 2t} 4 through Julie 2025 All updates, corrections, posted onthe.1.st business day:of each month; and future.coptes of the annual determination are: available`on the Department s website www labor ny gov_ Updated PDP copies of your schedufe:can-le accessed by entenng.your assignedd PRG:#at the proper location on the website: It is the resp©nslblllty of thecQritractmg_agency or Its agent to: o annex antl make part;:the attached":schedule, to the apeciftcations for this protect, when it is advertised far...bids..a for to fonniard said schedules to the successful bidders) immediately upon:receipt, In;order to insure the proper payment,of wages Please refer:­ efer to the "Generafl Provisions.of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other' responsibilities:of the f�epartmentof Jurisdictiin. Upon completion or cancellation ;of this project;enter the required inforM.9 ion.an mail OR. fax this form fa.the offlCe shown.at the bottom of this notice; OR fill outthe electronic version via the.NYSDM website: NOTICE OF`COMPLETION / CANCELLATION OF PROJECT Date Completed Date Cancelled Nae&Title<of Representative m Rhone (518)457 5589 Fax (31a)485 1:870 w.Ave�ell Harriman State Office Carrtpus,Bldg 12, Roam 130;;Albany;NY 1240 www.latior.ny.gov. PW 200 Ask.PWAsk@labor.ny:gov Town of outhod: "Southold Town Recreation Center ADA Bathroom Renovations" PR.OPO�AL PAC_I�AGE BI1 OPENS: February 20, 2 --5 RE�VIINDER:NOTE!!:! VENDORS. MUST RETURN THIS%DO.CUMENT INTACT AND FILLED OUT COMPLETELY!! (Do Not Sign the Contract:Agreement: It is included only for informational purposes, and will b. signed by the successful bidder. after .award of contract.) All line item on the Proposal Form must be filled ins All fines must have an indication of the bidder's response whether it,is a dollar figure wor No Bid: Please DO NOT.remove any 'page from this `bid`package ! Thank you! Proposal Package.1 of 9 BIDDER'S.CHECKLIST : Your response to our above referenced bid will be considered unresponsive and'will be reiected if fm the bid openingthe.followingo ElNotarized Affidavit.of Noh.Collusion as required by NYS Law A Bid Deposit m the amount of Five Percent of Bid:Price as required in the Invitation to Bid 0` As per pecif cations, the.Town of Southold requires a current insurance 4. certificate,:with the`Town of Southold listed.as additional.insured;to be on file in the Purchasing Department.. You will be givers ten (10)business;days. from notice of award to supply.this.form or the bid will be rescinded Vendor Information Sheef and Address Record Form. 0: Assumed Name Certification. 0' Bidder's Qualification Statement:` NOTE Please.do.N.OT sign the Contract.Agreement KISS included only for informational`purposes and will be`signed by he successful bidder after award`.of the contract: Proposal Package.2,of 0 VENDOR NAME: Nika Contracting Group Corp. VENDOR INFORMATION:SHEET TYPE OFENTITY:CORP...X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID# 47-5554793 :OR SOCIAL SECURITY#:, . DATE OF.OROANIZATION 1 U'10/2015 IF.APPLICABLE: DATE FILED: 11/I0/2015 NY _ STATE FILED.*..:,.. If.a non-publicly owned Corporation:: CORPORATION NAME: Nika Contracting Group Corp. LIST PRINCIPAL STOCKHOLDERS:. 0%of outstanding shares) Nat1e Nika. LIST.OFFICERS AND DIRECTORS NAME. TITLE Naile Nka President �r�''�r:rr� srMr,arirrrrt:lrrr'7rrrr.■' .��r��`rrrr�arrrr'■'■r■E iserr'r'arrrra;rrXAa11:rrY#'trra�a'::�arr1: . If a partnership: PARTNERSHIP NAME LIST PARTNERS NAMES;;: . Proposal Package 3 of.9 ADDRESS-RECORD: .:FORM MAIL.BID TO:, VENDOR NAME Nika Contracting Group Corp ADDRESS: . 83 Sands Point Road;Port Washington,NY, 11050 CONTACT. 516 321-9706 , TELEPHONE:. FAX: E-MAIL::: Srlika ikac0ntra.cUg99i2up:com ONLY if different MAIL PURCHASE-ORDER TO: :ADDRESS: TELEPHONE: ;... FAX: CONTACT EMAIL ONLY,if.different - MAIL PAYMENT TO ADDRESS. TELEPHONE: F AX CONTACT . . . .. E-MAIL: Proposal Package 4 of 9 VENDOR NAME- QC1 (1 C�Coy ,Cock ASSUMED.NAME CERTIFICATION *If.tfie business-is conducted under an assumed name; a copy of the certifcate required.to.be .filed under the.New York general:business law must be attached ASSUMED NAME: : If the bidder is an individual; the `bid must:be signed by that individual; if. the bidder is a.. corporation, by.an officer:of-the corporation, or other:person authorized by resolution of the.:board . of directors, and in such case a copy of the resolution must be attached;:if a partnership, by one of the partners `or other,person authorized by a writing signed by.at: least.one general partner and submitted with the bid or previously.filed with he.Purchasing'.Agent. The: submission of this constitutes a certification that no Town;Officer:has any, interest therein. (Note In the event that any.Town Officer,has:any such:interest, the full.nature thereof should.be disclosed'below: `It is not forbidden that::individuals working for..the Town of'Southold or other municipality bid on contracts only:thatsuch interest be revealed when they do bid:)` OF IN ENT Bidder agrees as follows -please mark appropriate box:.,., Insurance Certificate as requested is attached ' I:certify that I can supp lyinsurance.as specified if awarded the bid InsuranceCertifice filed on 02/18/2 at 025 DATE FAILURE TO.PROVIDE SPECIFIED INSURANCE SH LL`DISQUALIFY BIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 9 AFF[DAVT OF NON-COLLULON: I hereby attest that:I am the person responsible within my.:firm :for the final decision:as.to the. prices(s) and:amount of this b>id or, if not;that I have written authorization; enclosed herewith; from that person to make the statements set:out below.on his or her behalf and on behalf of MY.firm. I.further attest that: 1. The price(s) arid:"amount .of this.bid have.been arrived..at independently, without consultation. communication or agreement for the purpose: of 'restricting competition ..with any other contractor,bidder or potential bidder. 2. Neither the,price(s), nor the amount of.this bid, have been:disclosed.to any other firm;or.person who is :a:bidder or potential bidder on this project, and will.not be so disclosed.:prior o bid opening. I. No attempt, has been.made or will.be made to solicit; cause or induce any firm.or person to refrain from bidding onthis.project,.or to:submit a bid:higher than the.bi f this firm, or any intentionallyhigh.or non-competitive bid or.other.forin of complementary bid. 4.: The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or.inducement from any:firm or person. to submit a complementary bid:': 5.: My_firm has not offered:or:entered into a;subcontract or agreement.regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of.value::to any:firm'or person, whether in connection with:this or any.other project, in consideration for an agreement or promise by an firm:'or person to refrain from:bidding or to submit a complementary bid on this project. .. & : My:fihn has.not accepted or'been promised any ubcontract or agreement regarding the:.sale.of materials:or services to any firm or.person, and:has'not been promised or paid cash or anything of value by any,firm or.person,whether in connection.with this.or any project, in consideration for.my Erin's submitting a complementary bid,or agreeing to do so,on,this,project , 7. .I have made'a diligent inquiry`of all members; officers, employees, and`agents of my firm with responsibilities'relating .to the preparation,. approval or submission of my fir n7s bid: on this project and have been advised by each of them that he or, ,she has' not.participated in: any communication; consultation; discussion, agreement; collusion;act or other:conduct inconsistent with any.of the statements and:representations made in this affidavit The p son signing:this bid;,under the penalties of perjury, affirms the truth thereof SWORN.TO.BEFORE ME THIS Pt Signature&Company Position Naile Nika (President) ` l .:. YOF20 a Name&Company Position Wka ontradting Group Corp. L C m n N NOTARY.PUBLIC 0 � 872025 Date�7Signed CELIA S GARCIA TOLLINCHI 4 / (Al�" � ���� Notary Public-State o€New.York NO.01GA6368976 l ederal I:D:Number Qualified in Nassau County -My qeo 26:2025 Proposal Package 6 of 9 T,HE PROPOSAL FORM Southold Town Recreation Center ADA Bathroom Renovations wENDORNAM Nika Contracting Group Coro VENDOR ADDRESS; 83 Sa11C�S PO1mnt.Road Port WashingtO11, 3/, 11050 516-321-9706 TELEPHONE NUMBER FAX The undersigned bidder ;has: carefully examined the:Contract Documents and will provide all, necessary labor, materials,.equipment and incidentals as necessary andall ced for :in the: said Contract Documents in the manner prescribed therein and in-' id Contract;.and in accordance with the requirements of the Engineer, at the prices listed on the.attached Bid Proposal Form. If At bidder .is' an individual, the bid must be signed by that`individual; if the:bidder is a.., :. corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution-of.the board of directors' and in such case a copy:of the resolution must be attached; if a partnership,by.one.of.the partners.or other person:authorized by a writing signed by.at least one .. gerieral partner and submitted with the:bid documents. The submission:of`this constitutes :a certification that no Town Officer has::any,interest therein (Note: In the event.that any Town :Officer has any such interest; the full nature thereof should be R.disclosed.. ow It is not forbidden that,individuals worleing for the Town of;Southold or other municipalities bid on contracts;but only that such interest be revealed when they do bid:) N/A The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A:below): Addendum No: : Dated Proposal Package 7.of 9 - 4 1 — 2010 lyilitAIADocument A310' Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Nika Contracting Group Corp. of business) ADDITIONS AND DELETIONS: 83 Sands Point Road Capitol Indemnity Corporation The author of this document has Port Washington, NY 11050 1600 Aspen Commons, STE 300 added information needed for its Middleton, WI 53562 completion.The author may also OWNER: have revised the text of the original (Name, legal.status and address) AIA standard form.An Additions and Town Of SOUthOld Deletions Report that notes added 53095 MAIN ROAD,:, information as well as revisions to the SOUTHOLD, NY 11971 standard form text is available from the author and should be reviewed.A vertical line in the left margin of this BOND AMOUNT:$Five Percent Of the Principals Bid Amount document indicates where the author (5% of the Principals Bid Amount) has added necessary information PROJECT: and where the author has added to or {Name, location or address, and Project number, if any) SO.UTHOLD TOWN"RECREATION CENTER ADA BATHROOM RENOVATIONS deleted from the original AIA text. This document has important legal consequences.Consultation with an attorney is encouraged with respect to its completion or modification. The Contractor,and,Surety are bound to the Owner in the amount set forth above,for the Any singular reference to Contractor, payment of which.the Contractor and Surety bind themselves,their heirs,executors, Surety,Owner or other party shall be administrators,successors and assigns,jointly and severally,as provided herein.The considered plural where applicable. conditions'of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by wner.and;Contractor,an d the Contractor either(1) the O enters into a contract with the Owner in accordance with the terms of`such bid,and gives such bond or bonds as may be specified=in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and othervvise.acceptable to the Owner,for the faithful performance of such Contract and for d'e rompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond, between the amount specif ed;iii'said",bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waive"s,any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in,the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in-this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so ,""AmeHcan Institute of cts AIA e AIA Logo,and"AIA ConntractpDogcumeen ss are registered trademarks of The American Institute of Architects.Thise 1 ' document was produced t5 5 the ET on Init. accordance n / 03/31/2023 under Order he AIA Contract Documents"1Terrms of service.To report copyright violation04237974 which expires on 02/14/2024,is not s e-mail docinfo@a acontracs come only,and may only be used i(1937 22106)it User Notes: i furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond.. Signed and sealed thisl9thday of February 2025 ; Nika Contracting Group Corp. (Contr ctor as Principal) (Seal) the (Title) Capitol Indemnity Corporation (Surety) (Seal) (With s)Ma Early. (Title)deffrey W. Price,Attorney-in-Fact f�l Document A310—2010.Copyright©1963,1979 and 2010.All rights reserved."The American Institute of Architects,""American Institute of Architects,""AIA," Init. AIA istered trademarks of The American Institute the AIA Log o,and"AIA Contract Documents"are re te of Architects.This document was produced at 15:54:08 ET on 2 03/31/2023 under Order No.3104237974 which expires on 02/14/2024,is not for resale,is licensed for one-time use only,and may only be used in accordance with / the AIA Contract Documents®Terms of Service.To report copyright violations,e-mail docinfo@aiacontracts.com. (1937322106) User Notes: ------------------------------------------------------------------------------------------------------------------ Surety Acknowledgment State of New York } } ss: County of Nassau } On this 19`h day of February ,2025,before me personally came Jeffrey W.Price to me known,who,being by me duly sworn,did depose and say that he/she is an attorney-in-fact of Capitol Indemnity Corporation the corporation described in and which executed the within instrument;that he knows the corporate seal of said corporation;that the seal affixed to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions-thereof. U L,C>S'rAlE OF Nv My commission expires�oTA��Y P rt 505660 ' Registry to i " ' ry Public Qualified in i�Iassau.Counts' Ncy C".on i�;�s�,i�"i•�i'`es%Iarcl� c � • L CAPITOL INDEMNITY CORPORATION BALANCE SHEET December 31,2023 Admitted Assets Cash and invested assets: $ 5,154,164 Bonds 114,118,774 Common stocks 484,402,361 Cash,cash equivalents and short-term investments 603,675,299 ) Total cash and invested assets 29,140 Investment income due and accrued 35,768,377 Uncollected premiums and agents'balances in course of collection 4,151,829 Deferred premiums,agents'balances and installments booked but deferred and not yet due 13,677,120 Amounts recoverable from reinsurers 255,755 Other amounts receivable under reinsurance contracts 681,079 Current federal and foreign income tax recoverable and interest thereon 11,334,733 Net deferred tax asset 481,282 Electronic data processing equipment and software 16,209,560 Receivables from parent,subsidiaries and affiliates 154,230 Other admitted assets $ 686,418,404 Total admitted assets Liabilities and Surplus as Regards Policyholders Liabilities: $ 218,838,518 Losses 48,049,022 Reinsurance payable on paid losses and loss adjustment expenses 38,485,753 Loss adjustment expenses 957,246 Commissions payable,contingent commissions and other similar charges 10,040,848 Other expenses(excluding taxes,licenses and fees) 31,750 Taxes,licenses and fees(excluding federal and foreign income taxes) 81,594,127 Unearned premiums 20,323 Advance premium (11,517,144) Ceded reinsurance premiums payable(net of ceding commissions) 8,584,213 Amounts withheld or retained by company for account of others 13,701,009 Payable to parent,subsidiaries and affiliates 758,376 Other liabilities 409,544,041 Total liabilities Surplus as regards policyholders: 4,201,416 Common capital stock 103,923,753 Gross paid in and contributed surplus 168,749,194 Unassigned funds(surplus) 276,874,363 Surplus as regards policyholders $ 686,418,404 Total liabilities and capital and surplus e and ng is a full true statutory I,AdamStatement Admitted Assets and Liabiftiesitol l Capital'ty and Corporation Surplus us'of the Operation at 31,2023,y certify that to the best of repared ngconforbmityfwith the accounting practices es prescribed by State the Insurance Department of the State of Wisconsin. IN WITNESS WHEREOF,I have set my�hand and affixed the sea/�orporation at Middleton,Wisconsin. Adam L.Sills CEO&President `,,tpNNllflq�� � a•� ITY C . D�G0.......�O, '�.p. . s�i •N • �4��ONLtET y �Laock�Fieltls CAPITOL INDEMNITY CORPORATION CIC1960853 POWER OF ATTORNEY Bond Number KNOW ALL MEN BY THESE PRESENTS,That the CAPITOL INDEMNITY CORPORATION,a corporation of the State of Wisconsin,having its principal offices in the City of Middleton,Wisconsin,does make,constitute and appoint ------------------------------------JEFFREY W PRICE;MARY ANNA PRICE;RACHEL PRICE--- its true and lawful Attomey(s)-in-fact,to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship,provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the of _sum_ ______________ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED:$20,000,000.00-------------------- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 15th day of May,2002. "RESOLVED,that the President,Executive Vice President,Vice President,Secretary or Treasurer,acting individually or otherwise,be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings,and dtt es- other writings obligatory in the nature thereof,one or more resident vice-presidents,assistant secretaries an aornm-fact,each appointee to have the powers and duties usual to such offices to the business of this company;the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached.Any such appointment may be revoked,for cause,or without cause,by any of said officers,at any time" In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner—Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. IN WITNESS WHEREOF,the CAPITOL INDEMNITY CORPORATION has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested,this 1st day of January,2020. tott�uUnulp/ CAPITOL INDEMNITY CORPORATION Attest (� `\\`,\"�ptq l o Ryan J.Byrnes Senior Vice President, _ (t�,�T John L.Sennott,Jr. Chief Financial Officer and Treasurer 1J n+'f Chief Executive Officer and President ���,,,��y a Suzanne M.Broadbent Assistant Secretary STATE OF WISCONSIN I S.S.: COUNTY OF DANE On the 1st day of January,2020 before me personally came John L. Sennott, Jr., to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is Chief Executive Officer and President of CAPITOL INDEMNITY CORPORATION,the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. A, j'Pe u�i,,,y p �IBL f 1 David J.Regele ryrgi % ��c Notary Public,Dane Co.,WI STATE OF WISCONSIN yh�p OF_ oar My Commission Is Permanent S.S,; yh/lfiintillt64\Il\U\\ COUNTY OF DANE ent in CAPITOL INDEMNITY CORPORATION,a Wisconsin Corporation, I,the undersigned,duly elected to the office stated below,now the incumb authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked;and furthermore,that the Resolution of the Board of Directors,set forth in the Power of Attorney is now in force. Signed and sealed at the City of Middleton,State of Wisconsin this------ .r_ day of February 20 25 .�,uan�m'w,urraA„� At { L SEAL: �% Andrew B.Diaz-Maros Senior Vice President,General Counsel and Secretary H/NIIIIIII10111\\N THIS DOCUMENT HAS BEEN GENERATED FOR A SPECIFIC BOND. IF YOU HAVE ANY QUESTIONS CONCERNING (Rev. E2020) AUTHENTICITY OF THIS DOCUMENT CALL 800-475-4450. f RECEIVED FEB 2 0 2025 / �: 1y,54 Sbuth®ld Town Gler TQ a I01� i �C : ",Southold Town Recreation Center ADA Bathroom Renovations" ry RE ....... ..... .. VENDORS MUST:TURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for _- informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 � 1 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications,the Town of Southold requires a current insurance certificate,with the Town of Southold listed as additional insured,to be on file in the Purchasing Department. You will be given ten(10)business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 9 MACCARONE PLUMBING 10 Sea Cliff Avenue VENDOR NAME:. Glen GGy@ WY ,,542 VENDOR INFORN(ATI:tN:.SHEET.. TYPE OF ENTITY:CORP..___. PARTNERSHIP. INDIVIDUAL a p FEDERAL EMPLOYEE ID#: I: :z 4 a,L � 7V OR SOCIAL SECURITY DATE OF ORGANIZATION �.. 3. 1 1_ ..:� p IF APPLICABLE: DATE FILED: �� l� 5 STATE FILEDr-.--,,- CO. If a non-publicly owned Corporation: CORPORATION NAME . LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LOU j�7 9 N rat 1 � � LIST OFFICERS AND DIRECTORS" NAME TITLE rR s s R R•R s s err�rwi M M i i it�:r a#FxXt rk rya tlt rt s:eti:rrr�o>r:wr.:4.r.s a:.s�E a.a�iir. �t w lF� t.s ;t; If a partnership: PARTNERSHIP NAME:......................... LIST PARTNERS NAMES;` Proposal Package 3 of 9� z ADDRESS RECORD FORM. MAIL BID:TO:.: VENDOR NAME.: ADDRESS: 10 Sea Cliff Avenue ;. . ...... CONTACT �i, I�1'tI Nl� 8i2U N6 _...._, TELEPHONE . z, FAX 'T t (o`] E-MAIL:. ,,,, ONLY if different - MAIL:PURCHASE.._ORDER TO:. ADDRESS: TELEPHONE.,::.:.. .:..... FAX: .. ... . .:. ............... CONTACT: E-MAIL: ONLY if different - MAIL PAXMENT TO: ADDRESS TELEPHONE: FAX: . CONTACT .... ........... . E-MAIL , Proposal Package 4 of 9 MACCARONE PLUMBING 10 Sea Cliff Avenue VENDOR NAME,.. Glen Cove, NY 11542 . ....................... ............... .ASSUMED NAME-CERTIFICATION ................ ... ........ *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME:: N ................... ................ If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full_ nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) ... ......... ...... I................ ............ ................... ........... .... ........................ ................... ........ ........... . . ..... ......... ........... ... ................ .. .... ........... ..... .......... ............ . . .............. ..................... . ..... .................. .................... .......... .......... ............ ................ INSURANCE.STATEMENT ............ ......................... Bidder agrees as follows -please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DIS ALIFY BIDDER A7111ZED SIGNATURE T Proposal Package 5 of 9 AFFAI OF NON-CO LLT,TSION, I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not,that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials. or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm-has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent. with any of the statements and representations made in this affidavit. The person si this bid,under the penalties of perjury, affirms the truth thereof. ............. SWORN TO BEFORE ME THIS Signature&Co�nyosition' ,TotfiA li4At&Ak2cN L_ P I O`(L1--0t ] 4_::: DAY OF 20'Z5 Type Name&Company-Position ... MACCARONE PLUMBING n 10 ea Cliff Avmue Company Name 1 d Glen Cove, NY 11542 NOTARY PUBLIC I -f 2 5 MICHELLE A MATTIA l Notary Public,State of New York Date Signed No. 01MAS308321 1) 2 2 6 j,'{r7 qualified in Suffolk County .___. �✓ f ,...,:.-... Cnmmi55ien EApiMrel 07-"-AAafa Federal I.D.Number Proposal Package 6 of 9 J THE.P.ROPOSAL FORM, Southold Town Recreation Center ADA Bathroom Renovations VENDOR NAME:. mgcAR®NE ELIUMBING $° ...... - 10 Sea Cliff Avenue VENDOR ADDRESS; _ Glen Cove, NY 11542 TELEPHONE NUMBER. FAX: 76 Z I- 3 The undersigned bidder has carefully examined the Contract Documents-and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) fit+ The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum...No... Dated Proposal Package 7 of 9 SCHEDULE OF PRICES FOR Town of Southoldu�Fo� G TOWN OF SOUTHOLD RECREATION CENTER 970 Peconic Lane BATHROOM RENOVATION Peconic, New York 11958 ITEM NO. ESTIMATED UNIT UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS . Q :S -,,ON ' ) L rc Al 1 LS p� /� for ��� l�ll� �'S ►� /LS �° In (DD �� 'VQ� ®' Dollars Cents G x 096� pP A2 1 LS �I th2i4 �7 ��1 I '1y� o/LS for Dollars Cents �j�OrOOO Qo �70',�00 rp-p A3 1 FB for TEN THOUSAND DOLLARS NO CENTS /FB $10,000.00 $10,000.00 Dollars Cents 71 TOTAL BID AMOUNT (Written): FQUr NNKV 6r h V l�V ftA / -' 11, 000. 00 COMPANY: 4 MACCARONE PLUMBING 10 Sea Cliff Avenue Glen Cove, NY 11542 REPRESENTATIVE'S SIGNATURE: Z04--" DATE: Z NOTE: The Town of Southold reserves the right to in ase, decrease, or eliminate in its entirety any or all items prior to or after award of the bid. The estimated quantities utilized for this bid were developed based upon take- s from generated plans as well as field measurements. It is requested that all prospective bidders verify,these figures to their satisfaction prior to the bidding. The Town cannot guarantee these estimates, in fact; actual quantities may vary significantly due to field conditions or circumstances encountered. Page 8 of 9 AUTHORIZED SIGNATURE,,,. .. ........................ ............... PRINT NAME .......... ..... .............. TITLE .......... ...... DATE ,... ........... .... 1115 .. ......... ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF. ss.: On the day of.. _ in the year 207 ,.�befbre me, the undersigned, personally appeared,........... ...... personally known to me or proved to me on the basis of satisfactory evidence* to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument,the individual(s), or the person upon behalf of which the individual(s)acted, executed the instrument. 'NOTARV'PUBLIC MICHELLE A MATTIA Notary Public,state of New York No.0IMA6308321 Q,jajifieci in suffou, county corrin,ission Expires Proposal Package 9 of 9 'Town of Southold., ;DJDDEI�'�Q�1�AL�1��t�'I`I�ll�ST�'�E112E1'+"€T The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY,.... ... I. A Corporatio MACCARONE PLUMBING artnership or Entity FIRM NAME, a-n ...�.. r +; ::e.,.,onue An Individual PRINCIPAL OFFICE. Glen Cove, NY 11542 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME Al DRESS: PIl 6l`E ST NI TRA Dl s Q `F1vi ftUM0)AG,fIIt, I, How many years has your organization been in business under its present business name? a 0 Y � 2. You normally perform what percent of the work with your own forces? 0-0-0/1 List trades that you organization normally performs below: JI f ht4 k - MOV- HAI N,s lo 3. Have you ever failed to complete any work awarded to you?.'v._ .If so,note where and why. 4. Are there any claims,judgments,arbitration proceedings or suits pending or outstanding against your firm or its officers?If yes, please provide details. 0 QS-1 9 5, Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes,please provide details. No 6. List the major construction projects your organization has underway at this date: atta `c Engineer/ Project .Architect Contract 4ei�! Scheduled ,Name . Amount Complete Compte�ian 7. List five major projects you organization has completed in the past five years;: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces ..: Name. Telephony# 'I`elephone Amount., Coaapleari ° ;ofor QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name, Of.Office Exnecterrce _ResponsYhten. Cgpac ............ COV15 WW-'(/A4'r' 9. Do you have, or can you obtain,sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References; t4 f*(CA-N 1�08 0 11. Trade Association Membership: LOCAL 2'00' L'Otpl- Low o'o 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes,when?What was the outcome of the investigation? RO QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. NAI4)CA, AfK,- STATE OF ) COUNTY OF ) &9Aa4**E- being duly sworn deposes and says that he is G�the of-.�'1�'uyPtcl.. df._�'' contractor and that answers to the fore ing questions and all statements therein contained are true and correct. ... (Signat f person who signed bid), Sworn to before me this Jq day of !)!kATAN25 Notary Public Commission Expiration Date:: MICHELLE A MATTIA Notary No w York . 01MA6308321 CI'sfiod in Suffolk County Commission Rpiros Q7_z1-a926 QS-4 Plumbing • Fire Sprinkler • Heating Air Conditioning Contractors 10 SEA CLIFF AVE. PHONE:(516)671-3a32 GLEN COVE,N.Y.11542 FAX:(516)671-3239 February IS, 2025 „ To Whom It May Concern: List of Curent Public Contracted Projects Proiect Value Start Anticipated Completion Brentwood FD 161 K Summer 2023 Summer 2024 Oyster Bay Sch. Roosevelt 506K Summer 2023 Summer 2024 Glen Cove Schools Landing 188K Summer 2023 Summer 2024 Village of Lake Grove 113K Fall 2023 Spring 2024 Oyster Bay Garage 688K Winter 2023 Summer 2024 East Moriches USFD 87K Summer 2024 Summer 2024 N. Babylon Library 297K Fall 2023 Summer 2024 Cutchogue FD 788K Winter 2024 Fall 2024 Sanitary District 6 730K Spring 2024 Spring 2025 Montauk Playhouse 825K Spring 2024 Spring 2025 Brookhaven Canine Ctr. , 256K Spring 2024 Winter 2024 Hempstead HS 39K Fall 2024 Spring 2025 New Hyde Park DPW 254K Summer 2024 Summer 2025 Glen Cove PD Boiler 199K Fall 2024 Fall 2024 Eastport S Manor UFSD 353K Fall 2024 Fall 2025 TOP QUAIM WORKMA.vSUM Plumbing • Fire Sprinkler • Heating Air Conditioning Contractors 30 SEA CLIFF AVE. PHONE:(516)671-3032 GLEN COVE,N.Y.11542 FAX:(516)671-3239 February. 18, 2025 To•Whom It May Concern: - Reference list for Completed Public Projects Within Last 5 Years Proiect Value Year Completed Hicksville Schools 221K 2017 Hauppague Schools 145K 2019 Glen Cove Senior Center 369K 2018 Sewanhaka Schools 2.1 M 2017 Hicksville Schools 278 K .2018 Roslyn Schools 240 K 2019 East Meadow Schools 22K 2019 Bellmore Schools 370 K 2019 West Babylon Schools 100 K 2018 Babylon Town Annex 130 K 2017 Plainview Old Bethpage 105K 2017 - Copiague Schools 1.8M 2017 South Country Ambulance 700K 2019 Hauppauge Schools 145K 2019 Hicksville Schools 221K 2019 Babylon RPZ 89K 2020 Valley Stream Sprinklers 97K 2020 Mineola High School 157K 2020 East Meadow Schools 22K 2020 Valley Stream Backflows 141K 2020 Babylon HVAC' 154K 2021 NYS OGS 117K 2021 . Jericho Schools 176K 2021 Valley Stream Science' 160K 2021 Carle Place Schools 108K 2022 Uniondale Schools 514K 2022 Brookhaven Animal Hosp. 472K 2022 East Hampton Bus Garage 319K 2022 .Valley.Stream Schools 114K 2022 Commack Schools 434K 2022 TOP QUALITY WORKMANSHIP . Proiect Value Year Completed West Islip Generator Mat 38K 2023 West Islip Generator Beach 53K 2023 Massapequa Park FD 960K 2023 Montauk FD Boilers 250K 2023 US Merchant Marines 87K 2023 Babylon Schools 113K 2023 Hemp Lake State Park 57K 2023 Brookhaven Hog Farm 71K 2023 US Merchant Marines 41K 2023 Oyster Bay Garage 796K 2024 US Merchant Marine Acd 42K 2024 Babylon Town Annex 174K 2024 TOP QUALITY WORKMANSHIP MACCARONE PLUMBING, INC.AND AFFILIATE CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 MACCARONE PLUMBING, INC. AND AFFILIATE CONTENTS Paqe Independent Accountants' Review Report 1 Consolidated Financial Statements Consolidated Balance Sheet at December 31, 2023 2-3 Consolidated Statement of Income for the Year Ended December 31, 2023 4 Consolidated Statement of Changes in Stockholders' Equity for the Year Ended December 31, 2023 5 Consolidated Statement of Cash Flows for the Year Ended December 31, 2023 6-7 Notes to Consolidated Financial Statements 8-23 i UP INDEPENDENT ACCOUNTANTS' REVIEW REPORT To The Stockholders Maccarone Plumbing, Inc. and Affiliate Glen Cove, New York We have reviewed the accompanying consolidated financial statements of Maccarone Plumbing, Inc. and Affiliate, which comprise the consolidated balance sheet at December 31, 2023, and the related consolidated statements of income, changes in stockholders' equity and cash flows for the year then ended, and the related notes to the consolidated financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the consolidated financial statements as a whole. Accordingly, we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these consolidated financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of consolidated financial statements that are free from material misstatement whether due to fraud or error. Accountants' Responsibility Our responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the consolidated financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. We believe that the results of our procedures provide a reasonable basis for our conclusion. We are required to be independent of Maccarone Plumbing, Inc. and Affiliate and to meet our other ethical responsibilities in accordance with the relevant ethical requirements related to our review. Accountants' Conclusion Based on our review, we are not aware of any material modifications that should be made to the accompanying consolidated financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America. ryas P; . GRASSI & CO., CPAs, P.C. Jericho, New York June 17, 2024 1 M,RE ��.LEA}�Hb{�UAf7f�AIf�LE 5'C�, �Qd J;ERJGH¢,}4�}475�: P.Sty-256:, 5�0': �s.SY6 56.351G7* GRA55IRtS/-f5C1fi# fYS;MI AN.WIDJ�RENDENT' MW:REk"' F i�EVY"1'§XRK•I:NEw dEi EI"I hTRSSA xtV EfT51'FLGF IDa: N 04f E I4tiI TN AMEN Rl..A,INC; r , MACCARONE PLUMBING, INC. AND AFFILIATE CONSOLIDATED BALANCE SHEET DECEMBER 31, 2023 ASSETS CURRENT ASSETS: Cash $ 1,116,197 Contract receivables 8,608,844 Contract assets 3,710,337 Prepaid and refundable income taxes 102,042 Inventories 896,503 Prepaid expenses and other current assets 2,667,899 Total Current Assets 17,101,822 PROPERTY AND EQUIPMENT, NET (including $1,279,176 related to the variable interest entity) 1,633,951 OTHER ASSETS: Deferred tax asset 128,950 TOTAL ASSETS $ 18,864,723 See independent accountants' review report and notes to consolidated financial statements. 2 ! � a MACCARONE PLUMBING,-INC. AND AFFILIATE CONSOLIDATED BALANCE SHEET DECEMBER 31, 2023 LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES: Current maturities of long-term debt(which is related to the variable interest entity) $ 313,147 Accounts payable 12,014,518 Contract liabilities 397,803 Accrued expenses and other current liabilities 198,243 Total Current Liabilities 12,923,711 LONG-TERM LIABILITIES: Long-term debt, less current maturities (which is related to the variable interest entity) 565,464 Total Liabilities 13,489,175 CONTINGENCIES STOCKHOLDERS' EQUITY: Maccarone Plumbing, Inc. Stockholders' Equity: Common stock 8,000 Retained earnings 4,957,676 Total Maccarone Plumbing, Inc. Stockholders' Equity 4,965,676 Noncontrolling interest 409,872 Total Stockholders' Equity 5,375,548 TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY $ 18,864,723 See independent accountants' review report and notes to consolidated financial statements. 3 r MACCARONE PLUMBING, INC. AND AFFILIATE CONSOLIDATED STATEMENT OF INCOME FOR THE YEAR ENDED DECEMBER 31, 2023 CONTRACT REVENUES $ 57,146,642 CONTRACT COSTS 50,902,116 GROSS PROFIT 6,244,526 GENERAL AND ADMINISTRATIVE EXPENSES 5,355,280 INCOME FROM OPERATIONS 889,246 OTHER EXPENSE: Interest expense (50,048) INCOME BEFORE BENEFIT FROM INCOME TAXES 839,198 BENEFIT FROM INCOME TAXES (51,880) NET INCOME 891,078 LESS: NET INCOME ATTRIBUTABLE TO NONCONTROLLING INTEREST 252,799 NET INCOME ATTRIBUTABLE TO MACCARONE PLUMBING, INC. $ 638,279 See independent accountants' review report and notes to consolidated financial statements. 4 MACCARONE PLUMBING, INC. AND AFFILIATE CONSOLIDATED STATEMENT OF CHANGES IN STOCKHOLDERS' EQUITY FOR THE YEAR ENDED DECEMBER 31, 2023 Common Stock Number Retained Noncontrolling of Shares Amount Earnings Interest Total BALANCE AT JANUARY 1, 2023 100 $ 8,000 $ 5,119,717 $ 707,073 $ 5,834,790 NET INCOME - - 638,279 252,799 891,078 DISTRIBUTIONS TO STOCKHOLDERS - - (800,320) (550,000) (1,350,320) BALANCE AT DECEMBER 31, 2023 100 $ 8,000 $ 4,957,676 $ 409,872 $ 5,375,548 See independent accountants' review report and notes to consolidated financial statements. 5 � 9 MACCARONE PLUMBING, INC. AND AFFILIATE CONSOLIDATED STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31, 2023 CASH FLOWS FROM OPERATING ACTIVITIES: Cash received from construction contracts $ 59,502,103 Cash paid for contract costs (49,505,261) Cash paid for general and administrative costs (7,503,400) Income taxes paid (29,721) Interest paid (50,048) Cash Disbursed For Operating Activities (57,088,430) Net Cash Provided By Operating Activities 2,413,673 CASH FLOWS FROM INVESTING ACTIVITIES: Purchase of property and equipment (324,589) Net Cash Used In Investing Activities (324,589) CASH FLOWS FROM FINANCING ACTIVITIES: Principal payments of long-term debt (385,833) Repayment of note payable- bank (245,000) Distributions to stockholders (1,350,320) Net Cash Used In Financing Activities (1,981,153) NET INCREASE IN CASH 107,931 CASH, BEGINNING OF YEAR 1,008,266 CASH, END OF YEAR $ 1,116,197 See independent accountants' review report and notes to consolidated financial statements. 6 MACCARONE PLUMBING, INC. AND AFFILIATE CONSOLIDATED STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31, 2023 RECONCILIATION OF NET INCOME TO NET CASH PROVIDED BY OPERATING ACTIVITIES: NET INCOME $ 891,078 ADJUSTMENTS TO RECONCILE NET INCOME TO NET CASH PROVIDED BY OPERATING ACTIVITIES: Depreciation and amortization 396,529 Bad debt,expense 96,250 Deferred income taxes (56,380) (Increase) decrease in assets: Contract receivables 2,294,474 Contract assets (224,701) Inventories (246,503) Prepaid expenses and other current assets 1,729,160 Prepaid and refundable income taxes (25,221) Increase (decrease) in liabilities: Accounts payable (26,577) Contract liabilities, 285,688 Accrued loss on contracts in process (40,815) Accrued expenses and other current liabilities (2,659,309) Total Adjustments 1,522,595 NET CASH PROVIDED BY OPERATING ACTIVITIES $ 2,413,673 SCHEDULE OF NONCASH INVESTING AND FINANCING ACTIVITIES: Property and equipment acquired through long-term financing $ 288,595 See independent accountants' review report and notes to consolidated financial statements. 7 MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 1 - Nature of Operations and Principles of Consolidation Business Activity Maccarone Plumbing, Inc. ("Maccarone") provides subcontracted plumbing and heating services to general contractors in the New York metropolitan area under fixed-price contracts. The length of Maccarone's contracts varies but typically ranges from one to three years. Maccarone also provides general plumbing and heating repair/maintenance services to residential and commercial customers. Maccarone Leasing, Inc. ("Leasing"), the affiliate, owns transportation equipment which is leased solely to Maccarone. Principles of Consolidation The consolidated financial statements include the accounts of Maccarone and its affiliate, Leasing, collectively referred to as the "Company." Maccarone and Leasing are related by virtue of common ownership and control (see Note 12, Consolidation of Variable Interest Entities). All intercompany transactions and balances have been eliminated in the consolidated financial statements. Note 2 - Summary of Significant Accounting Policies Revenue and Cost Recognition The Company recognizes its revenue in accordance with Financial Accounting Standards Board ("FASB") Accounting Standards Codification ("ASC") Topic 606, Revenue from Contracts with Customers ("ASC 606"). The guidance affects any entity that either enters into contracts with customers to transfer goods or services or enters into contracts for the transfer of nonfinancial assets unless those contracts are within the scope of other standards. ASC 606 provides that an entity should recognize revenue to depict the transfer of promised goods or services to customers in an amount that reflects the consideration the entity expects to receive in exchange for those goods or services. An entity should apply the following five- step process to recognize revenue: (1) Identify the contract with a customer; (2) Identify the performance obligations in the contract; (3) Determine the transaction price; (4) Allocate the transaction.price to the performance obligations in the contract; and (5) Recognize revenue when (or as)the entity satisfies a performance obligation. 8 MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 2- Summary of Significant Accounting Policies (cont'd.) Revenue and Cost Recognition (cont'd.) Construction Contracts Revenues on construction contracts are recognized over time, as performance obligations are satisfied, due to the continuous transfer of control to the customer. The customer typically controls the asset under construction, as the performance creates or enhances an asset that the customer controls as the asset is created or enhanced. The Company's construction contracts are generally accounted for as a single performance obligation, since the Company is providing a significant service of integrating components into a single project. The Company recognizes revenue with an "input method" using the percentage-of-completion method, whereby progress towards completion is recognized according to the percentage of incurred costs to estimated total costs. This method best depicts the transfer of control to the customer, which occurs as the Company incurs costs on its contracts. Incurred costs represent work performed, which corresponds with and thereby best depicts the transfer of control to the customer. This method is used because management considers the "cost to cost" method the most appropriate in the circumstances. Because the Company almost always acts as a principal in the construction contracts, gross revenues are recognized. The Company is considered the principal because the Company controls the contractually specified goods and services before they are transferred to the customer. For service contracts in which the Company has the right to consideration from customers in an amount that corresponds directly with the value to the customer of the Company's performance completed to date, revenue is recognized when services are performed. Revenue recognized on these contracts is calculated as the amount which the Company has the right to invoice for the services performed. The Company determines the point in time by evaluating when the customer obtains control of the asset and the Company has a present right to receive payment for the asset. The customer can generally obtain the benefits from, and direct the use of, the asset. The Company's service contracts are generally accounted for as a single performance obligation. Revenues on uninstalled materials are recognized when control is transferred to the customer. Under certain circumstances (e.g., transfer of control occurs significantly before services are provided, the cost of the material is significant), revenue on certain uninstalled third-party materials is recognized when the cost is incurred; however, profit is not recognized until the material is ultimately installed in the project. 9 MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 2- Summary of Significant Accounting Policies (cont'd.) Revenue and Cost Recognition (contd.) Practical Expedients and Exemptions The Company utilizes certain practical expedients and exemptions as follows: • In cases where the Company has an unconditional right to consideration from a customer in an amount that corresponds directly with the value of the performance completed to date, the Company recognizes revenue in the amount to which there is a right to invoice for services performed. • The contract price is not adjusted for the effects of a significant financing component if the Company expects, at contract inception, that the period between when the Company transfers a service to a customer and when the customer pays for that service will be one year or less. • Incremental customer contract acquisition costs are expensed as they are incurred when the amortization period is less than one year. Contract Assets and Liabilities Billing practices are governed by the contract terms of each project based upon costs incurred, achievement of milestones, or predetermined schedules. Billings do not necessarily correlate with revenue recognized over time using the percentage-of-completion method. Contract assets include unbilled amounts typically resulting from revenue under long-term contracts when the percentage-of-completion method of revenue recognition is utilized and revenue recognition exceeds the amount billed to the customer. Contract liabilities consist of advance payments and billings in excess of revenue recognized as well as deferred revenue. The Company's contract assets and liabilities are reported in a net position on a contract-by- contract basis at the end of each reporting period. In accordance with normal construction industry practice, the Company includes in current assets and current liabilities amounts relating to construction contracts realizable and payable over a period in excess of one year. The opening and closing balances of contract receivables, contract assets and contract liabilities from contracts with customers are as follows: Contract Contract Contract Receivables Assets Liabilities Balance,January 1,2023 $ 10,999,568 $ 3,485,636 $ 112,115 Balance,December 31,2023 $ 8,608,844 $ 3,710,337 $ 397,803 10 MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 2- Summary of Significant Accounting Policies (cont'd.) Revenue and Cost Recognition (cont'd.) Contract Assets and Liabilities (cont'd.) Revenues transferred at a point in time and over time are as follows: Services transferred at a point in time $ 7,923,120 Services transferred overtime 49,223,522 Total Contract Revenues Earned $ 57,146,642 Combining Contracts The Company evaluates whether two or more contracts with the same customer should be combined and accounted for as a single contract, and whether a single or combined contract should be accounted for as more than one performance obligation. This evaluation requires significant judgment and could change the amount of revenue and profit recorded in each period. Performance Obligations Generally, the Company's contracts contain one performance obligation. A performance obligation is a promise in a contract to transfer a distinct good or service to the customer and is the unit of account. The Company's performance of the contracts with customers typically provides a significant service of integrating a complex set of tasks and components into a single project or capability (even if that single project results in the delivery of multiple units), and as such, the entire contract is accounted for as one performance obligation. The transaction price is allocated to the performance obligation and recognized as revenue when, or as, the performance obligation is satisfied with the continuous transfer of control to the customer. Less commonly, a contract may be considered to have multiple performance obligations even when they are part of a single contract. For contracts with multiple performance obligations, the Company allocates the transaction price to each performance obligation using-the best estimate of the standalone selling price of each distinct good or service in the contract. Transaction Price The transaction price is the amount of consideration the Company expects to receive in exchange for transferring goods and services to the customer. The consideration promised in a contract with customers may include both fixed and variable amounts to the extent-that a significant reversal of cumulative revenue recognized will not occur when the uncertainty associated with the variable consideration is subsequently resolved (i.e., probable and capable of being estimated). 11 MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 2 - Summary of Significant Accountinq Policies (cont'd.) Revenue and Cost Recognition (cont'd.) Variable Consideration The nature of the Company's contracts gives rise to several types of variable consideration, including claims, bonuses, incentives and/or penalties and liquidating damages. The Company includes in the contract estimates additional revenue for variable consideration when the Company believes it has an enforceable right to the modification, the amount can be estimated reliably, and it is probable that a significant reversal of cumulative revenue recognized will not occur when the uncertainty associated with the variable consideration is resolved. The Company uses the expected value (i.e., the sum of a probability-weighted amount) or the most likely amount method, whichever is expected to better predict the amount. These estimates are based on management's assessment of legal enforceability, Company performance, and all information (historical, current, and forecasted) that is reasonably available to the Company. Contract Modifications Contract modifications are routine in the performance of the Company's contracts. Contracts are often modified to account for changes in the contract specifications or requirements. In most instances, contract modifications are for goods or services that are not distinct and, therefore, are accounted for as part of the existing contract. The Company accounts for contract modifications as a separate contract when the modification results in the promise to deliver additional goods or services that are distinct and the increase in price of the contract is for the same amount as the standalone selling price of the additional goods or services included in the modification. Cost Recognition Contract costs include all direct material and labor costs and all other direct and indirect costs related to contract performance. General and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Costs incurred that do not contribute to satisfying performance obligations are excluded from the cost input calculation as these amounts are not reflective of transferring control to the customer. Costs are generally recognized as incurred. Under certain circumstances, costs incurred in the period related to future activity of the contract or costs that benefit the entire performance obligation (fulfillment costs) may be capitalized. 12 MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 2- Summary of Significant Accounting Policies (cont'd.) Revenue and Cost Recognition (cont'd.) Changes in Contract Performance Changes in job performance, job conditions and estimated profitability, including those arising from settlements, may result in revisions to costs and income and are recognized in the period in which the revisions are determined. The Company recognizes adjustments in estimated profit on contracts under the cumulative catch-up method. Under this method, the impact of the adjustment on profit recorded to date is recognized in the period the adjustment is identified. Revenue and profit in future periods of contract performance are recognized using the adjusted estimate. Because of the inherent uncertainty in estimating the costs to complete on contracts in process, it is at least reasonably possible that the estimates used will change in the near term. Economic Factors • Type of customers - The Company's customers consist of various general contractors as well as commercial and residential customers. • Geographical location of customers- Substantially all of the Company's customers are located within the New York metropolitan area. • Type of contracts - The work is normally performed under fixed-price and service contracts. Use of Estimates The preparation of consolidated financial statements in conformity with accounting principles generally accepted in the United States of America ("U.S. GAAP") requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the consolidated financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Contract Receivables The Company carries its contract receivables at cost less an allowance for credit losses. The measurement and recognition of credit losses involve the use of judgment. Management's assessment of expected credit losses includes consideration of current and expected economic conditions, market and industry factors affecting the Company's customers (including their financial condition), the aging of account balances, historical credit loss experience, customer concentrations, customer creditworthiness, the availability of mechanics' and other liens, and the existence of payment bonds and other sources of payment. Management evaluates its experience with historical losses and then applies this historical loss ratio to financial assets with similar characteristics. The Company's historical loss ratio or its determination of risk pools may be adjusted for changes in customer, economic, market or other circumstances. The Company may also establish an allowance for credit losses for specific receivables when it is probable that the receivable will not be collected and the loss can be reasonably estimated. 13 r � MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 2 - Summary of Significant Accounting Policies (cont'd.) Contract Receivables (cont'd.) Amounts are written off against the allowance when they are considered to be uncollectible, and reversals of previously reserved amounts are recognized if a specifically reserved item is settled for an amount exceeding the previous estimate. Contract receivables include billed and unbilled amounts for services provided to customers for which the Company has an unconditional right to payment. Billed and unbilled amounts for which payment is contingent on anything other than the passage of time are included in contract assets and contract liabilities on a contract-by-contract basis. When payment of the retainage is contingent upon the Company fulfilling its obligations under the contract, it does not meet the criteria to be included in contract receivables and remains in the contract's respective contract asset or contract liability, determined on a contract-by-contract basis. Retainage for which the Company has an unconditional right to payment that is only subject to the passage of time is included in contract receivables. Inventories Inventories consist of materials and supplies used for jobs. Inventories are valued at the lower of cost and net realizable value, with cost determined using the first-in, first-out method and with net realizable value defined as the estimated selling prices in the ordinary course of business, less reasonably predictable costs of completion, disposal and transportation. Property and Equipment Property and equipment is stated at cost. The costs of additions and betterments are capitalized and expenditures for repairs and maintenance are expensed in the period incurred. When items of property and equipment are sold or retired, the related costs and accumulated depreciation are removed from the accounts and any gain or loss is included in income. Depreciation of property and equipment is provided utilizing the straight-line method over the estimated useful lives of the respective assets as follows: Transportation equipment 5 years Office equipment 3 to 5 years Machinery and equipment 5 to 7 years Leasehold improvements are amortized over the shorter of the remaining term of the lease or the useful life of the improvement utilizing the straight-line method. Noncontrolling Interest The Company follows the accounting and reporting standards for the noncontrolling interest in a consolidated affiliate in accordance with FASB ASC Subtopic 810-10-65. See Note 12, Consolidation of Variable Interest Entities, which details the Company's interest in the variable interest entity, and the related interest of the noncontrolling owners. 14 MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 2 - Summary of Significant Accounting Policies (cont'd.) Income Taxes Generally, income taxes have not been provided because the stockholders have elected to have the companies treated as S corporations for federal and state income tax purposes as provided in Section 1362(a) of the Internal Revenue Code. As such, the corporations' income or loss and credits are passed through to the stockholders and reported on their individual income tax returns. The accompanying provision for income taxes represents only state and local taxes. State and local income taxes are provided for the tax effects of transactions reported in the consolidated financial statements and consist of taxes currently due plus deferred taxes related primarily to differences between the financial and tax bases of long-term construction contracts. Construction contracts are reported for tax purposes using the percentage-of-completion method. Service/maintenance work and leasing transactions are reported for tax purposes using the accrual method. During the year ended December 31, 2023, the Company made an election to pay the New York State portion of the stockholders' individual taxes based on a law enacted in 2021. The Pass-Through Entity Tax ("PTET") is an annual election and qualifies these payments as tax deductible to the Company. This accrual is included in provision for income taxes in the consolidated statement of income. Advertisinq The Company expenses advertising costs as incurred. Total advertising expense was $5,831 for the year ended December 31, 2023. Leases In accordance with FASB ASC Topic 842, Leases ("ASC 842"), the Company recognizes its right-of-use assets and the corresponding lease liabilities as of the lease commencement date based on the present value of lease payments over the life of the lease term. To determine the present value of lease payments, the Company must use the rate implicit in the lease if it is readily determinable; otherwise, the Company may use either(a) a borrowing rate based on similar debt or (b) the practical expedient option provided by ASC 842, which allows an entity to use a risk-free rate for each class of underlying asset for a period comparable to the lease term to discount the lease payments to present value. The Company considers the lease term to be the noncancellable period that it has the right to use the underlying asset, including all periods covered by an option to (1) extend the lease, if the Company is reasonably certain to exercise the option, (2) terminate the lease, if the Company is reasonably certain not to exercise that option, and (3) extend or not to terminate the lease, in which exercise of the option is controlled by the lessor. The Company has elected to use the practical expedient provided by ASC 842 to determine the present value of its lease payments. The Company's right-of-use assets and lease liabilities relate to office space. 15 MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 2- Summary of Significant Accounting Policies (cont'd.) Leases (cont'd.) The Company has also utilized the following practical expedients: • Short-term leases -for leases that are for a period of 12 months or less, the Company will not apply the recognition requirements of ASC 842. • For leases that contain related non-lease components, such as maintenance, the Company will account for these payments as a single lease component. Leases are classified as either finance or operating leases. For operating leases, the lease liability is initially and subsequently measured at the present value of the future payments at the lease commencement date. For finance leases, the lease liability is initially measured in the same manner and is subsequently measured similar to financed purchases, with interest expense recorded in connection with the lease liability. The classification between operating and finance leases determines whether lease expenses are recognized based on an effective interest method or on a straight-line basis, respectively, over the term of the lease. The right-of-use asset is initially measured at cost, which comprises the initial amount of the lease liability adjusted for lease payments made at or before the lease commencement date, plus any initial direct costs incurred and less any incentives received. Right-of-use assets under finance leases are amortized on a straight-line basis over the lease term. Right-of-use assets for operating and finance leases are periodically reduced by impairment losses. The Company monitors for events or changes that could require a reassessment of its leases. When a reassessment results in the remeasurement of a lease liability, a corresponding adjustment will be made to the carrying amount of the corresponding right-of-use asset unless doing so would reduce the carrying amount of the right-of-use asset to an amount less than zero. In addition, the Company leases certain equipment on a short-term (12 months or less) basis. Total short-term lease expense included in operating expenses for the year ended December 31, 2023 was $49,906. 16 e � , MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 2 - Summary of Significant Accounting Policies (cont'd.) Adoption of ASU No. 2016-13 As of January 1, 2023, the Company adopted FASB ASU No. 2016-13, Financial Instruments - Credit Losses (Topic 326): Measurement of Credit Losses on Financial Instruments, and all subsequently issued related amendments, which changed the methodology used to recognize impairment of the Company's contract receivables. Under this ASU, financial assets are- presented at the net amount expected to be collected, requiring immediate recognition of estimated credit losses expected to occur over the asset's remaining life. This is in contrast to previous U.S. GAAP, under which credit losses were not recognized until it was probable that a loss had been incurred. The Company performed its expected credit loss calculation based on historical accounts receivable write-offs, including consideration of then-existing economic conditions and expected future conditions. The adoption of this ASU did not have a significant impact on the combined financial statements. Note 3 - Concentration of Credit Risk The Company maintains cash balances in one financial institution. Such balances are insured by the Federal Deposit Insurance Corporation ("FDIC") for up to $250,000. From time to time, the Company's balances may exceed this limit. Note 4- Contract Receivables Contract receivables are summarized as follows: BILLED: Completed contracts $ 2,281,626 Contracts in process 3,287,277 Retainage 3,039,941 8,608,844 Less: Allowance for credit risk - $ 8,608,844 17 f • MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 5 - Contract Assets and Contract Liabilities Information with respect to contract assets and contract liabilities on uncompleted contracts at December 31, 2023, is as follows: Contract costs incurred $ 39,542,544 Estimated earnings 1,854,319 41,396,863 Less: Billings to date 38,084,329 $ 3,312,534 Included in the accompanying consolidated balance sheet as contract assets and contract liabilities: Costs and estimated earnings in excess of billings on uncompleted contracts $ 3,710,337 Total Contract Assets $ 3,710,337 Billings in excess of costs and estimated earnings on uncompleted contracts $ (397,803) Total Contract Liabilities $ (397,803) Note 6 - Property and Equipment Property and equipment, net is summarized as follows: Transportation equipment $ 4,402,267 Office equipment 22,033 Machinery and equipment 313,446 Building and leasehold improvements 1,629,046 6,366,792 Less: Accumulated depreciation and amortization 4,732,841 $ 1,633,951 Depreciation and amortization expense related to property and equipment amounted to $396,529 for the year ended December 31, 2023. 18 MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 7- Note Payable- Bank Pursuant to an arrangement with its bank, the Company has available a $2,000,000 revolving line of credit with interest due monthly at the bank's prime rate plus 1% (totaling 9.50% at December 31, 2023). The line of credit is subject to the maintenance of certain financial covenants and a 30-day clean-up provision. The line of credit is due on demand and is secured by substantially all of the Company's assets, the personal guarantees of its stockholders and the guarantee of a real estate holding affiliate related by virtue of common ownership. At December 31, 2023, the Company had no outstanding balance on the line of credit. Note 8- Related Party Transactions The Company rents office and warehouse facilities from a related party on a month-to-month basis. Included in general and administrative expenses for the year ended December 31, 2023 is rent expense paid to the related party of$241,662. At December 31, 2023, the Company has advances to shareholders and affiliates of $1,000,000, which is included in prepaid expenses and other current assets on the consolidated balance sheet. The receivable is noninterest bearing and expected to be repaid within the next twelve months. Note 9 - Long-Term Debt Long-term debt is summarized as follows: Various notes payable in monthly installments ranging from $243 to $1,748 including interest ranging from 0.00% to 8.59% with maturities ranging from January 2024 through March 2029. These notes are secured by related transportation equipment with a net book value of approximately$1,279,000. $ 878,611 Less: Current maturities 313,147 Long-Term Debt $ 565,464 Aggregate maturities of long-term debt are as follows: Years Ending December 31: 2024 $ 313,147 2025 256,110 2026 173,786 2027 98,569 2028 34,125 Thereafter 2,874 $ 878,611 19 1. • MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 10 - Contingencies The Company makes contributions to union-administered defined benefit pension plans under collectively bargained agreements. If the Company were to withdraw from the plans or should the plans be terminated, the Company could be liable for a proportionate share of the unfunded actuarial present value of plan benefits at the date of withdrawal or termination. The amount of the potential impact to the Company of such unfunded liability is not known. The Company is contingently liable to its surety under a general indemnity agreement. Under this agreement, the Company agrees to indemnify the surety for any payments made on its behalf. The Company believes that all contingent liabilities will be satisfied by its performance on the specific contracts covered by the agreement. In addition, an affiliated company under common control and common ownership has guaranteed the indemnity agreement. The Company is involved in various legal proceedings and litigation arising in the ordinary course of business. Management is of the opinion that the outcome of these actions will not have a material adverse effect on the Company's consolidated financial statements. The Small Business Administration ("SBA") may undertake a review of a Paychex Protection Program ("PPP") loan of any size greater than $150,000 during the six-year period following forgiveness or repayment of the loan. If selected, the review would include the loan forgiveness application, as well as whether the Company met the eligibility requirements of the PPP and received the proper loan amount. In April 2020, the Company received a PPP loan in the amount of$4,491,100 and received forgiveness of the PPP loan in the amount of $3,928,235 in December 2021. The Company is subject to an SBA review until December 2027. Whether the Company will be selected for an SBA review, as well as the timing and outcome, is not yet known. Note 11 - Multiempioyer Plans The Company contributes to multiple multiemployer defined benefit pension plans under the terms of collective-bargaining agreements that cover its union-represented employees. The risks of participating in the multiemployer plans are different from single-employer plans in the following aspects: a. Assets contributed to a multiemployer plan by one employer may be used to provide benefits to employees of other participating employers. b. If a participating employer stops contributing to a plan, the unfunded obligations of the plan may be borne by the remaining participating employers. c. If the Company chooses to stop participating in a multiemployer plan, the Company may be required to pay that plan an amount based on the underfunded status of the plan, referred to as a withdrawal liability. 20 MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 11 - Multiemployer Plans (cont'd.) The Company's participation in the plans for the year ended December 31, 2023, is outlined in the table below. The "EIN/Pension Plan Number" column provides the Employer Identification Number ("EIN") and the three-digit plan number, if applicable. Unless otherwise noted, the most recent Pension Protection Act ("PPA") zone status available in 2023 is for the plan's year-end at June 30, 2023. The zone status is based on information that the Company received from the plan and is certified by the plan's actuary. Among other factors, plans in the red zone are generally less than 65 percent funded, plans in the yellow zone are 65 percent to 80 percent funded, and plans in the green zone are at least 80 percent funded. The "FIP/RP Status Pending/Implemented" column indicates if a financial improvement plan ("FIP") or a rehabilitation plan ("RP") is either pending or has been implemented. The last column lists the expiration date of the collective-bargaining agreement to which the plan is subject. There have been no significant changes that affect the comparability of 2023 and 2022 contributions. Expiration Date of Pension FIP/RP Status Contributions for Collective- EIN/Pension Plan Protection Act Pending/ the Year Ended Surcharge Bargaining Pension Fund Number Zone Status Implemented December 31,2023 Imposed Agreement Plumbers&Pipefitters National Pension Fund 52-6152779/001 Green Yes $ 129,391 No 12131/2025 Plumbers Local Union No.200 Pension Fund 11-3125387/001 Green Yes 166,296 No 4/30/2026 Plumbers&Steamfitters Local Union No.21 Pension Fund 13-1847042 Green Yes 20,120 No 4/30/2025 $ 315,807 The Company did not provide more than 5 percent of the plans' contributions for the plan year. Note 12- Consolidation of Variable Interest Entities In accordance with FASB ASC Topic 810, Consolidation, Maccarone has analyzed its relationship with an affiliate, Leasing, and determined that Leasing is a variable interest entity and Maccarone is the primary beneficiary. Maccarone is the primary beneficiary of Leasing because Maccarone has the power to direct the activities of Leasing that most significantly impact Leasing's economic performance. Those activities include Maccarone being the primary leaseholder of the transportation equipment owned by Leasing. Therefore, Maccarone has consolidated Leasing's net assets in these consolidated financial statements. Should additional financial support be needed for Leasing in the future, it is expected that Maccarone will provide that support due to the ownership and leasing relationships between Maccarone and Leasing. The source of Leasing's revenue is primarily the lease payments. made by Maccarone. Leasing's creditors have recourse to the assets of Maccarone due to its guarantee of Leasing's long-term debt. At December 31, 2023, the total assets and liabilities of Leasing were approximately $1,288,000 and $879,000, respectively. At December 31, 2023, Leasing's property and equipment had a net book value of approximately $1,279,000, encumbered by related debt of approximately $879,000 (see Note 9). For the year ended December 31, 2023, revenues and costs of Leasing were approximately$729,000 and $432,000, respectively. 21 MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 13- Common Stock Common stock at December 31, 2023, is summarized as follows: Maccarone Plumbing, Inc. Common stock, no par value; 200 shares authorized; 100 shares issued and outstanding $ 8,000 Maccarone Leasing, Inc. Common stock, no par value; 200 shares authorized; 100 shares issued and outstanding 7,152 15,152 Less: Noncontrolling interest 7,152 $ 8,000 Note 14- Benefit From Income Taxes The benefit from income taxes is summarized as follows: Current: State and local $ 4,500 Deferred: Local (56,380) The deferred tax asset includes the following components: Deferred tax asset $ 128,950 The Company files income tax returns in the U.S. in federal, State and City of New York jurisdictions. With few exceptions, the Company is no longer subject to U.S. federal, state, or local tax examinations by taxing authorities for years before 2020. The years 2020 to 2022 remain subject to examination by taxing authorities. Note 15- Change in Estimate During the year ended December 31, 2023, the Company had a decrease in estimated profit on contracts, which resulted in 'a current period decrease in net income of approximately $883,000, net of income taxes of approximately $86,000. The decrease would have been reported in the preceding period had the decrease in estimated profit been known at that time. Revisions in estimated profits are made in the period in which circumstances requiring the revisions became known. 22 MACCARONE PLUMBING, INC. AND AFFILIATE NOTES TO CONSOLIDATED FINANCIAL STATEMENTS DECEMBER 31, 2023 Note 16- Backlog The following schedule is a reconciliation of backlog representing signed contracts at December 31, 2023: Balance, December 31, 2022 $ 19,821,886 Contract adjustments 786,277 New contracts-year ended December 31, 2023 52,022,498 72,630,661 Less: Contract revenues 57,146,642 Balance, December 31, 2023 $ 15,484,019 In addition, subsequent to December 31, 2023, the Company has entered into additional construction contracts with estimated revenues of approximately$32,371,000. Remaining construction performance obligations represent the remaining transaction price, including variable consideration not constrained, for which work has not been performed. As of December 31, 2023, the aggregate amount of the transaction price allocated to remaining performance obligations was $15,484,019. The Company expects to recognize revenue on approximately 100% of the remaining performance obligations over the next 12 months. Note 17- Subsequent Events The Company has evaluated all events or transactions that occurred after December 31, 2023 through June 17, 2024, which is the date that the consolidated financial statements were available to be issued. During this period, there were no material subsequent events requiring disclosure. 23 ' s Document A31OTM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and prfrteiVal place 0fh:ecirress) Markel Insurance Company Maccarone Plumbing Inc. 4521 Highwoods Parkway This document has important 10 Sea Cliff Ave. Glen Allen,VA 23060 legal consequences.Consultation Glen Cove, NY 11542 Mailing Address for Notices with an attorney is encouraged with respect to its completion or 9500 Arboretum Blvd., Suite 400 modification. OWNER: Austin,TX 78759 (Nance,legal slates and address) Any singular reference to Contractor,surety,Owner or Town of Southold other party shall be considered 53095 Main Road plural where applicable. Southold, NY 11971 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: Wance,location or addr eA and Project number,ija),y) Southold Town Recreation Center ADA Bathroom Renovations, Contract A-General Construction, Division 22- Plumbing The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)eaters into a.contract with the Ulmer in accordance with the terms of such bid,attd gives such bond or bonds as may be specified in the bidding or Contract Docunlents,:with a surety admitted in the jurisdiction of the Project and othemise acceptable to the Owner,for the faithful performance of such Contract and for'the'proinpt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the dit3erence,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perrorm the work covered by said bid,then this obligation shall be null and void,otherwise to remain.in rOli.force and ellect.The Surely hereby waives ally notice oran agreement between the nwrier and Contractor to extend the time in which the Owner may accept file bid.Waiver ol'notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time ror acceptance orbids specified in the bid documents,and the Owner and Contnlclor shall obtain the Suret}'s consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been rurnished to comply with a statutory or other legal requirement in the locution ol'lhe Projdct;any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisionx conlilmming tQ,such statutory or other legal requirement shall he deemed incorporrted herein.When so furnished,the intent is that this Bond%bull be construed a%a statutory bond and not as a common law bond. Signed and scaled this 18th day of February, 2025: Maccarone Plumbing Ind. (Priitctpal) (Seal) (11�lucess) By: . i I i C�•µ•MMIfl1/yam_ �a SyRA,V Markel InsuraACompan�y r�?r••'pR�.E 4�.ne &SureJ}) (Seal) J 'c,SEQLr e (iPihtess) �it6���lfNO�W}dr3 k �arolynnRa�mirez,�Attor e - -Fact /�w,,,,,,�a,N•� 8-00541AS 8/10 1 ACKNOWLEDGEMENT OF PRINCIPAL IF A CORPORATION STATE OF } COUNTY OF NMAIA1.A } On this day of before me personally appeared I -0 to me known,who, being by me duly sworn, did depose and say; that he/she resides at `�t. '�� �'SU that he/&h4 ,is the [D� - of mfiR"-� f Ut the corporation described in and which executed the within instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal;that it was so affixed by the Board of Directors of said corporation; and that he/she signed his/her name thereto by like order.-` Notary Public MICHELLE A MATTIA Notary public,state of New York No.01MA6-108321 Qualified in suffol!;County Commission Expires 07-21-2026 E ACKNOWLEDGMENT OF SURETY COMPANY STATE OF New York } COUNTY OF New York } On this February 18, 2025 before me personally came Karolynne Ramirez to me known, who;being by me duly sworn, did depose and say; that he/she resides in Hudson County , State of New Jersey that he/she is the Attorney-In-Fact of the Markel Insurance Company the corporation described in which executed the above Instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by the Board of Directors of said corporation; and that he/she signed his/her name thereto by like order; and the affiant did further depose and say that the Superintendent of Insurance of the State of New York, has pursuant to Section 1111 of the Insurance Law of the State of New York, issued to Markel Insurance Company (Surety) his/her certificate of qualification evidencing the qualification of said Company and Its sufficiency under any law of the State of New York as surety and guarantor, and the propriety,of accepting and approving it as such; and that such certificate has not been revoked. Notary Public FIONA WALSH NY acknowledgement Notary Public-State of New York NO.O1 WA0018088 Qualified in Nassau County Commission Expires December 7,2027 I i POA## 3210015 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That SureTec Insurance Company,a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris,Texas and Markel Insurance Company(the"Company"),a corporation duly organized and existing under the laws of the state of Illinois,and having its principal administrative office in Glen Allen,Virginia,does by these presents make,constitute and appoint: Colette R.Chisholm,Susan Lupski,Katherine Acosta,Dana Granice,Michelle Wannamaker,George O.Brewster,Gerard S.Macholz, Thomas Bean,Robert T.Pearson,Camille Maitland,Karolynne Ramirez,Desiree Cardlin Their true and lawful agent(s)and attorney(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on their own behalf,individually as a surety or jointly,as co-sureties,and as their act and deed any and all bonds and other undertaking in suretyship provided,however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: In Unlimited Amounts This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED,That the President,any Senior Vice President,Vice President,Assistant Vice President,Secretary,Assistant Secretary,Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named in the given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 7th day of November , 2024 . VFtAiV �.��%3FIANC to, qdeyJennin , any SureTec Insurance Company SEAL '-v- cj � � 9 rf� .yam_ By: Michael C.Ke ig,President e R ,o �•,rpr*r1N%��, dent State of Texas County of Harris: On this 7th day of November , 2024 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES,to me personally known to be the individuals and officers described in,who executed the preceding instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies,and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies,and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. ```s`�t tit IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Officod eG�� '%Varris,the day and year first above written. _ V:0 e��Ci'. :2 N By: (PP. Chelsea Turner,Notary Public �Z 0 + My commission expires 7/6/2028 _ 1325 ti`certi that the original POWER OF ATTORNEY of which the We,the undersigned Officers of SureTec Insurance Company and Markel 11 n n O fY foregoing is a full,true and correct copy is still in full force and effect and has nd1414 00i. r+� 18th da February 2025 IN WITNESS WHEREOF,we have hereunto set our hands,and affixed the Seals of said Companies,on the y of rY MM.Brent nsurance Company Markel Insurance Company By: By. A ant SecretaryL AndrewMarqAssistan cretary Any Instrument Issued in excess of the penalty stated above is totally void and without any validity. 3210015 For verification of the authority of this Power you may call(713)812-0800 on any business day between 8:30 AM and 5:00 PM CST. 9ocuSigWEnvelope ID:20ABE62B-F4B7-46B4-AOB5-56F9E6A7D372 t Markel Insurance Company O'Hare International Center I 10275 W.Higgins Road,Suite 750,7th Floor Rosemont,Illinois 60018 FINANCIAL STATEMENT as of December 31,2023 Statutory Basis Bonds $ 1,304,778,429 Reserve for losses and Loss Expense $ 1,300,560,196 g71,747,404 Stocks 2,717,770,960 Reserve for Unearned Premiums 148,587,015 Other Liabilities 950,352,620 Cash&Short Term Investments 2,722,660,220 Agents Balances or Uncollected Premiums 588,751,727 TOTAL LIABILITIES Other Admitted Assets 588,751,727 Capital Stock 4,200,000 Surplus 2,658,117,785 2,662,317,785 TOTAL POLICYHOLDERS SURPLUS TOTAL LIABILITIES AND POLICYHOLDERS TOTAL ASSETS $ 5,384,978,005 SURPLUS $ 5;384,978,005 Bonds and stocks are valued in accordance with the basis adopted by the National Association of Insurance Commissioners. Securities carried in the above statement are deposited as required by law. CERTIFICATE Michael J.Jaeger,Controller,and Kathleen A.Sturgeon,Secretary,of the Markel Insurance Company,being duly sworn,deposes and says that they are the above described officers of the said Company and that on the 31st day of December,2023,the Company actually possessed the assets set forth in the foregoing financial statement,except as hereinbefore indicated,and that the foregoing statement is a correct exhibit of such assets and liabilities of said Company on the 31st day of December,2023,according to the best of their information,knowledge and belief. DocuSigned by: DocuSigned by: k4ad I. � Q. {tw c ew A02BB4CAACB048A... Se f�E076A834FBUDC Control er ... STATE OF ILLINOIS COUNTY OF COOK On this 12th day of February,2024,before me came the above named officers of Markel Insurance Company to me known to be the individuals.and officers described herein, and acknowledge that they executed the foregoing DocuSigned by: instrument and affixed the seal of the corporation thereto y �py�y1 by the authority of their office. MAW S 1p2433D435:.. i I I i 3 "s S TOWN OF SOUTHOLD SOUTHOLD TOWN RECREATION CENTER ADA BATHROOM RENOVATIONS CONSTRUCTION SPECIFICATIONS SOUTHOLD, SUFFOLK COUNTY,NEW YORK 4gifo Fill redAim- Prepared By: TOWN OF SOUTHOLD Engineering Department 53095 Main Road Southold, New York 11971 January 16, 2025 (631) 765-1560 TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME": "SOUTHOLD TOWN RECREATION CENTER ADA BATHROOM RENOVATIONS" Definite specifications may be obtained at the Southold Town Clerk's Office beginning January 16, 2025. PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD February 20, 2025 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check(payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 10:00AM on February 4, 2025 at the Southold Torun Recreation Center located at 970 Peconic Lane in Peconic,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. TABLE OF CONTENTS TOWN OF SOUTHOLD SOUTHOLD TOWN RECREATION CENTER ADA BATHROOM RENOVATIONS Title Page ------ Invitation to Bid ------ Table of Contents ------ Instructions to Bidders IB-1 thru I13-6 Standard Insurance Requirements SIR 1 thru SIR 3 General Conditions GC-1 thru GC-12 Conditions of Contract CC-1 thru CC-18 Proposal Form Package Pages 1 - 9 Qualification of Bidders QS-1 thru QS-4 Contract Agreement A-1 thru A-3 NYS Wage Rates ------ Davis-Bacon Wage Decision Pages 1 thru 12 HUD Form 4010 Pages 1 thru 10 Division 1 Pages 1 thru 14 Technical Specifications Contract Drawings INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form,Preparation and Presentation of Proposal 3. Bid Security 4. Qualifications of Bidders 5. Rejection of Bids 6. Bidders Responsibility 7. Construction Terms and Conditions 9. Bid Reservations 10. Non-Collusive Statement 11. Addenda and Interpretations 12. Method of Award 13. Single Price Bid Analysis 14. Municipal Exempt Status 15. Labor Law 16. Wage Rates 17. Insurance Required by the Town of Southold 18. Quantities IB - 1 INSTRUCTIONS TO BIDDERS I. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided for the Southold Town Recreation Center ADA Bathroom Renovations located at 970 Peconic Lane in Peconic, New York. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25 Southold,New York 11971, no later than 2:00 P.M. prevailing time on Thursday, February 201h, 2025,at which time they will be opened and publicly read aloud. All bids received after the time stated for the opening in the Notice to Bidders may not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. 2. FORM,PREPARATION AND PRESENTATION OF PROPOSAL The Proposal Form as issued by the Town shall be completely filled in, in black ink or typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices must be filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount bid for any item, the unit price, as expressed in words, shall govern. The following two items will automatically render a bid unacceptable to the Town of Southold: a. Failure to sign bid proposal page. b. Failure to include necessary bid security deposit(as required). It shall be fully understood that any deviations from the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award. 3. BID SECURITY (a) The Bid must be accompanied by a certified check on a solvent bank or trust company with its principal place of business in New York State, or an acceptable bid bond, in an amount equal to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold (herein identified as Owner), as assurance that the bid is made in good faith. The certified checks or bid bonds of unsuccessful bidders will be returned after execution of the Contract between the Owner and the successful bidder; the certified check or bid bond of the successful bidder will be retained tmfil filing and appr-evalofthe Pei=fermanEe Bond and until the completion of ten percent (10%) of the work under the Contract. IB - 2 INSTRUCTIONS TO BIDDERS (b) The successful bidder, upon his failure or refusal to execute and deliver the Contract and required within ten (10) days after the date of notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security he deposited with his bid. ., 4. QUALIFICATIONS OF BIDDERS (a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work are provided with the bid specification package, and shall be filled out by the contractor and returned with the bid submission. (b) Information contained in any statement of financial ability shall be not more than thirty days old at the time of submission. (c) The Town reserves the right to make such investigation as it may deem necessary or advisable to determine any bidder's ability to do the work, and the bidder shall furnish to the Town, on request, all data and information pertinent thereto. The Town reserves the right to reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do the work. Financial instability of a bidder may be cause for non-award. 5. REJECTION OF BIDS (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be rejected. (b)The TOWN BOARD reserves the right to reject any and all bids, in whole or in part, to waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. 6. BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed improvement and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor from pleading misunderstanding or deception because of estimates or quantities, character, location or other conditions surrounding the same. Special attention is called to the notes on the Plans or in the itemized form of bid, which are made a part of this Contract, which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. IB - 3 INSTRUCTIONS TO BIDDERS (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the extent, cost, and character of the materials, labor, and equipment required to complete the proposed job in accordance with the Plans and Specifications, including all other expenses incidental thereto. (d) Bidders must examine the Plans and Specifications and exercise their own judgment as to the nature and amount of the whole of the work to be done, and for the bid prices, must assume all risks of variance by whomsoever made in computation or statement of amounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. (e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever material and under whatever conditions he may encounter or create, without extra cost to the Town. (f)No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation, or for an extension of time. 7. CONSTRUCTION TERMS AND CONDITIONS The successful bidder is warned that the work specified in the Conditions of Contract, together with the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and instructions of the Engineer or his duly authorized representative will be rigidly enforced. O. SECURITY FOR FAITHFUL PERFORMANCE AND 1% A TNT N A NC — equal Ee one hundred The sueeessful bidder- shall be i—equi.-ed I.--- expeute a Peffennance Wind .--1 I- E•arrier4s eta. eempany with an A rating r- better f:.e A M Best P. Co n aeeeptable 4... > or- bonds > Bond shall be Nwitten so as to remain in fulL fhrr-o Anil ,ter the date of Tina t f the 1 --------- ----- -'--= �-� year-...�..�. ...� .....,� ..�......L..���riiiii�� vi ui� vvvri�: The sueeessful bidder-, upen failure to exeetAe and deliver-the bonds required within ten(10) days after the date of netiee of ll it as liquidated damages for-sueh failufe > > or o , deposit.and he will be liable fer and he agfees to pay te the No plea ofmistake h twaza v shall be lab to the bidder- a^ C his t- Y bid ain dor.,,....e„tary evidence aeeept hl t the Town, rrr-eval of the bonds and andU1LL1 ten IB -4 INSTRUCTIONS TO BIDDERS 9.BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Purchasing Agent. 10. NON-COLLUSIVE STATEMENT The form of non-collusion bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The submission of this statement certifies that the prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. 11. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to Michael Collins, P.E. at the Town Engineering Department of Southold 53095 Main Road Southold, New York 11971 (fax) 631-765-9015, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. 12. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be furnished, and conformity with the specifications. 13.SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. 14. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 15. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to IB - 5 INSTRUCTIONS TO BIDDERS which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended, of the State of New York. Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract, Paragraph 11,which are hereby referred to and made a part hereof. 16. WAGE RATES The rates of wages determined by the New York State Industrial Commissioner pursuant to the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. 17. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance requirements Section. (a) Comprehensive Automobile Policy (b) Comprehensive General Liability (c) Excess/Umbrella Insurance (d) Owner's and Contractor's Protective Liability (e) Workmen's Compensation Insurance (f) Disability Insurance and Unemployment Insurance 18. QUANTITIES Any quantities set forth in the bid specifications are approximations only. No guarantee is made for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual work done at the unit prices quoted. IB - 6 STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as,nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including,but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs, and the Town of Southold has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the Town and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the Town of Southold. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificate to be provided to the Town of Southold. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than$2,000,000 (two million dollars) for damages on account of any one accident,and in an amount of not less than $5,000,000(five million dollars) on account of any one occurrence. EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/ umbrella insurance policy in an amount of not less than $5,000,000 (Five million dollars) each occurrence and aggregate. SIR- 1 STANDARD INSURANCE REQUIREMENTS OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: A. Contractual liability B. Independent contractors C. Products and completed operations AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit(CSL) of$1,000,000(one million dollars). OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE: 1. Coverage shall include: A. All owned vehicles B. Hired car and non-ownership liability coverage C. Statutory no-fault coverage CONTRACTORS PROTECTIVE LIABILITY:An OCP Policy shall be required by the Town of Southold in limits of $2,000,000 combined single limit, each occurrence, $5,000,000 General Aggregate. This insurance must fully cover the legal liability of the Contractor, NAMING THE CONTRACTOR AND TOWN OF SOUTHOLD AS INSURED. The contractor shall furnish the Town with the original insurance policy. ADDITIONAL CONDITIONS OF INSURANCE: 1. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non-renewal. CERTIFICATE OF INSURANCE: The contractor/vendor shall file with the Town of Southold prior to commencing work under this contract, a certificate of insurance. 1. Certificate of insurance shall include: A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. included on certificate H.Town of Southold listed as additional insured and certificate holder. Bid Number. SIR- 2 STANDARD INSURANCE REQUIREMENTS Description of operations/locations/etc. Box must include the statement: "THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED" CERTIFICATE HOLDER SHALL BE LISTED AS: TOWN OF'SOUTHOLD 53095 MAIN ROAD SOUTHOLD,NY 11971 2. If the contractor's/vendor's insurance policies should be non-"renewed, cancelled or expire during the life of the contact,the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the Town of Southold for cancellation is applicable. SIR - 3 GENERAL CONDITIONS INDEX 1. Definitions of Terms 2. Standards of Workmanship 3. Samples 4. Manufactured Materials 5. Laboratory 6. Shop Drawings 7. Permits 8. Plans and Specifications 9. Cutting, Patching and Digging 10. Errors, Omissions and Discrepancies 11. Temporary Of-flee&Toilet 12. Proper Method of Work and Proper Materials 13. Inspection 14. Waiver 15. Water and Electric Power 16. Machinery and Equipment 17. Maintenance 18. Schedule of Operations 19. Right to Use Work 20. Notice of Warning 21. Warning Signs 22. Accident Prevention 23. Damages 24. Maintenance of Traffic 25. Final Site Cleaning 26. Protection of Land Markers, Trees, Shrubs, and Property 27. Protection of Utilities 28. No Damages for Delay 29. Record Keeping 30. Subcontractors and Suppliers 31. Penal Law GC - 1 GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the Specifications, it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any structure connected therewith. SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this document, together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantities and quality of materials to be furnished and accepted under this Contract. OWNER: Shall mean Town Board, Town of Southold. ENGINEER (ARCHITECT): the Owner and/or duly authorized representative to represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them.. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Standard Insurance Requirements (SIR 1-3), Detailed Specifications, Contract Drawings,Addenda, Performance Bonds, and all supplemental agreements made or to be made. CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or any combination thereof, and successor, personal representatives, executors, administrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place of the second part under this Contract. INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any and all necessary inspections of the work performed and the materials furnished by the Contract. MATERIALS: Any approved materials acceptable to the Engineer and conforming to the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. GC - 2 GENERAL, CONDITIONS 3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary,to permit a resubmission of samples to the Engineer until approval is given. Work and material shall be furnished and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate size to show quality, type, color, range and finish and texture of material. Materials shall not be ordered until approval is received in writing from Engineer. 4. MANUFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right, before execution of the Contract,to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's consideration. Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as required. The materials used in construction shall be disposed as not to endanger the work, and so that full access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring first- class results only. The type of labor employed by the Contractor shall be such as will insure the uninterrupted continuity of the entire work, without conflict of any kind. 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. 6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of approval evidencing that the drawings have been checked. GC - 3 GENERAL CONDITIONS The Contractor will make any corrections in the drawings required by the Engineer and will file with the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or (b) deviations from Plans and Specifications unless the Contractor, at the time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PERMITS: 7.1 Municipal: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions as contained herein together with the provisions, as they apply, of the Highway Law (Town Code) with all subsequent changes, additions or corrections thereto. A. The Contractor shall obtain from the Building Department a certificate of occupancy, whenever the scope of work of the Contract provides for the construction of a building or structure, or for modification or alteration of a building or structure, so that a certificate of occupancy, or a revised certificate of occupancy is required under state and/or local law. The Owner shall be responsible for obtaining the building permit and permit(s)pre-requisite thereto, including but not limited to the following, unless Contractor is specifically required to obtain the same pursuant to other provisions of this document: (1) Building permit (2) Fire prevention permit (3) Health Department/Application to construct a) Sanitary system including SPDES permit b) Hazardous materials storage The following additional permits when required under law shall also be obtained by the Owner: (1) NYSDEC permit(s) (2) Town Division of Environmental Protection (3) Suffolk County Farmland Committee (4) U.S. Army Corp of Engineers The Contractor shall give all notices, and comply with all laws, ordinances, rules, regulations and conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be responsible for acquisition of all pertinent information necessary for such compliance. The Contractor shall be responsible for: (1) Coordinating all building department and other department and agency inspections and approvals, (2) Obtaining U.L. approvals, (3) Health Department inspections and approvals, (4) Obtaining final certificate of occupancy. On projects involving multiple contracts, it shall be the responsibility of the "General Contractor"to GC -4 GENERAL CONDITIONS coordinate with the building department and other agencies and to obtain the certificate of occupancy. It shall be the responsibility of the mechanical contractors (prime contractors other than the G.C.) to coordinate inspections and approvals of that part of the project, which falls within the scope of their contract with the G.C., and/or as may be appropriate, directly with the approving agency. In the event that one or more of the contractors on a multi-contract project fails to perform the work in a timely manner, thereby causing undue delay in the completion of the project, and the issuance of the certificate of occupancy, the owner shall in that event, have the option to exercise "The owners right to stop work or terminate contract" as provided for in the conditions of the contract. B. Pipes and Underground Structures: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions, as they apply, of the Highway Law As per Town Code Standards) with all subsequent changes,additions or corrections thereto. C. Any work to be performed within the Town Highway right-of-way will require a Town Highway Department road-opening permit. Obtaining of the permit and subsequent release/approval shall be the responsibility of the Contractor. Aeeer shall be at the option of the Highway Depai4ment. 7.2 Suffolk County: All permits required for opening County roads and making connections with County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. (a) Department of Public Works All permits required for opening County roads and making connections with County drains, will be obtained by the Owner. A Copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. The Contractor shall be responsible for conformance to all conditions of the permit and for the subsequent release/approval. (b) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department permits described in paragraph 7.1 A. GC - 5 GENERAL CONDITIONS 7.3 State of New York: The Contractor shall obtain all necessary New York State highway permits whenever the Contract requires any work to be done within or upon existing State highway right-of- ways. These permits shall be obtained from the District Office in Hauppauge prior to the performance of the work. Upon application for the permit, the Contractor will be required to supply the following: (1) Three (3) copies of a sketch or print showing description and location of the proposed work. The Engineer will supply these prints to the Contractor. (2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be furnished in amounts and manner as required by the State of New York. The contingent protective liability and completed operations liability insurance policy to cover: "The people of the State of New York and/or the Superintendent of Public Works covering liability arising with respect to all operations through highway permits by permittee or by anyone acting by, through or for the permittee, including omissions and supervisory acts of the State", in the amount of personal injury(including death) and property damage as required. 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans and Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency-between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful,the same shall be understood to call for the best type of construction, both as to materials and workmanship, which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". Additional copies of Plans and Specifications, when requested, will be furnished to the Contractor at cost of reproduction. The Contractor shall furnish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. GC - 6 GENERAL CONDITIONS 9. CUTTING, PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon or reasonably implied by Drawings and Specifications for the completed structure, and he shall make good after them as Engineer may direct. Any cost caused by defective or ill-timed work shall be borne by the party responsible therefor. The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or alter the work of any other contractor save with the consent of the Engineer. 10. ERRORS, OMISSIONS AND DISCREPANCIES: a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he will be held responsible for the results of any such errors or omissions and the cost of rectifying the same. b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in such a manner as will make it impossible to produce a first class piece of work, or should discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails.to make such references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work in satisfactory manner as directed. c) Should a conflict occur in or between the Drawings and Specifications and/or existing conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing the work, unless he shall have asked for and obtained a decision in writing from the Engineer, before the submission of bids, as to which method or material will produce the results to the best interest of the Town. 11. TEMPORARY OFFICE & TOILET• The Gentfaeter- shall provide ., ffi^e tfa ler for- use- by the to , -ear�rc�__ffescrr+ccc+dN TL, + '1 shall 1-. 1' at r lan tahl , a k --a eha.;f pr-e ided 'a The Contractor shall provide and maintain a sanitary temporary toilet where directed by the Engineer. The temporary toilet shall be enclosed and weatherproof and kept in a sanitary condition at all times. Upon removal of the temporary outside toilet,the vault shall be disinfected, filled and all evidence of the toilet removed from the site. 12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have the power in general to direct the order and sequence of the work, which shall be such as to permit the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to bring the several parts of the work to a successful completion at about the same time. If at any time before the commencement or during the progress of the work the materials and GC - 7 GENERAL CONDITIONS appliances used or to be used appear to the Engineer as insufficient or improper for assuring the quality of the work required, or the required rate of progress, he may order the Contractor to increase their efficiency or to improve their character, and the failure of the Engineer to demand any increase of such efficiency or improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress specified. During freezing or inclement weather, no work shall be done except such as can be done satisfactorily and in a manner to secure first-class construction throughout. All work shall be done in such a manner as will properly protect and support existing permanent structures,pipe lines, etc. 13. INSPECTION: Inspectors shall be authorized to inspect all work done on materials furnished. Such inspections may extend to all parts of the work and to the preparation or manufacture of the materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject material or suspend the work until the question at issue shall be referred to and decided by the Engineer. The Inspector shall not be authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor or interfere with the management of the work by the latter. Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to guarantee that all work and materials shall, upon final completion of the work, be turned over to the Owner in a complete and perfect condition and he shall be responsible for the proper care, maintenance and protection of all work and material until his entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and accepted by the Engineer and the Owner. The Contractor shall, at all times, provide the Owners, Engineer, assistants and inspectors under him with necessary facilities for detemuning both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall continuously and adequately protect the work against damage from any cause. 14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor any order, measurement or certificate by the Engineer nor any order by the Owner for the payment of any money nor any payment for or acceptance of, the whole or any part of the work by the Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract or of any power herein reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract shall be construed as cumulative; that is in addition to each and every remedy herein provided. GC - 8 GENERAL CONDITIONS 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACHINERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in the prosecution of the work or in connection therewith, shall at all times be in proper working condition. The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these requirements. 17. MAINTENANCE: If, within one year from the date of issuance of the Final Certificate, any portion of the work shall, in the opinion of the Owner,require repairing,replacing, or rebuilding, the Contractor shall start such repairs within five (5) days after the receipt of notice from the Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days, the Owner may employ such other person or persons as they deem proper to make such repairs and pay the expense thereof out of any sum retained by them, provided nothing herein contained shall limit the liability of the Contractor or his Surety to the Owner for nonperformance of the Contractor's obligations at any time. 18. SCHEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the Contractor shall submit a proposed program of operations, showing clearly how he proposes to conduct the work so as to bring about the completion of his work within the time limit specified. This program shall outline the proposed sequence of operations, the rates of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material furnished or work performed under the Contract. 20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons supplying labor or materials for the work, or refuse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof,the Owner shall have the right to terminate the Contract. 21. WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and detour signs where directed by the Engineer. Obstructions such as stored materials, equipment and excavations shall be marked with not less than two lights, which shall be not more than 4 feet apart. GC - 9 GENERAL CONDITIONS All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. 22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall exercise all reasonable precautions for the protection of persons and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all other physical hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed, remedial action taken. The Owner reserves the right to remedy any neglect on the part of Contractor as regards the protection of the work which may come to its attention, after 24 hours' notice in writing; except that in cases of emergency it shall have the right to remedy any neglect without notice, and in either case to deduct the cost of such remedy from money due the Contractor. Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full responsibility at all times for safe prosecution of the work. 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whatever, occurring upon or arising out of the Contract. 24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary structures where necessary, prepare the roads so there will be minimum interference with traffic, set up and maintain a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take every precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. 25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as called for in the items of the Specifications shall be complete in every detail. The Contractor shall clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. All areas shall be completed in every detail and shall be broom cleaned from excess dirt and materials. GC - 10 GENERAL CONDITIONS 26. PROTECTION OF LAND MARKERS, TREES, SHRUBS, AND PROPERTY: Wherever in the conduct of the work, a monument marking a point of public or private survey is encountered or brought to view by excavation, the fact shall at once be communicated to the Engineer. In no case shall the Contractor remove the same until the location for resetting shall have been made by the Engineer. All monuments or land markings exposed to view when the work is first undertaken shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of position of the same. The unit price of all items shall include the cost of restoring to its former condition any sidewalks or curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this construction. No additional payment will be made. J The Contractor is required at his own expense to obtain any and all permits for use of private property if he uses such property for storage, transportation or accomplishment of the work under the Contract. Private property shall be cleaned up neatly, any damage repaired and premises restored to their original condition. 27. PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work, and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure or part of a structure owned by a public utility corporation without the approval of the Engineer. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town or any of its representatives, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work as provided herein. This provision shall not apply to any act or omission to act of the Town or any of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. 29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract GC - 11 GENERAL CONDITIONS term and for six (6) years thereafter. 30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer of notice to begin work, the Contractor will furnish written notice of names of all subcontractors to be employed on the project and the general items of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to be used on the project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blasting near pipes conveying combustible gas No person shall discharge explosives in the ground, nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territory. The person having direction or control of such work shall give such notice, and further he shall ascertain whether there is within one hundred feet in such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred feet of such discharge, any pipe of any other person, corporation or municipality conveying combustible gas, and if thereby any such pipe, he shall also give such notice to any other such person, corporation or municipality. Provided, however, that in any emergency involving danger to life, health, or property it shall be lawful to excavate without using explosives if the notices prescribed herein are given as soon as reasonably possible, and to discharge explosives to protect a person or persons from an immediate and substantial danger of death or serious personal injury if such notices are given before any such discharge is undertaken. Any such work shall be performed in such manner as to avoid danger to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. GC - 12 CONDITIONS OF CONTRACT INDEX 1. Contract Documents and Definitions 2. Scope of the Work 3. Compensation to be paid to the Contractor 4. Time of Essence 5. Commencement of Work 6. Time of Completion 7. Liquidated Damages for Delays 8. Extension of Time. No Waiver 9. Weather 11. Laws and Ordinances 12. Qualifications for Employment 13. Non-Discrimination 14. Payment of Employees 15. Estimates and Payments 16. Acceptance of Final Payment Constitutes Release 17. Construction Reports 18. Inspection and Tests 19. Plans and Specifications: Interpretations 20. Subsurface Conditions Found Different 21. Contractor's Title to Materials 22. Superintendence by Contractor 23. Protection of Work,Persons and Property 24. Representations of Contractor 25. Patent Rights 26. Authority of the Engineer 27. Changes and Alterations 28. Correction of Work 29. Weather Conditions 30. The Owner's Right to Withhold Payments 31. The Owner's Right to Stop Work or Terminate Contract 32. Contractor's Right to Stop Work or Terminate Contract 33. Responsibility for Work 34. Use of Premises and Removal of Debris 35. Suits of Law 36. Power of the Contractor to Act in an Emergency 37. Provisions Required by Law Deemed Inserted 38. Subletting, Successor and Assigns 39. General Municipal Law Clause 40. Grades,Lines, Levels,and Surveys 41. Insurance Requirements 42. Foreign Contractors 43. Lien Law 44. Refusal to Waive Immunity 45. Exemption from Sales and Use Tax CC - 1 CONDITIONS OF CONTRACT 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), , Conditions of Contract, General Conditions, Standard Insurance Requirements (SIR 1-3), Detailed Specifications, Contract Drawings and any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto, as if they were herein fully set forth. The table of contents, titles, heading, headlines, and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean and include the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), , Conditions of Contract, General Conditions, Standard Insurance Requirements (SIR 1-3), Detailed Specifications, Contract Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of the Contract and those of the Specifications, the provisions of this Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and includes all work required by the Owner, which in the judgment of the Engineer involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form and which is not covered by a specific unit price in the Form of Bid. Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying labor and material for work at the site of the project but not including the parties to this Contract. Notice: The term "notice", as used herein, shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at last known business address of, the person, firm or corporation for whom intended, or his,their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. Directed, Required, Approved, Acceptable: Whenever they refer to the work or its performance, "directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like import shall imply the direction, requirement, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of', and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgment of the Engineer. 2. SCOPE OF THE WORK The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities and things necessary or proper for, or incidental to, the work contemplated by this Contract as required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed on him by this Contract. CC -2 CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full the summation of products of the actual quantities in place upon the completion of the work, as determined by the Engineer's measurements, by the unit prices bid, no allowance being made for anticipated profit or for reasons of variations from the estimated quantities set forth in the Form of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: 1) By such applicable unit prices, if any, as set forth in the Contract; or 2) If no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon by the Owner and the Contractor; or 3) If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump sum; then by actual net cost in money to the Contractor of the materials, permits, wages of applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty (20) percent as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workmen's Compensation Insurance, materials used in temporary structures, allowances made by the Contractor to subcontractors, and the use of small tools. 4. TIME OF ESSENCE INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT. 5. COMMENCEMENT OF WORK The Contractor agrees that he will commence work immediately on and not later than ten (10) days after signing of the Contract. 6. TIME OF COMPLETION The time of completion of the entire contract work shall be NINETY (90) CONSECUTIVE CALENDAR DAYS from the date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specified. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. CC - 3 CONDITIONS OF CONTRACT The Owner reserves the right to order the Contractor to suspend operations, when in the opinion of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during which such suspension of work is in force are not chargeable against the specified completion date. 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract,the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Thousand Five Hundred ($1,500.00) per day which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of such default, for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6 — Time of Completion, provided, however, that the Owner shall have the right to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and without his fault or negligence, including but not restricted to, acts of God or of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, riots,civil commotion's or freight embargoes, the period herein above specified for completion of his work shall be extended by such time as shall be fixed by the Owner. No such extension of time shall be considered a waiver by the Owner of its right to terminate the Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the Contractor from full responsibility for performance of his obligations hereunder. 9. WEATHER During unsuitable weather, all work must stop when such work would be subject to injury and the Contractor shall transfer his men and materials to those parts of the work where weather conditions will not have any effect on the workmanship. The Contractor shall not be entitled to any damages on account of such damages or suspension, and he must protect any work that might be injured by the elements and make good any work that is injured. 10. CONTRACT-CT- G2L'CURJTV (a) The Centimeter shall fiffnish a Pei:fomianee Bend, er- other- aeeeptable e hundred per-eent equal to one Gantrae4, and for- the pa�,ment of all per-sons petfemiing labor- or fumishing materials i eemiection with this Goatfact. The PeffoFmanee Bond shall be 3AT-itten so as to remain in full fefee and effeet as a MaiRtenanee Bond for a per-ied of not less than one (1) year after-the date-of LLVVeUIGUllili of thework by the Engineen CC - 4 CONDITIONS OF CONTRACT (ltv)-Additional or- Substitute Bon at any fifne the Oymer- shall be or btt Vlllt d atis f e , .the :+1, any sur-ety or sureties, or-if for- my other reason sueh bond shall eease to be adequate seeur-i" 7 , satisfaetory to the Ovmen The premituns on sueh bonds shall be rnade ut#il the new surety shall heA,e been qualified. 11. LAWS AND ORDINANCES In the execution of the Contract, the Contractor shall comply and obey all federal, state, county and local laws, ordinances, codes and regulations relating to the performance of the Contract, including but not limited to, labor employed thereon, materials supplied, obstructing streets and highways, maintaining signals, storing, handling and use of explosives and all other general ordinances and state statutes affecting him or his employees or his work hereunder in his relations with the Municipality or any other persons, and also all laws, codes, ordinances controlling or limiting the Contractor while engaged in executing the work under the Contract. As a condition of the Contract, the Contractor shall and does hereby agree to comply with all requirements of the labor laws of the State of New York. The Contractor shall comply with the provisions of Sections 291- 299 of the Executive Law and Civil Rights Law, shall furnish all information and reports deemed necessary by the State Commission for Human Rights, the Attorney General and the Industrial Commissioner for purposes of investigation to ascertain compliance with such sections of the Executive Law and Civil Rights Law. The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these laws. The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor Law, as amended, provides that no laborer, workman or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be permitted or required to work more than eight (8) hours in any one (1) calendar day, except in cases of extraordinary emergency caused by fire, flood or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week expect in such emergency; that the wages to be paid for a legal day's work as herein before defined, to laborers, workmen or mechanics upon the work called for under this Contract or upon any material used upon, or in connection therewith, shall not be less than the prevailing rate for a day's work in the same trade or occupation in the locality within the state where such work is to be done and each laborer, workman or mechanic employed by the Contractor, subcontractor or other person about or upon the work shall be paid the wages herein provided; that employees engaged in the construction, maintenance, and repair of highways and in water works construction outside the limits of cities CC - 5 CONDITIONS OF CONTRACT and villages are no longer exempt from the provisions of the Labor Law which require the payment of the prevailing rate of wages and the eight(8) hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment. Each person so employed shall furnish satisfactory proof of residence in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner,the Contractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than ninety days, or both fine and imprisonment. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State of any city, county, town or village or other civil division of the state of any sums due on account of a contract for a public improvement, it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every subcontractor to file a certified statement in writing, in satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contractor, setting forth therein the names of the persons whose wages are unpaid and the amount due each respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof of the sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any contractor or subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath or verification. Section 220-D of the Labor Law provides that the advertised Specifications for every contract for the construction, reconstruction, maintenance and/or repair of highways to which the State, county, town and/or village is a party shall contain a provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the laborers employed in the performance of the Contract either by the Contractor, subcontractor or other person doing or contracting to do the whole or part of the work contemplated by the CC - 6 CONDITIONS OF CONTRACT Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. The minimum wage rates established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of"Instructions to Bidders". 12. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen(16) years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others, shall be employed to perform any work on this project; provided, however, that such restrictions shall not operate against the employment of physically handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national origin, age or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin, age or sex. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. 14. PAYMENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash or company check and not less often than once each week. CC - 7 CONDITIONS OF CONTRACT 15. ESTIMATES & PAYMENTS (a) Monthly: At the end of each calendar month during the progress of the work, the Engineer shall make an approximate estimate of the work satisfactorily done, based upon the prices set forth in the Proposal Form. In consideration of the work done, the Owner will pay or cause to be paid to the Contractor the amount estimated by the Engineer as due him less five(5)percent. The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Owner of any work so estimated and paid for. The five percent (5%) of the amount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and against any damages caused the Owner by reason of any failure on the part of the Contractor to fulfill all conditions and obligations herein contained. (b) Final Estimate: One month after the completion and acceptance of the work specified and contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the Owner will pay the full amount, less prior payments, less any amounts retained to complete the work according to the provisions of the Specifications, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. (c) Measurement for Payment: The Engineer shall make due measurement of work done during the progress of the work and his estimate shall be final and conclusive evidence of the amounts of work performed by the Contractor under, and by virtue of, this agreement and shall be taken as full measure of compensation to be received by the Contractor. When requested by the Contractor, the Engineer shall measure, re-measure or re-estimate any portion of the work, but the expense of such re-measurement or re-estimating shall, unless material error is proved, be paid for by the Contractor. (d) No payments will be made for materials delivered to the site which have not been incorporated into the work. (e) Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll record, subscribed and affirmed as true under the penalties of perjury. CC - 8 CONDITIONS OF CONTRACT 16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall be, and shall operate as a release to the Owner from all claims and all liabilities to the Contractor for all the things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. 17. CONSTRUCTION REPORTS The Contractor shall submit to the Engineer prior to commencing any work under this Contract, a detailed schedule and plan of operations indicating the manner in which the Contractor proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to bind the Contractor to a pre-determined plan or procedure, but rather to enable the Engineer to coordinate the work of the Contractor with work required of, and to be performed by others. The detailed schedule shall include a list of the subcontractors and material suppliers he proposes to use on the work. The Contractor shall furnish the Engineer with periodic estimates for partial payments as required elsewhere in the Contract Documents, and in addition thereto will furnish the Engineer with a detailed estimate for final payment. Prior to being eligible to receive the final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. The enumeration of the above reports in no way relieves the Contractor of his responsibility under existing Federal or State Laws of filing such other reports with agencies as may be required by such existing laws or regulations. 18. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make any tests required by the Engineer and/or required by the Specifications. If at any time before final acceptance of the entire work, the Engineer considers necessary or advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material CC - 9 CONDITIONS OF CONTRACT respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expense for such examination and of satisfactory reconstruction. If, however, such approval and consent shall have been given and such work is found to meet the requirements of this Contract, the Contractor shall be recompensed for the expense of such examination and reconstruction in the manner herein provided for the payment of cost of extra work. The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or equipment shall be subject to the approval of or designated by the Owner. Satisfactory documentary evidence that the material has passed the required inspection and tests must be furnished to the Engineer prior to the incorporation of the material in the work. Any rejected work will be removed from the site of the project completely at the expense of the Contractor. 19. PLANS AND SPECIFICATIONS: INTERPRETATIONS The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed and identified by the Engineer. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown in the Plans shall have the same effect as if shown or mentioned in both. In case of any conflict or inconsistency between the Plans and Specifications, the Specifications shall govern. Any discrepancy between the figures and drawings shall be submitted to the Engineer whose decision thereon shall be conclusive. 20. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly investigate the conditions and if he finds that they materially differ from those shown on the Plans or indicated on the Specifications, he shall at once make such changes in the Plans and/or Specifications as he may find necessary. Any increase or decrease of cost resulting from such changes will be adjusted in the manner provided herein for adjustment as to extra and/or additional work and changes. 21. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the Contractor or any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work. CC - 10 CONDITIONS OF CONTRACT 22. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the Contractor shall give his constant, personal attention to the work or employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that`such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be able to read and speak the English language. 23. PROTECTION OF WORK,PERSONS AND PROPERTY Precaution shall be exercised at all times for the proper protection of all persons, property and work. The Contractor shall give notice to the owners of utilities which may serve the area and request their assistance in predetermining the location and depth of various pipes, conduits, manholes, and other underground facilities. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. The Contractor shall furnish entirely at his own expense any and all additional safety measures deemed necessary by the Owner or his Engineer to adequately safeguard the traveling public. The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent property from any damage and shall replace or make good any such damage, loss or injury, unless such be caused directly by errors contained in the Contract Documents, or by the Owner or its duly authorized representatives. The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other signals at his own expense, as will effectively prevent any accident in consequence of his work for which the Owner might be liable. The Contractor shall be liable for all injuries or damage caused by his act or neglect, or that of his employees. The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes, letterboxes,traffic signals or other visible devices maintained for the use of the public. 24. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under this Contract and able to furnish the plant, materials, supplies and/or equipment to be furnished for the work; and (b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations which may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work; and CC - 1 I CONDITIONS OF CONTRACT (c) That such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which is intended and that such construction will not injure any person or damage any property; and (d) That he has carefully examined the Plans, Specifications and the site of the work, and that from his own investigations he has satisfied himself as to the nature and location of the work,the character, location, quality and quantity of surface and subsurface materials, structures and utilities likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. 25. PATENT RIGHTS As part of his obligation hereunder and without any additional compensation, the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Owner or his Engineer for any loss on account of any infringement of patent rights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an infringement of a patent. 26. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform work to the satisfaction of the Engineer, at such time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work, shall interpret the Plans, Specifications, Contract Documents and any extra work orders and shall decide all other questions in connection with the work. Upon request,the Engineer shall confirm in writing any oral orders, directions,requirements or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in which the opinion, judgment, discretion or determination of the Engineer shall control or in which work shall be performed to his satisfaction or subject to his approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and performed, but without exception all the work shall be governed and so performed. 27. CHANGES AND ALTERATIONS The Owner, upon the Engineers recommendation, reserves the right to make alterations in location, line, grade, plan, form or dimensions of the work, or any part thereof, either before or after the commencement of construction. If such alterations diminish the amount of work to be done, no claim for damages or anticipated profits will be warranted on the work, which may be dispensed with. If such alterations increase the amount of work, such increases shall be paid for according to the quantity of work actually done and at the prices for such work as contained in the schedule of prices. CC - 12 CONDITIONS OF CONTRACT 28. CORRECTION OF WORK All work and all materials whether incorporated into the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Engineer who shall be the final judge of quality, materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good and replaced and/or corrected as the case may be,by the Contractor,at his own expense. If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Engineer shall be equitable. The Contractor expressly warrants that his work shall be free from any defects in materials or workmanship and agrees to correct any defects, which may appear within one year following the final completion of the work. Neither the acceptance of the completed work nor payment therefor shall operate to release the Contractor or his sureties from any obligations under or upon this Contract or the Performance Bond. 29. WEATHER CONDITIONS In the event of temporary suspension of work or during inclement weather or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If in the opinion of the Engineer any work or material shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to protect his or their work, such work and materials shall be removed and replaced at the expense of the Contractor. 30. THE OWNER'S RIGHT TO WITHHOLD PAYMENTS The Owner may withhold from the Contractor so much of any approved payments due him as may, in the judgment of the Owner, be necessary: (a) To assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; (b)To protect the Owner from loss due to defective work not remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such applications of such money shall be deemed payments for the account of the Contractor. CC - 13 CONDITIONS OF CONTRACT 31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If, (a) The Contractor shall be adjudged bankrupt or.make an assignment for the benefit of creditors; or (b) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall not be dismissed within 20 days after such appointment, or the proceedings in connection therewith shall not be stayed on appeal within the said 20 days; or (c) The Contractor shall refuse or fail, after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials; or (d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the periods herein specified (or any duly authorized extension thereof) or shall fail to complete the work within said periods; or (e) The Contractor shall fail to make prompt payments to persons supplying labor or materials for the work; or (f) The Contractor shall fail or refuse to regard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then and in any such event, the Owner, without prejudice to any other rights or remedy it may have, may by seven (7) days' notice to the Contractor, terminate the employment of the Contractor and his rights to proceed either as to the entire work or(at the option of the Owner) as to any portion thereof as to which delay shall have occurred, and may take possession of the work and complete the work by contract or otherwise, as the Owner may deem expedient. In such case, the Contractor will not be entitled to receive any further payment until the work is finished. If the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the expense of so completing the work(including compensation for additional managerial, administrative and inspection services and any damages for delay), such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and his sureties shall be liable to the Owner for such excess. If the right of the Contractor to proceed with the work is so terminated,the Owner may take possession of and utilize in completing the work, such materials, appliances, supplies, plant and equipment as may be on the site of the work and necessary thereof. If the Owner does not so terminate the right of the Contractor to proceed, the Contractor shall continue to work. 32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work shall be stopped by order of the Court or other public authority for a period of three (3) months without act or fault of the Contractor or any of his agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days' notice to the Owner, discontinue his performance of the work and/or terminate the Contract; in which event, the liability of the Owner to the Contractor shall be determined as provided in Paragraph 31. The Contractor shall not be CC - 14 CONDITIONS OF CONTRACT obligated to pay to the Owner any excess of the expense of completing the work over the unpaid balance of the compensation to be paid to the Contractor hereunder. 33. RESPONSIBILITY FOR WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and final acceptance, and that any unfaithful or imperfect work that may become damaged from any cause either by act of commission or omission to properly guard and protect the work that may be discovered at any time before the completion and acceptance shall be removed and replaced by good and satisfactory work without any charge to the Owner, and that such removal and replacement will be performed immediately on the requirement of the Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection of the work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove any work by the Engineer at or before the time of partial payment or other estimate shall not be construed to be acceptance of any defective work. 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (a) To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his subcontractors; ' (b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; (c) Before final payment hereunder to remove all surplus material,temporary structures,plants of any description and debris of every nature resulting from his operations. 35. SUITS OF LAW The Contractor shall indemnify and save harmless the Owner from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by_any party or parties in connection with the construction of the work or any part thereof, or any commission or omission of the contractor, his employees or agents of any subcontractor, and in case of any such action shall be brought against the Owner, the Contractor shall immediately take charge of and defend the same at his own cost and expense. 36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY In case of an emergency, which threatens loss or injury to property and/or safety of life, the Contractor will be permitted to act as he sees fit without previous instructions from the Engineer. He shall notify the Engineer thereof immediately and any compensation claimed by the Contractor due to extra work made necessary because of his acts in such emergency shall be CC - 15 CONDITIONS OF CONTRACT submitted to the Engineer for approval. Where the Contractor has not taken action but has notified the Engineer of an emergency indicating injury to persons or damage to adjoining property or to the work being accomplished under this Contract, then upon authorization from the Engineer to prevent such threatened injury or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Contractor on account of any such action shall be determined in the manner provided herein for the payment of extra work. 37. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall read and be enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be forthwith be physically amended to make such insertion. 38. SUBLETTING,SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the Bidder or any member, partner, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership, or corporation of which he is a member,partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public Department, agency or official thereof for goods, work or services for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public Department, agency or official thereof on or after the first day of July, 1959, by such person, and by any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. CC - 16 CONDITIONS OF CONTRACT 40. GRADES,LINES,LEVELS AND SURVEYS The Engineer shall furnish the Contractor with the basic horizontal and vertical controls from which the Contractor shall transfer and stake his lines and grades and for their accuracy. The Engineer will establish the basic horizontal and vertical controls at the start of the work, and it shall be the responsibility of the Contractor to safeguard such controls; and if, in the opinion of the Engineer, these controls are damaged or destroyed either in whole or in part, the Contractor shall pay the cost of having the damaged controls verified, checked, corrected or replaced. 41. INSURANCE REQUIREMENTS The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind or nature, brought or recovered against the Town of Southold by reason of any act or omission of the Contractor, his agent or employees in the performance of the Contract. The Contractor shall not permit any subcontractor to commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. 42. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the performance of this work. The certificate of the New York State Tax Commission to the effect that all taxes have been paid by the foreign contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws of a state other than the State of New York. 43. LIEN LAW Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. 44. REFUSAL TO WAIVE IMMUNITY Pursuant to the provisions of Section 103-A of the General Municipal Law, in the event that the bidder or any member, partner, director or officer of the bidder, should refuse when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the CC - 17 CONDITIONS OF CONTRACT State or of any political subdivision thereof or of an authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership or corporation of which he is a member, partner, firm director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency, or official thereof, for goods, work or services, for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public department, agency, or official thereof on or after the first day of July, 1959, by such person and any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 45. EXEMPTION FROM SALES AND USE TAXES In accordance with Chapter 513 of the laws of 1974 adopted by the New York State Legislature, amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political subdivisions, as described in subdivision(a)paragraph(L) of section 1116 of the tax laws, of the State of New York are exempt from the payment of sales and use taxes imposed on tangible personal property within the limitations specified in tax law 1115 (a) (15)and(16). (15) Tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a structure or building of an organization described in subdivision(a) of section 1116, or adding to, altering or improving real property, property or land of such an organization, as the terms real property, property and land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. (16) Tangible personal property sold to a contractor or repairman for use in maintaining, servicing or repairing real property, or land of an organization described in subdivision (a) of section 1116, as the terms real property, property or land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. Contractors entering into Contract with the Town of Southold shall be exempt from payment of sales and use tax as described above. Procedures and forms are available to the Contractor direct from the Instructions and Interpretations Unit, State of New York, Department of Taxation and Finance, State Campus, Albany,New York, 12227. CC - 18 Town of Southold "Southold Town Recreation Center ADA Bathroom Renovations" PROPOSAL PACKAGE BID OPENS: February 20, 2025 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ❑ Notarized Affidavit of Non-Collusion as required by NYS Law. El A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. El As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. El Vendor Information Sheet and Address Record Form. El Assumed Name Certification. El Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 9 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE .................................■.............................■O■..............■ If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: FAX: E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other,person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached ❑ I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 9 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&Company Position DAY OF 20 Type Name&Company Position Company Name NOTARY PUBLIC Date Signed Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Southold Town Recreation Center ADA Bathroom Renovations VENDOR NAME: VENDOR ADDRESS: TELEPHONE NUMBER: FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 9 SCHEDULE OF PRICES FOR �"'_ Town of Southold o�suFfD( TOWN OF SOUTHOLD RECREATION CENTER 970 Peconic Lane BATHROOM RENOVATION Peconic, New York 11958 �'a V . ITEM NO. ESTIMATED UNIT UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS_ DOLLARS CENTS GENERAL REQUIREMENTS,MOBILIZATION&TEMPORARY TOILETS Al 1 LS for /LS Dollars Cents BATHROOM RENOVATIONS COMPLETE A2 1 LS for /LS Dollars Cents ALLOWANCE' A3 1 FB for TEN THOUSAND DOLLARS NO CENTS /FB $10,000.00 $10,000.00 Dollars Cents TOTAL BID AMOUNT(Written): COMPANY: REPRESENTATIVE'S SIGNATURE: DATE: NOTE: The Town of Southold reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or after award of the bid. The estimated quantities utilized for this bid were developed based upon take-offs from generated plans as well as field measurements. It is requested that all prospective bidders verify these figures to their satisfaction prior to the bidding. The Town cannot guarantee these estimates, in fact; actual quantities may vary significantly due to field conditions or circumstances encountered. Page 8 of 9 AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 20_before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC Proposal package 9 of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: A Corporation A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 1. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? % List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? . If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes,please provide details. 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUNTY OF ) being duly sworn deposes and says that he is the of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person who signed bid) Sworn to before me this day of , 2025 Notary Public Commission Expiration Date: QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Twenty-Five by and between the Town of Southold, party of the first part (hereinafter called the Owner), and Ply of the second part(hereinafter called Contractor). WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the,entire work associated with the Southold Town Recreation Center ADA Bathroom Renovations. AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders,Instructions to Bidders, Proposal Form (Bid), Pet!fbnnanee Bond, Conditions of Contract, General Conditions, Standard Insurance Requirements (SIR 1-3), Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 FOURTH: The Contractor agrees to indemnify and save the Town, its officers, agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages, claims, or expenses, including reasonable attorney's fees, arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of its performance of this Agreement. FIFTH: Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. SIXTH:Neither Owner nor Contractor shall,without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. SEVENTH: Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. EIGHTH: The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Albert J. Krupski Jr., Supervisor TITLE A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2025 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s)whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2025 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.ny.gov ����oF rrEW fob pp , O Kathy Hochul,Governor 9 " �� Roberta Reardon,Commissioner N 1 O� Town of Southold Schedule Year 2024 through 2025 Michael Collins,Town Engineer Date Requested 01/02/2025 53095 Main Road PRC# 2025000047 Southold NY 11971 Location SoutholdTown Recreation Center Project ID# Project Type Renovation of the existing men's and women's bathrooms to ADA standards PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Rate Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2024 through June 2025. All updates, corrections, posted on the 1 st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.ny.gov. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name&Title of Representative: Phone: (518)457-5589 Fax: (518)485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130,Albany, NY 12240 www.labor.ny.gov. PW 200 Ask.PWAsk@labor.ny.gov "General Decision Number: NY20250012 01/03/2025 Superseded General Decision Number: NY20240012 State: New York - Construction Types: Building, Heavy, Highway and Residential Counties: Nassau and Suffolk Counties in New York. BUILDING CONSTRUCTION PROJECTS, RESIDENTIAL CONSTRUCTION PROJECTS (including single family homes and apartments up to and including 4 stories), HEAVY CONSTRUCTION PROJECTS, HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(1). JIf the contract is entered Executive Order 14026 linto on or after January 30, generally applies to the 12022, or the contract is contract. renewed or extended (e.g., an The contractor must pay loption is exercised) on or all covered workers at after January 30, 2022: least $17.75 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2025. JIf the contract was awarded oni . Executive Order 13658 for between January 1, 2015 andl generally applies to the January 29, 2022, and the contract. contract is not renewed or The contractor must pay alll lextended on or after January covered workers at least 1 130, 2022: $13.30 per hour (or the applicable wage rate listed) on this wage determination, 1 if it is higher) for all hours spent performing on that contract in 2025. 1 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2025 ASBE0012-001 06/01/2024 Rates Fringes Asbestos Workers/Insulator Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems... . . . . . . . . . . . . .. . . . .$ 71.01 36.06 HAZARDOUS MATERIAL HANDLER. . . .. . .$ 40.75 19.20 ---------------------------------------------------------------- BOIL0005-001 01/01/2024 Rates Fringes BOILERMAKER. .. . . . .. . . . . . . . . . . . .. .$ 67.38 49.33+a FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Thanksgiving Day, Memorial Day, Independence Day, Labor Day and Good Friday, Friday after Thanksgiving, Christmas Eve Day and New Year's Eve ---------------------------------------------------------------- BRNY0001-001 07/01/2024 Rates Fringes BRICKLAYER. . .. . . . .. .. . . . . . . . . . . . .$ 67.39 35.90 MASON - STONE.. . . . . . . . . . .. . . . . . . .$ 69.91 44.02 ---------------------------------------------------------------- CARP0290-001 07/01/2024 Rates Fringes Carpenters: Building Nassau County (Portion of county that lies west of Seaford Creek and south of the Southern State Parkway). . . . . . . . . . . . . . . . . . .$ 52.50 46.28 Nassau County (Remainder of County) and Suffolk County... . . . . . . . . . . . . . . . . . .$ 52.07 33.77 Heavy & Highway. . . . . . . . . . . . .$ 52.07 33.77 Residential. . . . . . . . . . . . . . . . .$ 33.88 22.01 ---------------------------------------------------------------- CARP0740-001 07/01/2024 Rates Fringes MILLWRIGHT. . . . . . . . . . . . . . . . . . . . . . .$ 59.35 58.67 ---------------------------------------------------------------- CARP1556-008 07/01/2024 Rates Fringes Carpenters: DIVERS TENDERS. . . . . . . . . . . . . .$ 55.00 55.84 DIVERS. . . .. . ... . . . . . . . . . . . . .$ 75.46 55.84 DOCKBUILDERS. . . . . . . . . . . . . . . .$ 60.59 55.84 PILEDRIVERMAN. . . . . . . . . . . . . . .$ 60.59 55.84 ---------------------------------------------------------------- CARP1556-011 07/01/2024 Rates Fringes Carpenters: TIMBERMEN. .. . . . . . . . . . . . . . . . .$ 55.59 55.41 ---------------------------------------------------------------- CARP2287-003 07/01/2024 Rates Fringes CARPENTER Soft Floor Layers. . . . . . . . . . .$ 57.05 48.33 ---------------------------------------------------------------- ELECO025-001 04/27/2024 Rates Fringes ELECTRICIAN. . . .. . . . . . . . . . . . . . . . . .$ 61.75 18%+33.31 ---------------------------------------------------------------- ELECO025-002 04/27/2024 Rates Fringes Electricians: Maintenance Unit. . . . . . . . . . . .$ 46.79 14%+22.63 Telephone Unit. . . . . . . . . . . . . .$ 41.68 18%+23.36 Wiring for single or multiple family dwellings and apartments up to and including 3 stories. . . . . . . . .$ 37.25 13%+18.92 ---------------------------------------------------------------- ELEC1049-002 03/31/2024 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. . . . . . . . . . . . . . . . . .$ 40.72 28.86 Heavy Equipment Operator. . .$ 54.29 33.28 Lineman & Cable Splicer. . . .$ 67.86 37.70 Material Man. . . . . . . . . . . . . . .$ 59.04 34.82 ---------------------------------------------------------------- ELEV0001-002 03/17/2022 Rates Fringes ELEVATOR MECHANIC Elevator Constructor. . . . . . . .$ 75.14 47.446+a+b Modernization and Repair. . . .$ 59.09 45.564+a+b FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Good Friday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. b. PAID VACATION: An employee who has worked less than 5 years shall recieve vacation pay credit on the basis of 4% of his hourly rate for all hours worked; an employee who has worked 5 to 15 years shall receive vacation pay credit on the basis of 6% of his hourly rate for all hours worked; an employee who has worked 15 or more years shall receive vacation pay credit on the basis of 8% of his hourly rate for all hours worked. ---------------------------------------------------------------- ENGI0138-001 06/01/2024 BUILDING CONSTRUCTION Rates Fringes Power equipment operators: GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 77.79 39.65 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 73.91 39.65 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 71.33 39.65 GROUP 4. . . . . . . ... . . . . . . . . . . .$ 54.56 39.65 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 52.29 39.65 NOTES: Hazmat premiums: Level A 3.50 Level B 2.50 Level C 1.50 Level D 1.00 Oiler on truck cranes with boom length of 100 ft. or more .25 FOOTNOTE: a. Paid Holidays: New Year's Day, Lincoln's Birthday, Washington's Birthday or President's Day (in lieu of Lincoln's or Washington's Birthday), Good Friday, Memorial Day, Indpendence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on a Saturday will be celebrated on Friday. POWER EQUIPMENT OPERATOR CASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler capacity over cater- piller 225 and lomatsu 300, Boiler (thermoplastic), Cherry picker, over 50 tons, CMI or maxim spreader, concrete pump (with oiler), crane (crawler truck), crane (on barge), crane (stone setting), crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drum), loading machine (bucket) cap of 10 yds or over micro-trap, with compressor (negative air machine), milling machine, large pile driver, power winch, Stone setting/structural steel, power winch (truck mounted/stone steel) powerhouse, road paver scoop, carry-all, scraper in tandem shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self propelled tank work), zamboni (ice machine) GROUP 2: Backhoe, boom truck, bulldozer, cherypicker, conveyor (multi), dinky locomotive, forklift, hoist, 2 drum, loading machine, loading machine (front end) mechanical compactors, (machine drawn), mulch machine (machine-fed), mechanic, power winch, other than stone/structural steel, power winch (truck mounted other than stone steel) pump (hydraulic, with boring machine), roller, (asphalt), scoop (carry-all scraper), tower crane (maintenance man), trenching machine GROUP 3: Comrpessor (structural steel), Compressor (2 or more in battery), concrete finishing mchine, concrete spreader, conveyor, curb machine (asphalt or concrete), curing machine, fireman, hoist (1 drum), micro-trap, (self contained, negative air machine), pump (4 inches or over), pump (hydraulic), pump (jet), pump (sumbersible), pump (well point), pulvi-mixer, ridge cutter, roller (dirt), striping machine, vac-all, welding and burning, welding machine (pile work), welding machine (structural steel) GROUP 4: Compressor, compressor (on crane), compressor (pile work), compressor (stone setting), concrete breaker, concrete saw or cutter, forklift (walk behind, power operated), generator-pile work, generator, hydra hammer, mechanical compactors (hand operated), oiler (truck crane), pin puller, portable heaters, powerbroom, power buggies, pump (double action diaphgrgm), pump (gypsum), trench machine (hand), welding machine GROUP 5: Batching plant (on site of job), generator (small), mixer (with skip), mixer (2 small with or without skip), mixer (2 bag or over, with or without skip), mulch machine, oiler, pump (centrifugal, up to 3 inches), root cutter, stump chipper, tower crane (oiler), tractor (caterpillar or wheel vibrator) ---------------------------------------------------------------- ENGIO138-002 06/01/2024 HEAVY & HIGHWAY Rates Fringes Power equipment operators: GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 81.94 39.90+a GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 76.72 39.90+a GROUP 3. . . . . .. . . . . . . . . . . . . . .$ 74.07 39.90+a GROUP 4. . . . . .. . . . . . . . . . . . . . .$ 56.88 39.90+a GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 54.56 39.90+a GROUP 6. . . . . .. . . . . . . . . . . . . . .$ 39.30 12.50+a NOTES: Hazmat premiums: Level A 3.50 Level B 2.50 Level C 1.50 Level D 1.00 Truck and Crawler Cranes long boom premiums: boom lengths (including jib) 100-149 ft 1.00 boom lenghts (including jib) 150-249 ft 1.50 boom lenghts (including jib) 250-349 ft 2.00 boom lengths (including jib) 350 ft 3.00 Cranes using clamshell buckets .25 Front end loader 10 yds and above .25 Oiler on truck cranes with boom length of 100 ft. or more .25 FOOTNOTE: a. Paid Holidays: New Years Day, Lincoln's Birthday, Washington's Birthday or Presidents Day (in lieu of Lincoln's or Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on Saturday will be celebrated on Friday. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler (capacity over caterpiller 225 and komatsu 300), boiler (thermoplastic), boring machine (post hole), cgherry picker (over 50 ton), CMI or maxim spreader, concrete pump, with oiler, crane (crawler truck), crane (on barge), crane (stone setting) crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drums), loading machine (bucket) capacity of 10 yards or over, micro-trap (with compressor-negative air machine), milling machine (large), piledriver, power winch (stone setting structural steel), power winch (truck mounted/stone steel), power-house, road paver, scoop, carry all (scraper in tandem), shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self-propelled), tank work, tower crane GROUP 2: Bulldozer, Backhoe, Boom Truck, Boring machine/augur, Cherrypicker, Conveyor (multi), Dinky Locomotive, Forklift, Hoist (2 drum), Loading Machine, Loading Machine (front end), Mechanical Compactor (machine drawn), Mechanic, Mulch Machine (machine- fed), Power Winch (other than stone/structural steel), Power Winch (truck mounted/other than stone steel), Pump Hydraulic (with boring machine), Roller (asphalt), Scoop (carry-all, scraper), Tower Crane (maintenance man), Trenching Machine, Vermeer Cutter, Work Boat GROUP 3: Curb Machine (asphalt or concrete), Maintenance Engineer (small equipment), Maintenance engineer (well-point) Mechanic (fieldman), Micro-Trap (self contained, negative air machine), Milling Machine (small), Pulvi-mixer, Pump (4 inches or over), Pump Hydraulic, Pump ]et, Pump Submersible, Pump (well point), Roller Dirt, Vac-All, Welding and burning, Compressor (structural steel), Compressor (2 or more battery), Concrete Finishing Machine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (one drum), Ridge Cutter, Striping Machine, Welding Machine (pile work), Welding Machine (structural Steel). GROUP 4: Compressor, Compressor on crane, Compressor (pile work), Compressor (stone setting), Concrete Breaker, Concrete Saw or Cutter, Fork Lift (walk behind, power operated), Generator- Pile Work, Generator, Hydra Hammer, Mechanical Compoactors (hand operated), Oiler (truck crane), Pin Puller, Portable Heaters, Powerbroom, Power buggies, Power Grinders, Pump (double action diaphragm), Pump gypsum, Pump (single action 1 to 3 inches), Trench Machine hand, Welding Machine GROUP 5: Batching Plant (on site of job), Generator (small), Grinder, Mixer (with skip), Mixer (2 small with or without skip), Mixer (2 bag or over, with or without skip), Mulch Machine, Oiler, Pump (centrifugal, up to 3 inches), Root Cutter, Stump Chipper, Tower Crane (oiler), Track Tamper (2 engineers, each), Tractor (caterpillar or wheel), Vibrator, Work boat (deckhand), GROUP 6: Well drillers ---------------------------------------------------------------- IRON0046-003 07/01/2024 Rates Fringes IRONWORKER METALLIC LATHERS AND REINFORCING IRONWORKERS. . . . .$ 56.95 44.30 ---------------------------------------------------------------- IRON0197-001 07/01/2024 Rates Fringes IRONWORKER STONE DERRICKMAN. . . . . . . . . . ..$ 60.40 60.14 ---------------------------------------------------------------- IRON0361-001 07/01/2024 Rates Fringes IRONWORKER (STRUCTURAL). . . . . . . . . .$ 58.20 89.27 ---------------------------------------------------------------- IRON0580-001 07/01/2024 Rates Fringes IRONWORKER, ORNAMENTAL. . . . .. . . . . .$ 47.65 65.75 ---------------------------------------------------------------- LAB00066-001 07/01/2024 BUILDING Rates Fringes Laborers: Laborers. . . . . . . . . . . . . . . . . . . .$ 44.30 31.64 Plasterers Tenders. . . . . . . . . .$ 40.80 30.04 ---------------------------------------------------------------- LAB00078-001 01/01/2024 Rates Fringes LABORERS BUILDING CONSTRUCTION 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).. . . .. . . .$ 40.55 19.90 ---------------------------------------------------------------- LAB01298-001 06/01/2023 HEAVY & HIGHWAY Rates Fringes Laborers: Asphalt Rakers; Formsetters.$ 51.43 35.98+a Asphalt Shovelers, Roller Boys & Tampers. . . . . . . . . . . . . .$ 49.96 35.98+a Regular Laborers. . ... . . .. . . .$ 45.49 35.98+a A. FOOTNOTES: Laborers working in a hazardous material hot zone shall receive an additional 20% premium. Where the contract provides for night work outside the regular hours of work, the employees shall be paid at straight time plus a 30% night work premium for the 8 hours worked during the night. Firewatch work performed after regular hours shall be paid an additional 10% premium. Second and Third Shift work will be paid at a 30% premium. Contractor requesting laborers certified for hazardous material work and/or employed on hazardous material shall be required to pay an additional 10% premium. ---------------------------------------------------------------- PAIN0009-002 05/01/2024 Rates Fringes PAINTER GLAZIERS. . . . . . . . . . . . . . . . . . . .$ 49.00 55.75 Painters, Drywall Finishers.$ 44.00 42.44 Spray, Scaffold, Sandblasting. . . . . . . . . . . . . . . .$ 47.00 42.44 ---------------------------------------------------------------- PAIN0806-010 10/01/2024 Rates Fringes Painters: Stuctural Steel and Bridge. .$ 56.25 55.14 ---------------------------------------------------------------- PAIN1974-002 07/28/2024 Rates Fringes Painters: DRYWALL TAPERS/POINTERS. . . . .$ 48.47 33.71 ---------------------------------------------------------------- PLAS0262-003 08/01/2024 Rates Fringes PLASTERER. . . . . . . . . . . .. . . . . . . . . . ..$ 47.99 31.77 --------------------------------------------------.-------------- PLAS0780-001 07/01/2024 Rates Fringes CEMENT MASON/CONCRETE FINISHER. . .$ 57.72 34.88 ---------------------------------------------------------------- PLUM0200-001 11/01/2024 Rates Fringes PLUMBER BUILDING CONSTRUCTION: . . . . ..$ 59.73 45.25 RESIDENTIAL CONSTRUCTION: . . .$ 29.96 13.41 ---------------------------------------------------------------- PLUM0638-001 07/01/2023 Rates Fringes PLUMBER SERVICE FITTERS. . . . . . . . . . . . .$ 41.75 14.00 SPRINKLER FITTERS, STEAMFITTERS. . . . . . . . . . . . . . ..$ 69.11 53.24 Service Fitter work shall consist of all repair, service and maintenance work on domestic, commercial and industrial refrigeration, air conditioning and air cooling, stoker and oil burner apparatus and heating apparatus etc., including but not exclusively the charging, evacuation, leak testing and assembling for all machines for domestic, commercial and industrial refrigeration, air conditioning and heating apparatus. Also, work shall include adjusting, including capacity adjustments,. checking and repairing or replacement of all controls and start up of all machines and repairing all defects that may develop on any system for domestic, commercial and industrial refrigeration and all air conditioning, air cooling, stoker and oil burner apparatus and heating apparatus regardless of size or type. ---------------------------------------------------------------- ROOF0154-001 05/01/2024 Rates Fringes ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 50.25 41.61 ---------------------------------------------------------------- SHEE0028-002 11/02/2023 Rates Fringes SHEET METAL WORKER BUILDING CONSTRUCTION. . . . . . .$ 53.60 60.74 RESIDENTIAL CONSTRUCTION. . . .$ 35.79 25.37 ---------------------------------------------------------------- TEAM0282-002 07/01/2024 Rates Fringes TRUCK DRIVER. . . . . . . . . . . . . . . . . . . . .$ 43.745 55.6025+a FOOTNOTES: a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Election Day, Veterans' Day (Armistice Day), Thanksgiving Day, Day after Thanksgiving and Christmas Day. Employees working two (2) days in the calendar week in which a holiday falls are to be paid for such holiday, provided that they shape each remaining workday during such calendar week. ---------------------------------------- --------------------- WELDERS - Receive rate prescribed for crzft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is� awarded (and any solicitation was issued) on or after JanLary 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid slick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventi I care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work of included within the scope of the classifications listed m�y be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii)). ----------------------------------------- ---------------------- The body of each wage determination lists the classifications and wage rates that have been found to be prevailing for the type(s) of construction and geographic ar a covered by the wage determination. The classifications are li ted in alphabetical order under rate identifiers indicating wiether the particular rate is a union rate (current union negotiated rate), a survey rate, a weighted union average rate, a state adopted rate, or a supplemental classification rate. Union Rate Identifiers A four-letter identifier beginning with caracters other than " .SU" ., ""UAVG"", ?SA?, or ?SC? denotes that a union rate was prevailing for that classification in the Isurvey. Example: PLUM0198-005 07/01/2024. PLUM is an identifier of the union whose collectively bargained rate prevailed in the survey for this classification, which in this exampl would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The da'e, 07/01/2024 in the example, is the effective date of the mos current negotiated rate. Union prevailing wage rates are updated to reflect all changes over time that are reported to WHD in the rates in the collective bargaining agreement (CBA) governing the classification. Union Average Rate Identifiers The UAVG identifier indicates that no single rate prevailed for those classifications, but that 100% of the data reported for the classifications reflected union rates. EXAMPLE: UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a weighted union average rate. OH indicates the State of Ohio. The next number, 0010 in the example, is an internal number used in producing the wage determination. The date, 01/01/2024 in the example, indicates the date the wage determination was updated to reflect the most current union average rate. A UAVG rate will be updated once a year, usually in 7anuary, to reflect a weighted average of the current rates in the collective bargaining agreements on which the rate is based. Survey Rate Identifiers The ""SU"" identifier indicates that either a single non-union rate prevailed (as defined in 29 CFR 1.2) for this classification in the survey or that the rate was derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As a weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SUFL2022-007 6/27/2024. SU indicates the rate is a single non-union prevailing rate or a weighted average of survey data for that classification. FL indicates the State of Florida. 2022 is the year of the survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 6/27/2024 in the example, indicates the survey completion date for the classifications and rates under that identifier. ?SU? wage rates typically remain in effect until a new survey is conducted. However, the Wage and Hour Division (WHD) has the discretion to update such rates under 29 CFR 1.6(c)(1). State Adopted Rate Identifiers The ""SA"" identifier indicates that the classifications and prevailing wage rates set by a state (or local) government were adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007 01/03/2024. SA reflects that the rates are state adopted. ME refers to the State of Maine. 2023 is the year during which the state completed the survey on which the listed classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. The date, 01/03/2024 in the example, reflects the date on which the classifications and rates under the ?SA? identifier took effect under state law in the state from which the rates were adopted. ----------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter? This can be: a) a survey underlying a wage determination b) an existing published wage determination c) an initial WHD letter setting forth a position on a wage determination matter d) an initial conformance (additional classification and rate) determination On survey related matters, initial contact, including requests for summaries of surveys, should be directed to the WHO Branch of Wage Surveys. Requests can be submitted via email to davisbaconinfo@dol.gov or by mail to: Branch of Wage Surveys Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 Regarding any other wage determination matter such as conformance decisions, requests for initial decisions should be directed to the WHO Branch of Construction Wage Determinations. Requests can be submitted via email to BCWD-Office@dol.gov or by mail 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 an initial decision has been issued, then any interested party (those affected by the action) that disagrees with the decision can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Requests for review and reconsideration can be submitted via email to dba.reconsideration@dol.gov or by mail to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210. The request should be accompanied by a full statement of the interested party's position and any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210. END OF GENERAL DECISION" HUD-4010 U.S. Department of Housing and Urban Development Federal Labor Standards Provisions Office of Davis-Bacon and Labor Standards A. APPLICABILITY The Project or Program to which the construction work covered by this Contract pertains is being assisted by the United States of America,and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. 1. Minimum wages and fringe benefits i. All laborers and mechanics employed or working upon the site of the work(or otherwise working in construction or development of the project under a development statute),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 basic hourly 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.As provided in 29 CFR 5.5(d)and (e),the appropriate wage determinations are effective by operation of law even if they have not been attached to the contract.Contributions made or costs reasonably anticipated for bona fide fringe benefits under the Davis-Bacon Act.(40 U.S.C.3141(2)(B))on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics,subject to the provisions of paragraph(a)(1)(v)of these contract clauses; 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 must be paid the appropriate wage rate and fringe benefits on the wage determination for the classification(s)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 classifications and wage rates conformed under 29 CFR 5.5(a)(1)(iii)) and the Davis-Bacon poster(WH-1321) must 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. ii. Frequently recurring classifications A. In addition to wage and fringe benefit rates that have been determined to be prevailing under the procedures set forth in 29 CFR part 1,a wage determination may contain, pursuant to§ 1.3(f), wage and fringe benefit rates for classifications of laborers and mechanics for which conformance requests are regularly submitted pursuant to 29 CFR 5.5(a)(1)(iii), provided that: 1. The work performed by the classification is not performed by a classification in the wage determination for which a prevailing wage rate has been determined; 2. The classification is used'in the area by the construction.industry; and 3. The wage rate for the classification bears a reasonable relationship to the prevailing wage rates contained in the wage determination. B. The Administrator will establish wage rates for such classifications in accordance with 29 CFR 5.5(a)(1)(iii)(A)(3).Work performed in such a classification must be paid at no less than the wage and fringe benefit rate listed on the wage determination for such classification. iii. Conformance A. The contracting officer must 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 be Previous editions obsolete 1 Form HUD-4010, (10/2023) ref. Handbook 1344.1 classified in conformance with the wage determination. Conformance of an additional classification and wage rate and fringe benefits is appropriate only when the following criteria have been met: 1. The work to be performed by the classification requested is not performed by a classification in the wage determination;and 2. The classification is used in the area by the rconstruction industry;and 3. The proposed wage rate,including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. B. The conformance process may not be used to split,subdivide,or otherwise avoid application of classifications listed in the wage determination. C. 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 will be sent by the contracting officer by email to DBAconformance@dol.gov.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. D. 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 will, by email to DBAconformance@dol.eov, refer the questions, including the views of all interested parties and the recommendation of the contracting officer,to the Administrator for determination.The Administrator, or an authorized representative,will issue a determination 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. E. The contracting officer must promptly notify the contractor of the action taken by the Wage and Hour Division under 29 CFR 5.5 (a)(1)(iii)(C)and (D).The contractor must furnish a written copy of such determination to each affected worker or it must be posted as a part of the wage determination.The wage rate(including fringe benefits where appropriate) determined pursuant to 29 CFR 5.5 (a)(1)(iii)(C) or(D) must 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. iv. Fringe benefits not expressed as an hourly rate 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 may either pay the benefit as stated in the wage determination or may pay another bona fide fringe benefit or an hourly cash equivalent thereof. V. Unfunded plans 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, in accordance with the criteria set forth in 29 CFR 5.28,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. vi. Interest In the event of a failure to pay all or part of the wages required by the contract,the contractor will be required to pay interest on any underpayment of wages. Previous editions obsolete 2 Form HUD-4010,(10/2023) ref. Handbook 1344.1 2. Withholding i. Withholding,requirements The U.S. Department of Housing and Urban Development may,upon its own action,or must,upon written request of an authorized representative of the Department of.Labor,withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for the full amount of wages and monetary relief, including interest, required by the clauses set forth in 29 CFR 5.5(a) for violations of this contract,or to satisfy any such liabilities required by any other Federal contract, or federally assisted contract subject to Davis-Bacon labor standards,that is held by the same prime contractor(as defined in 29 CFR 5.2).The necessary funds may be withheld from the contractor under this contract, any other Federal contract with the same prime contractor,or any other federally assisted contract that is subject to Davis-Bacon labor standards requirements and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld.'ln the event of a contractor's failure to pay any laborer or mechanic, including any apprentice or helper working on the site of the work(or otherwise working in construction or development of the project under a development statute)all or part of.the wages required by the contract,or upon the contractor's failure to submit the required records as discussed in 29 CFR 5.5(a)(3)(iv), HUD may on its own initiative and after written notice to the contractor,sponsor,applicant, owner,or other entity,as the case may be,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. ii. Priority to withheld funds The Department has priority to funds withheld or to be withheld in accordance with 29 CFR 5.5(a)(2)(i) or(b)(3)(i),or both,over claims to those funds by: A. A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; B. A contracting agency for its reprocurement costs; C. A trustee(s) (either a court-appointed trustee or a U.S.trustee, or both) in bankruptcy of a contractor,or a contractor's bankruptcy estate; D. A contractor's assignee(s); E. A contractor's successor(s); or F. A claim asserted under the Prompt Payment Act,31 U.S.C.3901-3907. 3. Records and certified payrolls i. Basic record requirements A. Length of record retention.All regular payrolls and other basic records must be maintained by the contractor and any subcontractor during the course of the work and preserved for all laborers and mechanics working at the site of the work(or otherwise working in construction or development of the project under a development statute)for a period of at Least 3 years after all the work on the prime contract is completed. B. Information required Such records must contain the name;Social Security number;last known address,telephone number, and email address of each such worker;each worker's correct classifications)of work actually performed; 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 40 U.S.C.3141(2)(B)of the Davis-Bacon Act);daily and weekly number of hours actually worked in total and on each covered contract; deductions made;and actual wages paid. C. Additional records relating to fringe benefits. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(v)that the wages of any laborer or mechanic include the amount of any Previous editions obsolete 3 Form HUD-4010,(10/2023) ref. Handbook 1344.1 costs reasonably anticipated in providing benefits under a plan or program described in 40 U.S.C.3141(2)(B) of the Davis-Bacon Act,the contractor must 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. D. Additional records relating to apprenticeship Contractors with apprentices working under approved programs must maintain written evidence of the registration of apprenticeship programs,the registration of the apprentices,and the ratios and wage rates prescribed in the applicable programs. ii. Certified payroll requirements A. Frequency and method of submission The contractor or subcontractor must submit weekly, for each week in which any DBA-or Related Acts-covered work is performed,certified payrolls to HUD if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the certified payrolls to the applicant,sponsor,owner,or other entity,as the case may be,that maintains such records,for transmission to HUD.The prime contractor is responsible for the submission of all certified payrolls by all subcontractors.A contracting agency or prime contractor may permit or require contractors to submit certified payrolls through an electronic system,as long as the electronic system requires a legally valid electronic signature;the system allows the contractor,the contracting agency, and the Department of Labor to access the certified payrolls upon request for at least 3 years after the work on the prime contract has been completed; and the contracting agency or prime contractor permits other methods of submission in situations where the contractor is unable or limited in its ability to use or access the electronic system B. Information required The certified payrolls submitted must set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i)(B),except that full Social Security numbers and last known addresses,telephone numbers,and email addresses must not be included on weekly transmittals. Instead,the certified payrolls need only include an individually identifying number for each worker(e.g.,the last four digits of the worker's Social Security number).The required weekly certified payroll information may be submitted using Optional Form WH-347 or in any other format desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at https://www.dol.gov/ sites/dolgov/files/WHD/legacy/files/wh347.odf or its successor website. It is not a violation of this section for a prime contractor to require a subcontractor to provide full Social Security numbers and last known addresses,telephone numbers, and email addresses to the prime contractor for its own records,without weekly submission by the subcontractor to the sponsoring government agency(or the applicant,sponsor,owner,or other entity, as the case may be,that maintains such records). C. Statement of Compliance Each certified payroll submitted must be accompanied by a "Statement of Compliance,"signed by the contractor or subcontractor, or the contractor's or subcontractor's agent who pays or supervises the payment of the persons working on the contract, and must certify the following: 1. That the certified payroll for the payroll period contains the information required to be provided under 29 CFR 5.5(a)(3)(ii),the appropriate information and basic records are being maintained under 29 CFR 5.5 (a)(3)(i), and such information and records are correct and complete; 2. That each laborer or mechanic(including each helper and apprentice)working 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 Previous editions obsolete 4 Form HUD-4010,(10/2023) ref. Handbook 1344.1 from the full wages earned,other than permissible deductions as set forth in 29 CFR part 3; and 3. That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification(s) of work actually performed, as specified in the applicable wage determination incorporated into the contract. D. Use of Optional Form WH-347 The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 will satisfy the requirement for submission of the"Statement of Compliance" required by 29 CFR 5.5(a)(3)(ii)(C). E. Signature The signature by the contractor,subcontractor,or the contractor's or subcontractor's agent must be an original handwritten signature or a legally valid electronic signature. F. Falsification The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 3729. G. Length of certified payroll retention The contractor or subcontractor must preserve all certified payrolls during the course of-the work and for a period of 3 years after all the work on the prime contract is completed. iii. Contracts,subcontracts,and related documents The contractor or subcontractor must maintain this contract or subcontract and related documents including,without limitation, bids, proposals, amendments,modifications,and extensions.The contractor or subcontractor must preserve these contracts, subcontracts, and related documents during the course of the work and for a period of 3 years after all the work on the prime contract is completed. iv Required disclosures and access A. Required record disclosures and access to workers The contractor or subcontractor must make the records required under 29 CFR 5.5(a)(3)(i)—(iii),and any other documents that HUD or the Department of Labor deems necessary to determine compliance with the labor standards provisions of any of the applicable statutes referenced by 29 CFR 5.1, available for inspection,copying, or transcription by authorized representatives of HUD or the Department of Labor, and must permit such representatives to interview workers during working hours on the job. B. Sanctions for non-compliance with records and worker access requirements If the contractor or subcontractor fails to submit the required records or to make them available, or refuses to permit worker interviews during working hours on the job,the Federal agency may,after written notice to the contractor,sponsor,applicant, owner,or other entity,as the case may be,that maintains such records or that employs such workers,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,or to permit worker interviews during working hours on the job, may be grounds for debarment action pursuant to 29 CFR 5.12. In addition,any contractor or other person that fails to submit the required records or make those records available to WHD within the time WHD requests that the records be produced will be precluded from introducing as evidence in an administrative proceeding under 29 CFR part 6 any of the required records that were not provided or made available to WHD.WHD will take into consideration a reasonable request from the contractor or person for an extension of the time for submission of records. WHD will determine the reasonableness of the request and may consider,among other things,the location of the records and the volume of production. C. Required information disclosures Contractors and subcontractors must maintain the full Social Security number and last known address,telephone number,and email address of each covered worker,and must provide them upon request to HUD if the agency is a party to Previous editions obsolete 5 Form HUD-4010, (10/2023) ref. Handbook 1344.1 the contract,or to the Wage and Hour Division of the Department of Labor. If the Federal agency is not such a party to the contract,the contractor,subcontractor,or both, must, upon request, provide the full Social Security number and last known address,telephone number, and email address of each covered worker to the applicant,sponsor,owner,or other entity,as the case may be,that maintains such records,for transmission to HUD,the contractor,or the Wage and Hour Division of the Department of Labor for purposes of an investigation or other compliance action. 4. Apprentices and equal employment opportunity I. Apprentices A. Rate of pay Apprentices will be permitted to work at less than the predetermined rate for the work they perform 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(OA), or with a State Apprenticeship Agency recognized by the OA.A person who is not individually registered in the program, but who has been certified by the OA or a State Apprenticeship Agency (where appropriate)to be eligible for probationary employment as an apprentice,will be permitted to work at less than the predetermined rate for the work they perform in the first 90 days of probationary employment as an apprentice in such a program. In the event the OA or a State Apprenticeship Agency recognized by the OA withdraws approval of an apprenticeship program,the contractor will no longer be permitted to use apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. B. Fringe benefits Apprentices must 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,fringe benefits must be paid in accordance with that determination. C. Apprenticeship ratio The allowable ratio of apprentices to journeyworkers on the job site in any craft classification must not be greater than the ratio permitted to the contractor as to the entire work force under the registered program or the ratio applicable to the locality of the project pursuant to 29 CFR 5.5(a)(4)(i)(D).Any worker listed on a payroll at an apprentice wage rate,who is not registered or otherwise employed as stated in 29 CFR 5.5(a)(4)(i)(A), must 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 this section must be paid not less than the applicable wage rate on the wage determination for the work actually performed. D. Reciprocity of ratios and wage rates Where a contractor is performing construction on a project in a locality other than the locality in which its program is registered,the ratios and wage rates(expressed in percentages of the journeyworker's hourly rate)applicable within the locality in which the construction is being performed must be observed. If there is no applicable ratio or wage rate for the locality of the project,the ratio and wage rate specified in the contractor's registered program must be observed. ii Equal employment opportunity The use of apprentices and journeyworkers under this part must be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. 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. Previous editions obsolete 6 Form HUD-4010,(10/2023) ref. Handbook 1344.1 6 Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1)through (11),along with the applicable wage determinations) and such other clauses or contract modifications as the U.S. Department of Housing and Urban Development may by appropriate instructions require, and a clause requiring the subcontractors to include these clauses and wage determinations) in any lower tier subcontracts.The prime contractor is responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this section. In Xhe event of any violations of these clauses,the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, due to any workers of lower-tier subcontractors, and may be subject to debarment, as appropriate. 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. i. By entering into this contract,the contractor certifies that neither it 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 40 U.S.C. 3144(b) or 29 CFR 5.12(a). ii. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of 40 U.S.C.-3144(b) or 29 CFR 5.12(a). iii.The penalty for making false statements is prescribed in the U.S. Code,Title 18 Crimes and Criminal Procedure, 18 U.S.C. 1001. 11 Anti-retaliation It is unlawful for any person to discharge, demote, intimidate,threaten, restrain, coerce, blacklist, harass,or in any other manner discriminate against,or to cause any person to discharge, demote, intimidate,threaten, restrain, coerce, blacklist, harass,or in any other manner discriminate against,any worker or job applicant for: i. Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the DBA, Related Acts, or 29 CFR parts 1,3,or 5; ii. Filing any complaint, initiating or causing to be initiated any proceeding,or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under the DBA, Related Acts,or 29 CFR parts 1,3,or 5; iii.Cooperating in any investigation or other compliance action,or testifying in any proceeding under the DBA, Related Acts,or 29 CFR parts 1,3,or 5;or iv. Informing any other person about their rights under the DBA, Related Acts,or 29 CFR parts 1,3, or 5. B. Contract Work Hours and Safety Standards Act(CWHSSA) The Agency Head must cause or require the contracting officer to insert the following clauses set forth in 29 CFR 5.5(b)(1), (2), (3), (4), and(5) in full, or(for contracts covered by the Federal Acquisition Regulation) by reference, in any 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 must Previous editions obsolete 7 Form HUD-4010, (10/2023) ref. Handbook 1344.1 be inserted in addition to the clauses required by 29 CFR 5.5(a)or 4.6.As used in this paragraph,the terms"laborers and mechanics" include watchpersons 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 29 CFR 5.5(b)(1)the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages and interest from the date of the underpayment. 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 watchpersons and guards,employed in violation of the clause set forth in 29 CFR 5.5(b)(1), in the sum of$31 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 29 CFR 5.5(b)(1). 3. Withholding for unpaid wages and liquidated damages i. Withholding process The U.S Department of Housing and Urban Development or the recipient of Federal assistance may, upon its own action,or must, upon written request of an authorized representative of the Department of Labor,withhold or cause to be withheld from the contractor so much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime contractor or any subcontractor for any unpaid wages; monetary relief, including interest;and liquidated damages required by the clauses set forth in 29 CFR 5.5(b) on this contract,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 that is held by the same prime contractor(as defined in 29 CFR 5.2).The necessary funds may be withheld from the contractor under this contract,any other Federal contract with the same prime contractor,or any other federally assisted contract that is subject to the Contract Work Hours and Safety Standards Act and is held by the same prime contractor, regardless of whether the other contract was awarded or assisted by the same agency, and such funds may be used to satisfy the contractor liability for which the funds were withheld. ii Priority to withheld funds The Department has priority to funds withheld or to be withheld in accordance with 29 CFR 5.5(a)(2)(i) or(b)(3)(i),or both,over claims to those funds by: A. A contractor's surety(ies), including without limitation performance bond sureties and payment bond sureties; B. A contracting agency for its reprocurement costs; C. A trustee(s) (either a court-appointed trustee or a U.S.trustee, or both) in bankruptcy of a contractor,or a contractor's bankruptcy estate; D. A contractor's assignee(s); E. A contractor's successor(s); or F. A claim asserted under the Prompt Payment Act,31 U.S.C. 3901-3907. 4. Subcontracts. The contractor or subcontractor must insert in any subcontracts the clauses set forth in 29 CFR 5.5(b)(1)through (5) and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts.The prime contractor is responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in 29 CFR 5.5(b)(1)through (5). In the event of any violations of these clauses,the prime contractor and any subcontractor(s) responsible will be liable for any unpaid wages and monetary relief, including interest from the date of the underpayment or loss, Previous editions obsolete 8 Form HUD-4010,(10/2023) ref. Handbook 1344.1 due to any workers of lower-tier subcontractors,and associated liquidated damages and may be subject to debarment,as appropriate. 5 Anti-retaliation It is unlawful for any person to discharge, demote, intimidate,threaten, restrain, coerce, blacklist, harass,or in any other manner discriminate against,or to cause any person to discharge, demote, intimidate,threaten, restrain, coerce, blacklist, harass,or in any other manner discriminate against,any worker orjob applicant for: i. Notifying any contractor of any conduct which the worker reasonably believes constitutes a violation of the Contract Work Hours and Safety Standards Act(CWHSSA)or its implementing regulations in 29 CFR part 5; ii. Filing any complaint, initiating or causing to be initiated any proceeding,or otherwise asserting or seeking to assert on behalf of themselves or others any right or protection under CWHSSA or 29 CFR part 5; iii. Cooperating in any investigation or other compliance action,or testifying in any proceeding under CWHSSA or 29 CFR part 5;or iv. Informing any other person about their rights under CWHSSA or 29 CFR part 5. C. CWHSSA required records clause In addition to the clauses contained in 29 CFR 5.5(b), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other laws referenced,by 29 CFR 5.1,the Agency Head must cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor must maintain regular payrolls and other basic records during the course of the work and must preserve them for a period of 3 years after all the work on the prime contract is completed for all laborers and mechanics, including guards and watchpersons, Working on the contract.Such records must contain the name; last known address,telephone number, and email address;and social security number of each such worker;each worker's correct classification(s)of work actually performed; hourly rates of wages paid;daily and weekly number of hours actually worked;deductions made and actual wages paid. Further,the Agency Head must cause or require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph must be made available by the contractor or subcontractor for inspection,copying, or transcription by authorized representatives of the (write the name of agency) and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview workers during working hours on the job. D. Incorporation of contract clauses and wage determinations by reference Although agencies are required to insert the contract clauses set forth in this section,'along with appropriate wage determinations, in full into covered contracts,and contractors and subcontractors are required to insert them in any lower-tier subcontracts,the incorporation by reference of the required contract clauses and appropriate wage determinations will be given the same force and effect as if they were inserted in full text. E. Incorporation by operation of law The contract clauses set forth in this section (or their equivalent under the Federal Acquisition Regulation), along with the correct wage determinations,will be considered to be a part of every prime contract required by the applicable statutes referenced by 29 CFR 5.1 to include such clauses, and will be effective by operation of law,whether or not they are included or incorporated by reference into such contract, unless the Administrator grants a variance, tolerance,or exemption from the application of this paragraph.Where the clauses and applicable wage determinations are effective by operation of law under this paragraph,the prime contractor must be compensated for any resulting increase in wages in accordance with applicable law. Previous editions obsolete 9 Form HUD-4010,(10/2023) ref. Handbook 1344.1 F. HEALTH AND SAFETY The provisions of this paragraph (F) are applicable where the amount of the prime contract exceeds $100,000. 1. No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous,or dangerous to his or her health and safety,as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. 2. The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to 29 CFR Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-54, 83 Stat 96),40 U.S.C. §3701 et seq. 3. The contractor shall include the provisions of this paragraph in every subcontract,so that such provisions will be binding on each subcontractor.The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. Previous editions obsolete 10 Form HUD-4010,(10/2023) ref. Handbook 1344.1 DIVISION I - GENERAL REQUIREMENTS TOWN OF SOUTHOLD RECREATION CENTER BATHROOM RENOVATIONS GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES,ADDENDA and other Contract documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS—'DIVISION NO. I—GENERAL REQUIREMENTS Included in this Division are the following sections: 01010 General 01025 Measurement and Payment 01500 Construction Facilities &Temporary Controls 01501 Health& Safety Provisions DIVISION 1 -Page 1 of 14 DIVISION 1 -GENERAL REQUIREMENTS SECTION 01010- GENERAL SITE The site of the proposed general construction for the Southold Town Recreation Center Bathroom Renovations is located at 970 Peconic Lane, Peconic New York,in the Town of Southold,Suffolk County,New York and more particularly shown on the Contract Drawings. SCOPE A. The work to be performed under this Contract shall include all labor, materials, equipment, services and incidentals required to perform the proposed construction as indicated in the Specifications, shown on the Contract Drawings and/or as approved by the Engineer. B. In general, the work shall include but not be limited to the following: • Selective Demolition to existing toilet rooms and screen partitioning in the high bay. walls,high bay screen walls,toilet room concrete slab,ceilings,toilet room doors,tile floor and wall finishes, removal of toilet room fixtures and accessories. Includes selective demolition to supply and waste plumbing, electric power and lighting. • Toilet Room Renovation incudes the provision of new toilet rooms gypsum partitions and screen wall gypsum partitions in the high bay;new concrete floor infill,new doors and hardware, new paint, new acoustical ceiling lighting and ceiling registers, new floor and wall ceramic tile finishes, new doors and hardware, miscellaneous wood millwork to match existing, new toilet room fixtures and accessories. • Plumbing Modifications. • Electrical and Lighting Modifications C. Without restricting the generality of the foregoing and for the convenience of each Contractor, the items of work are specified under the Standard 16 Uniform Divisions of the Construction Specifications Institute as follows: 1 General Requirements 8 Doors and Finish Hardware 9 Finishes 10 Specialties 22 Plumbing 26 Electrical D. The work covered under these Divisions shall be bid under one (1) Contract: Contract A—General Construction E. Each Prime Contractor shall be responsible for coordinating their contractual construction schedules with each other. Each Prime Contractor shall submit a computer generated DIVISION 1 -Page 2 of 14 DIVISION 1-GENERAL REQUIREMENTS critical point method schedule indicating all items of work under their respective contracts and in accordance with each Prime Contractor's associated work. It shall be each Prime Contractor's responsibility to update the schedule as required to reflect changes in schedule of any or all Prime Contractors. SHOP DRAWINGS The Contractor shall make or provide any shop drawings, cuts or samples which the Engineer may require for the approval of details and to show the construction as it will be installed. No shop drawing shall be issued or used until it has been approved by the Engineer or his/her representative. After approval, no changes or deviations shall be made without written notice being sent to the Engineer. The Engineer's approval shall not relieve the Contractor from responsibility for deviations from the Drawings or Specifications unless he has, in writing, called the Engineer's attention to such deviations at the time of submission,nor shall it relieve him from responsibility for errors or omissions of any sort in the Shop Drawing or schedule. The Contractor shall submit six (6) copies of each requested item to the Engineer for approval. SUPERINTENDENCE AND WORKMEN The Contractor shall give his/her constant personal attention to the work while it is in progress, and he shall place it in charge of a competent and reliable superintendent,who shall have authority to act for the Contractor, and who shall be acceptable to the Engineer. The Contractor shall,at all times, employ labor and equipment which shall be sufficient to prosecute the work to full completion in the manner and time specified. All workmen must have sufficient skill and experience in such work to properly and satisfactorily perform it and operate the equipment involved. Any person employed by the Contractor whom the Engineer may deem incompetent or unfit to perform the work, shall be at once discharged and shall not be again employed. DIVISION 1 -Page 3 of 14 DIVISION 1 -GENERAL REQUIREMENTS INSPECTION All proposed work under this Contract shall be performed during and with Engineer's approval. The Contractor is advised to inspect carefully the full premises and consult with the Engineer regarding any items of construction or reconstruction that may be questionable. MAINTENANCE AND PROTECTION OF TRAFFIC The Contractor shall so conduct his/her operations as to interfere to the least extent practicable with the passage of vehicles, pedestrians and all other kinds of public traffic; and he must take every precaution against accidents happening to said vehicles, pedestrians and other traffic because of his/her operations. The Contractor shall enforce regulations and restrictions as may be necessary or required for the protection of fire, accidents, property damage and public nuisance. He shall provide and maintain such toilet facilities at or adjacent to the site as may be required. The Contractor shall erect and maintain such signs, channel and obstruction markers and barricades as may be required for the protection of traffic. The Contractor shall not deposit or store any equipment or materials within the Site Area except with written permission from the Engineer. MAINTENANCE AND PROTECTION OF UTILITIES A. The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. B. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure owned by a public utility corporation without the approval of the Engineer. C. The Contractor shall cooperate with the public utility corporation whose structures(aerial, surface or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his/her operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. GRADES,LINES,LEVELS AND SURVEYS A. The Owner's Engineer will establish one(1) bench mark and location of the work lines as reference points for the Contractor. B. The reference points shall be maintained by the Contractor. All other required lines, DIVISION 1 -Page 4 of 14 DIVISION 1 - GENERAL REQUIREMENTS levels, grades, etc., shall be furnished by the Contractor from the reference points. C. Re-establishment of the reference points by the Engineer for the Contractor shall be done at the Contractor's expense. D. The Contractor shall verify all walls, above ceiling construction, electrical circuitry, plumbing,grades,lines,levels and dimensions as shown on the drawings,and he/she shall report any errors or inconsistencies in the aforementioned to the Engineer before commencing work. Commencement of work shall be corrected by the Contractor at his/her expense. LABOR,LAWS AND WORKMANSHIP A. All Contractors and Subcontractors employed upon the work shall and will be required to conform to the Labors Laws of the State of New York, the Occupation Safety and Health Act of the various acts amendatory and supplementary thereto; and to all other laws, ordinances and legal requirements applicable thereto. B. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. The standards of the work-required throughout shall be of such grade as will bring results of the first class only. QUALIFICATIONS All bidders must have been established in the type of construction of whichever Prime Contract they are submitting a bid for as specified in the Contract Documents for a period of at least five (5)years. On request, bidders must furnish a list of a minimum of five(5)projects of similar type construction that was built by them in the Nassau- Suffolk area. List must contain name, address and telephone number of client's engineer for which each project was undertaken by Contract. A minimum of five (5) of the projects must have been built for municipal clients. APPROVAL OF SUBCONTRACTORS A. No Subcontractors shall be employed on the work unless prior approval has been given by the Engineer. The Contract shall, within five (5) days after signing of the Contract, submit a list of proposed Subcontractors to the Engineer for approval. The list shall contain firm names,names of all principals and addresses and projects completed by each Subcontractor and names, addresses and telephone numbers of the particular project's Engineer for which the Subcontractor on the aforementioned project list must have been of similar nature. A minimum of five (5) projects for each proposed Subcontractor must be submitted. B. If for any reason a Subcontractor must be discharged from work, the Contractor shall notify the Engineer at least 24 hours prior to discharge, stating the reasons, and shall provide the Engineer with the name and qualifications of the replacement Subcontractor for approval by the Engineer. This action is deemed necessary to maintain continuity of DIVISION 1 -Page 5 of 14 DIVISION 1 - GENERAL REQUIREMENTS the work and to minimize project disruptions. All costs due to slowdown of the project for such reasons shall be borne by the Contractor. STANDARD SPECIFICATIONS Where reference is made in these Specifications to a society,the portion referred to shall be read into and shall be a part of this Contract and Specifications. Materials, methods and equipment shall conform to the latest A.S.T.M.,A.W.P.A.,A.S.A.,N.E.C., I.E.S., etc. specifications as may relate to or govern the construction work. CONTRACT DRAWINGS A. The Contract drawings which accompany and form part of these Specifications, bear the general title SOUTHOLD TOWN HALL ANNEX BUILDING RENOVATION, Suffolk County,New York and separately numbered and entitled as follows: CO-1 COVER SHEET GN-1 GENERAL NOTES-1 GN-2 ICC/ANSI A-117.1 2009 ACCESSIBILITY STANDARDS DM-1 DEMOLITION AND REFERENCE PHOTOS A-1 CONSTRUCTION PLANS A-2 DETAILS AND SCHEDULES P-1 PLUMBING RISER DIAGRAMS CLEAN-UP The Contractor shall at all times keep the construction area, including storage areas used by him/her, free from accumulation of waste material and rubbish and prior to completion of the work, remove any rubbish from and about the premises. Upon completion of the construction, the Contractor shall leave the work premises in a clean, neat and workmanlike condition satisfactory to the Engineer. GUARANTEES A. Before issuance of the final certificate, the Contractor shall deliver to the Owner the following guarantees in addition to those specifically required in the General Conditions and in the various technical sections. B. The Contractor hereby guarantees that all materials and workmanship installed under his/her respective contract to be new and of good quality in every respect and to remain so for a period of one (1) year or for longer periods where so provided for in the Specifications, from the date of issuance of the Final Certificate by the Engineer. C. Should any defects develop in the aforesaid work within the stipulated periods due to faults in materials and/or workmanship, the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. Such repairs and corrective work, including the cost of making good all other work damaged by or otherwise affected by DIVISION 1 -Page 6 of 14 DIVISION 1 -GENERAL REQUIREMENTS making of the repairs or corrective work shall be done without any cost or expense to the owner, and at the entire cost and expense of the Contractor, within five (5) days after notice to the Contractor. The owner may have the work done and charge the cost thereof to the Contractor and/or his/her Sureties who agree to pay the owner the cost of such work if the Contractor fails to respond as required. PAYMENTS Payment(s) made under this Contract will be made on the basis of actual work completed in accordance with the Contract Documents. Payments will be computed from the unit and lump sum bid. Payment will only be made for the items shown in the Proposal Form. END OF SECTION 01010 - GENERAL DIVISION 1 -Page 7 of 14 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01025—MEASUREMENT AND PAYMENTS DESCRIPTION The Contractor shall furnish all labor, materials, tools, equipment, appurtenances and all services necessary to perform all Work as required by the plans and specifications or as required by the Engineer, at the lump sum or unit prices for the items listed herein. ENGINEER'S ESTIMATE OF QUANTITIES The ENGINEER'S estimated quantities for unit price pay items are approximate only and are included solely for the purpose of comparison of Bids. The OWNER does not expressly or by implication agrees that the nature of the materials encountered below the surface of the ground or the actual quantities of material encountered or required will correspond with the estimated quantities. PAYMENT ITEMS(BY CONTRACT ITEM FROM THE PROPOSAL FORMS) CONTRACT A—GENERAL CONSTRUCTION Al —GENERAL CONDITIONS & SITE MOBILIZATION 1. Method of Measurement: The Contractor shall receive the lump sum payment which shall include, but not be limited to temporary utilities, on-going supervision and management, on-going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals necessary to mobilize to the construction site, any construction staging,re-mobilization if required,and meet all of the general requirements set forth under Division 1. This also includes, but is not limited to; project closeout activities, complying with all conditions set forth in the Conditions of Contract and General Conditions of the Contract, and demobilize from the construction site upon successful completion of the project. The Contractor shall furnish one (1) lump sum cost as specified, shown on the Contract Drawings and as approved by the Engineer. 2. Method of Payment: Payments shall be made in accordance with the following schedule: a. 25% first partial payment b. 75% based upon percentage of completion of work 3. Intent: This bid item shall facilitate requirements of Division 01000 of the specification and construction operations. DIVISION 1 -Page 8 of 14 DIVISION 1 GENERAL REQUIREMENTS A2—BATHROOM RENOVATIONS COMPLETE 1. Method of Measurement: The Contractor shall receive the lump sum payment which shall include labor,materials,equipment,and incidentals necessary to selectively demolish and replace the existing interior assemblies, fixtures, finishes, lighting,plumbing fixtures and accessories for complete functioning renovated space. The Contractor shall furnish one (1) lump sum cost as specified, shown on the Contract Drawings and as approved by the Owner. 2. Method of Payment: Payment for this item shall be lump sum. Compensation under this work item shall be made separately and based upon the completion of the work by percentage. All costs of for the scope of work indicated on the contract documents for the preparation, labor,materials and other incidentals necessary to satisfactorily complete the work in accordance with the plans,specifications,and/or as directed by the Engineer shall be included in the price bid for this Item. 3. Intent: The Contractor shall provide,renovated accessible public toilet rooms as required and shown in the Contract Documents. A3—ALLOWANCE 1. Include in the contract sum are allowances to cover the cost of additional labor and materials for contingent activities within the scope of the Contract as directed in writing by the Engineer. The directive will include a description of the Work and a method for determining the cost of such Work. 2. The value of the directed Work under this allowance will be determined by one or more of the methods authorized in the General Conditions which will be specified in the directive. Should the net cost be more than the specified amount of the allowance, the contract sum will be adjusted by Order on Contract in accordance with the General Conditions.No Work in excess of the allowance will be permitted except by Order on Contract. Should the net cost be less than the specified amount of the allowance, the balance will be deducted from the final payment. END OF SECTION 01025—MEASUREMENT AND PAYMENTS DIVISION 1 - Page 9 of 14 DIVISION 1 -GENERAL REQUIREMENTS SECTION 01500—CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SCOPE Work shall include but not be limited to the following:. A. Temporary Utilities—Electricity, lighting, heat,ventilation, telephone service, water and sanitary facilities. B. Temporary Controls—Temporary Walls, Barriers, Enclosures and Fencing, protection of the Work, and water control. C. Construction Facilities — Access roads, parking, progress cleaning, project signage, and temporary buildings. TEMPORARY ELECTRICITY The Contractor shall be responsible for providing and paying for the temporary electric power for construction to an established point proximate to the construction area. The temporary service shall be installed within 30 days of the award of the contract. The Electrical Contractor shall be responsible for providing temporary electric power to all trades, for the duration of the project. TEMPORARY WATER SERVICE A. The Contractor shall provide temporary water service for construction purposes, sanitary facilities, fire protection and for cleaning. B. Potable water shall be furnished for construction personnel by portable containers. C. Water service shall be protected from freezing, and the service shall be extended and relocated as necessary to meet temporary water requirements. D. The Contractor shall install a meter and pay for all expenses associated with temporary water service during the course of the work, including furnishing all necessary permits and fees required for temporary water service. E. Comply with all applicable codes and arrange for all necessary inspections and approvals. F. Upon completion of all work, the Contractor shall disconnect and remove all temporary connections and fixtures. TEMPORARY SANITARY FACILITIES (Bv Contractor) A. The General Contractor shall provide at the site, suitable enclosed public toilet facilities, four total, with two being ADA style, for the use of the building staff and general public. The General Contractor shall also provide at the site suitable enclosed toilet facilities DIVISION 1 -Page 10 of 14 DIVISION I -GENERAL REQUIREMENTS dedicated for the use of construction personnel. The Contractor shall observe and enforce all sanitary regulations and maintain satisfactory sanitary conditions around and on all parts of the work. B. Adequate washing,facility shall be provided for the construction personnel. C. The Contractor shall maintain, service, clean, and disinfect all facilities in a satisfactory manner and enforce proper use of the sanitary facilities. D. The Contractor shall be subject to a fine and prosecution if any human excrement is deposited in or around the construction site. E. The Contractor shall pay for all expenses associated with temporary sanitary facilities during the course of the work,including furnishing all necessary permits and fees required for temporary sanitary facilities. F. Comply with all applicable codes and arrange for all necessary inspections and approvals. FIRST-AID FACILITIES AND ACCIDENTS A. The Contractor shall provide, at the site,such equipment and facilities as are necessary to supply first-aid to any of his/her personnel who may be injured in connection with the work. B. Accident 1. The Contractor shall promptly report in writing to the Engineer all accidents and whatsoever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witness. 2. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Owner and the Engineer. 3. If any claim is made by anyone against the Contractor or a Subcontractor on account of any accidents, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. DIVISION 1 -Page 11 of 14 DIVISION 1 - GENERAL REQUIREMENTS WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. C. Provide temporary control of surface water, stormwater runoff and discharge from pumping in accordance with Contractor's approved soil erosion and sediment control plan. SECURITY A. Provide security and facilities to protect work, and existing facilities, and Owner's operations from unauthorized entry, vandalism or theft. B. Coordinate with Owner. C. Furnish security during the course of the work. ACCESS ROAD A. Maintain roads accessing construction area as shown on the Construction Drawings and owner direction. B. Extend and relocate as work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Provide means of removing mud from vehicle wheels before entering public and private streets. Clean all mud and debris from construction traffic at no additional expense to the Owner. Comply with all State and Local regulations. E. Designated existing on-site roads may be used for construction traffic, as directed by the Owner and Engineer. Damage to existing site roads as a result of this Contract will be the responsibility of the Contractor. PARKING A. The Contractor's personnel shall not park on the main road or adjacent private side streets. B. When space is not adequate,provide additional off-site parking. DIVISION 1 -Page 12 of 14 DIVISION 1 -GENERAL REQUIREMENTS C. Do not allow vehicle parking on existing pavement. PROGRESS CLEANING A. Maintain areas free of waste materials, debris and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris and rubbish from site and dispose weekly in areas as designated by the Owner. REMOVAL OF UTILITIES,FACILITIES AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities, materials, prior to Final Applications for Payment Inspections. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified conditions. END OF SECTION 01500—CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS DIVISION 1 - Page 13 of 14 DIVISION 1 -GENERAL REQUIREMENTS SECTION 01501—HEALTH AND SAFETY PROVISIONS REQUIREMENTS A. The Contractor shall be responsible to maintain a safe workplace and to monitor working conditions at all times during construction and, as necessary, to provide appropriate protective clothing, equipment and facilities for his personnel, and/or to establish work place procedures to ensure their safety, and to enforce the use of these procedures, equipment and/or facilities in accordance wit the following guidelines: 1. Safety and Health Regulations Promulgated by the U.S. Department of Labor OSHA, 29 CFR 1910 — Occupational Safety and Health Standards, and 29 CFR 1920—Safety and Health Regulations for Construction. 2. U.S. Environmental Protection Agency Medical Monitoring Program Guidelines. B. If, at any time, the Owner or the Engineer is apprised of a safety hazard which demands immediate attention because of its high potential for harm to public travel, persons on or about the work, or public or private property, the owner of the Engineer shall have the right to order such safeguards to be erected and such precautions to be taken as necessary and the Contractor shall comply with such orders. If, under such circumstances, the Contractor does not or cannot or his/her representative is not upon the site so that he/she can be notified immediately of the insufficiency of safety precautions,the Owner may put the work into such a condition that it shall be,in his/her opinion, in all respects safety,and the Contractor shall pay all expenses of such labor and materials as may have been used for this purpose by him or by the Owner. The fact that the Owner or the Engineer does not observe a safety hazard or does not order the Contractor to take remedial measures shall in no way relieve the Contractor of the entire responsibility for any costs or claims for loss,damage, or injury by or against any part sustained on account of the insufficiency of the safety precautions taken by him or by the Owner acting under authority of this Section. C. It is the responsibility of the Contractor to take appropriate safety precautions to meet whatever conditions of hazard may be present during the performance of the work, whether reasonably foreseeable or not. The Contractor is alerted to the fact that it shall be his/her sole responsibility to anticipate and provide such additional safety precautions, facilities,personnel and equipment as shall be necessary to protect life and property from whatsoever conditions of hazard are present or may be present. END OF SECTION 01501—HEALTH AND SAFETY PROVISIONS DIVISION 1 -Page 14 of 14 T.O.C. TOS Recreation Center Bathroom Renovations August 2022 TECHNICAL SPECIFICATIONS T.O.C. TOS Recreation Center Bathroom Renovations August 2022 TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION-8 DOORS 081100 METAL DOORS AND FRAMES 087100 DOOR HARDWARE DIVISION-9 FINISHES 09 22 16 NON STRUCTURAL METAL FRAMING AND GYPSUM BOARD 09 30 13 CERAMIC TILE 099123 INTERIOR PAINTING DIVISION-10 SPECIALTIES 102100 FRP TOILET AND URINAL PARTITIONS 10 28 13 TOILET AND BATH ACCESSORIES DIVISION-22 PLUMBING 22 07 00 PIPING INSULATION 221100 PLUMBING PIPING 22 42 00 PLUMBING FIXTURES 22 42 16 ADA LAVATORY DIVISION-26 ELECTRICAL 26 05 19 LINE VOLTAGE ELECTRICAL POWER AND LIGHTING CONDUCTURS 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26 27 26 ELECTRICAL WIRING DEVICES SECTION 08 1100 TOS Recreation Center Bathroom Renovations August 2022 SECTION 081100 METAL DOORS AND FRAMES PART 1 GENERAL 1.1 SUMMARY A. Section includes: 1. Interior standard hollow metal door and frame. 1.2 DEFINITIONS A. Minimum Thickness: Minimum thickness of base metal without coatings, 16 gage, according to SDI A250.8. 1.3 COORDINATION A. Coordinate anchorage installation for hollow-metal frames. Furnish setting drawings, templates, and directions for installing anchorages, includingsleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in time for installation. 1.4 REFERENCES A. ASTM International 1. ASTM A 153—Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 2. ASTM A 653—Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. 3. ASTM A 879 - Standard Specification for Steel Sheet, Zinc Coated by the Electrolytic Process for Applications Requiring Designation of the Coating Mass on Each Surface. 4. ASTM A 1008 — Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardenable. Page 1 of 7 SECTION 08 1100 TOS Recreation Center Bathroom Renovations August 2022 5. ASTM A 1011 -Standard Specification for Steel, Sheet and Strip, Hot- Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low- Alloy with Improved Formability, and Ultra-High Strength. B. Builders Hardware Manufacturers Association (BHMA) A156.115 - Hardware Preparation in Steel,Doors or Steel Frames C. Steel Door Institute (SDI) 1. SDI 100—Specifications for Standard Steel Doors and Frames. 2. SDI A 250.3 -Test Procedure and Acceptance Criteria for Factory Applied Finish Coatings for Steel Doors and Frames. 3. SDI A 250.4-Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors, Frames and Frame Anchors. 4. SDI A 250.6—Recommended Practice for Hardware Reinforcing on Standard Steel Doors and Frames. 5. SDI A 250.8—Specifications for Standard Steel Doors and Frames. 6. SDI A 250.10—Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames. 7. SDI A 250.11— Recommended Erection Instructions for Steel Frames. 8. SDI 111—Recommended Details for Standard Steel Doors,Frames, Accessories and Related Components. 9. SDI 122—Installation and Troubleshooting Guide,for Standard Steel Doors and Frames. 1.5 ACTION SUBMITTALS C. Shop Drawings: Include the following: 1. Elevations of each door type. 2. Details of doors, including vertical-and horizontal-edge details and metal thicknesses. 3. Frame details for each frame type, including dimensioned profiles and metal thicknesses. 4. Locations of reinforcement and preparations for hardware. 5. Details of anchorages,joints,field splices, and connections. 6. Details of accessories. 7. Details of moldings, removable stops, and glazing. 1 D. Samples for Initial Selection: For hollow-metal doors and frames withfactory- applied color finishes. Page 2 of 7 SECTION 08 1100 TOS Recreation Center Bathroom Renovations August 2022 1.6 QUALITY ASSURANCE A. Provide doors and frames complying with SDI 100 and as herein specified. 1.7 DELIVERY,STORAGE AND HANDLING A. Deliver hollow metal work cartoned or crated to provide protection from damage during transit and job storage. In addition, provide sealed doors in plastic wrapping. Provide additional protection to prevent damage to factory- finished units. B. Inspect hollow metal work upon delivery for damage. Minor damages may be repaired provided finish items are equal in all respects to new work and acceptable to the owner and owner's representative,,otherwise, remove and replace. C. Store doors and frames at building site under cover. Store.vertically, place units on minimum 4in. high wood blocking. Do not use non-vented plastic or canvas shelters which could create a humidity chamber. If cardboard wrapper on door becomes wet, remove carton immediately. Provide 1/4 inch space between stacked doors to promote air circulation. PART 2 PRODUCTS 2.1 INTERIOR STANDARD STEEL DOORS AND FRAMES A. Heavy-Duty Doors and Frames: SDI A 250.8, Level 2; SDI A 250.4, Level B. 1. Doors: a. Type: As indicated in the Door and Frame Schedule. b. Thickness: 1-3/4 inches. C. Face: Steel sheet, minimum thickness of 0.042 inch. d. Edge Construction: Model 2, Seamless. e. Edge Bevel: Bevel lock edge 1/8 inch in 2 inches: f. Core: Manufacturer's standard. 2. Frames: a. Materials: Steel sheet, minimum thickness of 0.053 inch. Page 3 of 7 SECTION 08 1100 TOS Recreation Center Bathroom Renovations August 2022 b. Construction: Full profile welded. 3. Exposed Finish: Factory. 2.2 FRAME ANCHORS A. Jamb Anchors: 1. Type: Anchors of minimum size and type required by applicable doorand frame standard, and suitable for performance level indicated. 2. Quantity: Minimum of three anchors per jamb, with one additional anchor for frames with no floor anchor. Provide one additional anchor for each 24 inches, or portion thereof, of frame height above 7 feet. 3. Post-installed Expansion Anchor: Minimum 3/8-inch diameter bolts with expansion shields or inserts, with manufacturer's standard pipe spacer. B. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor. Floor anchors may be set with power-actuated fasteners instead of post- installed expansion anchors if so indicated and 'approved on Shop Drawings. C. Material: ASTM A 879, Commercial Steel (CS), 04Z coating designation; mill phosphatized. 1. For anchors built into exterior walls, steel sheet complying with ASTM A 1008 or ASTM A 1011; hot-dip galvanized according to ASTM A 153, Class B. 2.3 MATERIALS A. Cold-Rolled Steel Sheet: ASTM A 1008, Commercial Steel (CS),Type B; suitable for exposed applications. B. Inserts, Bolts, and Fasteners: Hot-dip galvanized according to ASTM A153. C. Power-Actuated Fasteners in Concrete: Fastener system of type suitable for application indicated, fabricated from corrosion-resistant materials, with clips or other accessory devices for attaching hollow-metal frames of type indicated. D. Mineral-Fiber Insulation: ASTM C 665,Type I (blankets without membrane Page 4 of 7 SECTION 08 1100 TOS Recreation Center Bathroom Renovations August 2022 facing); consisting of fibers manufactured from slag or rock wool; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively; passing ASTM E 136 for combustion characteristics. 2.4 FABRICATION A. Construct hollow-metal doors and frames to comply with standards indicated for materials, fabrication, hardware locations, hardware reinforcement, tolerances, and clearances, and as specified. B. Hollow-Metal Frames: Fabricate in one piece except where handling and shipping limitations require multiple sections. Where frames are fabricated in sections, provide alignment plates or angles at each joint, fabricated of metal of same or greater thickness as frames. 1. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed fasteners unless otherwise indicated. 2. Door Silencers: Except on weather-stripped frames, drill stops to receive door silencers as follows. Keep holes clear during construction. a. Single-Door Frames: Drill stop in strike jamb to receive three door silencers. C. Hardware Preparation: Factory prepare hollow-metal doors and frames to receive templated mortised hardware, include cutouts, reinforcement, mortising, drilling, and tapping according to SDI A 250.6, the Door Hardware Schedule, and templates. 1. Reinforce doors and frames to receive non-templated, mortised, and surface-mounted door hardware. 2. Comply with BHMA A156.115 for preparing hollow-metal doors and frames for hardware. 2.5 CLEARANCES A. Unless noted otherwise, clearances are subject to tolerance of plus orminus 1/32 inch. B. Clearance between Door and-Frame Head and Jambs: 1/8 inch. C. Clearance at Bottom: 3/4 inch. D. Clearance between Door Face and Door Stop: 1/16 inch to 1/8 inch. Page 5 of 7 SECTION 08 1100 TOS Recreation Center Bathroom Renovations August 2022 2.6 STEEL FINISHES A. Prime Finish: Clean, pretreat, and apply manufacturer's standard primer. 1. Shop Primer: Manufacturer's standard, fast-curing, lead- and chromate-free primer complying with SDI A 250.10; recommended by primer manufacturer for substrate; compatible with substrate and field-applied coatings despite prolonged exposure. PART 3 EXECUTION 3.1 PREPARATION A. Remove welded-in shipping spreaders installed at factory. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces. Touch up factory-applied finishes where spreaders are removed. B. Drill and tap doors and frames to receive non-templated, mortised, and surface- mounted door hardware. 3.2 INSTALLATION A. General: Install hollow-metal doors and frames plumb, rigid, properly aligned, and securely fastened in place. Comply with approved Shop Drawings and with manufacturer's written instructions. B. Hollow-Metal Frames: Comply with SDI A 250.11. 1. Set frames accurately in position; plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces without damage to completed Work. a. Where frames are fabricated in sections, field splice at approved locations by welding face joint continuously; grind,fill, dress, and make splice smooth, flush, and invisible on exposed faces.Touch- up finishes. b. Install frames with removable stops located on secure side of opening. 2. Floor Anchors: Secure with post-installed expansion anchors. a. Floor anchors may be set with power-actuated fasteners instead of post-installed expansion anchors if so indicated and approved on Shop Drawings. Page 6 of 7 SECTION 08 1100 TOS Recreation Center Bathroom Renovations August 2022 3. Solidly pack mineral-fiber insulation inside frames. 4. Installation Tolerances: Adjust hollow-metal frames to the following tolerances: a. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. C. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch, measured at jambs at floor. C. Hollow-Metal Doors: Fit and adjust hollow-metal doors accurately in frames, within clearances specified below. 1. Non-Fire-Rated Steel Doors: Comply with SDI A 250.8. 3.3 CLEANING AND TOUCHUP A. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air-drying, rust- inhibitive primer. B. Metallic-Coated Surface Touchup: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. C. Factory-Finish Touchup: Clean abraded areas and repair with same material used for factory finish according to manufacturer's written instructions. D. Touchup Painting: Cleaning and touchup painting of abraded areas of paintare specified in painting Sections. END OF SECTION Page 7 of 7 SECTION 08 7100 TOS Recreation Center Bathroom Renovations August 2022 SECTION 08 7100 DOOR HARDWARE PART 1 GENERAL 1.1 SECTION INCLUDES A. Hardware for hollow steel doors. 1.2 OWNER FURNISHED AND INSTALLED EQUIPMENT A. Permanent lock cylinder cores and keying. 1.3 REFERENCES A. American National Standards Institute/Builders Hardware Manufacturers Association (ANSI/BHMA). 1. ANSI/BHMA A156.1 Butts and Hinges. 2. ANSI/BHMA A156.2 Bored and Preassembled Locks and Latches 3. ANSI/BHMA A156.4 Door,Controls- Closers 4. ANSI/BHMA A156.5 Cylinders and Input Devices for Locks 5. ANSI/BHMA A156.7 Template Hinge Dimensions 6. ANSI/BHMA A156.16 Auxiliary Hardware 7. ANSI/BHMA A156.18 Materials and Finishes 8. ANSI/BHMA A156.21 Thresholds 9. ANSI/BHMA A156.22 Door Gasketing and Edge Seal Systems 10. ANSI/BHMA A156.115 Hardware Preparation In Steel Doors or Steel Frames B. Door and Hardware Institute (DHI) 1. DHI Recommended Locations for Architectural Hardware forStandard Steel Doors and Frames. Page 1 of 10 SECTION 08 7100 TOS Recreation Center Bathroom Renovations August 2022 1.4 ACTION SUBMITTALS A. Catalog data for each item of hardware. Include whatever information may be necessary to show compliance with the specified requirements and include instructions for installation and for maintenance of operating parts and finish. B. Final Hardware Schedule: Based on finish hardware indicated, organize hardware schedule into "hardware sets" indicating complete designations of every item required for each door or opening. C. Submittal Sequence: Submit hardware schedule at earliest possible date, particularly where acceptance of hardware schedule'must precede fabrication of other work (e.g., hollow metal frames). Include with hardware schedule, the project data, samples, shop drawings of other work affected by finish hardware, and other information essential to the coordinated review of hardware schedule. 1.5 CLOSEOUT SUBMITTALS A. Provide 5-year warranty on materials and installation workmanship on door hardware specified under this Section. Repair or replace all failed items. B. Provide manufacturer's standard materials and workmanship warranty for hardware. C. Furnish a complete set of specialized tools and maintenance instructions as needed for the Owner's continued adjustment, maintenance, removal and replacement of finish hardware. 1.6 COORDINATION A. Supply templates to manufacturers for door and frame preparation. 1.7 QUALITY ASSURANCE A. Regulatory Requirements: Comply with provisions contained in the above referenced nationally-accepted Codes and Standards, unless otherwise specified herein. B. Single Source Responsibility: Obtain each type of hardware (locksets, hinges, closers, etc.) from a single manufacturer specializing in the manufacture of that hardware type Page 2 of 10 SECTION 08 7100 TOS Recreation Center Bathroom Renovations August 2022 C. Supplier Qualifications: Obtain hardware from a recognized architectural hardware supplier that has a record of successful in-service performance for supplying door hardware similar in quantity, type, and quality to that indicated for this project. D. Source Limitations: Obtain each type and variety of door hardware specified in this section from a single source unless otherwise indicated. 1. Electrified modifications or enhancements made to a source manufacturer's product line by a secondary or third party source will not be accepted. 1.8 PRODUCT HANDLING A. Tag or package each item separately, with identification related to final hardware schedule, and include basic installation instructions with each item or package. B. Provide secure lock-up for hardware delivered to the project, but not yet installed. Control handling and installation of hardware items that are not immediately replaceable, so that completion of the Work will not be delayed by hardware losses, both before and after installation. 1.9 DELIVERY, STORAGE,AND HANDLING A. Inventory door hardware on receipt and provide secure lock-up and shelving for door hardware delivered to Project site. B. Deliver, as applicable, permanent keys, cylinders, cores, access control credentials, software and related accessories directly to Owner via registered mail or overnight package service. Instructions for delivery to the Owner shall be established at the "Keying Conference". 1.10 COORDINATION A. Templates: Obtain and distribute to the parties involved templates for doors, frames, and other work specified to be factory prepared for installing standard hardware. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing hardware to comply with indicated requirements. Page 3 of 10 SECTION 08 7100 TOS Recreation Center Bathroom Renovations August 2022 1.11 WARRANTY A. Warranty Period: Written warranty, executed by manufacturer(s), agreeing to repair or replace components of standard door hardware that fails in materials or workmanship within five year period after final acceptance by the Owner. Failures include, but are not limited to, the following: 1. Structural failures including excessive deflection, cracking, or breakage. 2. Faulty operation of the hardware. 3. Installation out of plumb or square. 4. Deterioration of metals, metal finishes, and other materials beyond normal weathering. PART 2 PRODUCTS 2.1 GENERAL A. Requirements for design, grade, function, finish, size and other distinctive qualities of each type of finish hardware are to be indicated in the Final Hardware Schedule. Products listed herein are identified by ANSI/BHMA A156 Series hardware designation numbers. Hardware is to be located in accordance with DHI. 2.2 MATERIALS AND FABRICATION A. Drawings show direction of swing or hand of each door leaf. Furnish each item of hardware for proper installation and operation of door movement as shown. B. Do not use manufacturer's products that have manufacturer's name or trade name displayed in a visible location except in conjunction with required UL labels. C. Produce hardware units of basic metal and forming method indicated, using the manufacturer's standard metal alloy, composition,temper and hardness. Construction of hardware units must conform to applicable ANSI A156 series standards for each type hardware item and finish designation indicated. Do not furnish "optional" materials or forming methods, unless specified otherwise. D. Provide hardware manufactured to conform to published templates, generally prepared for machine screw installation. Do not provide hardware that has been prepared for self-tapping sheet metal screws. E. Furnish screws for installation, with each hardware item. Provide Phillips flat- , head screws unless otherwise indicated. Finish exposed (exposed under any condition) screws to match hardware finish, or if exposed in surfaces of other Page 4 of 10 SECTION 08 7100 TOS Recreation Center Bathroom Renovations August 2022 work, to match finish of such other work as closely as possible, including "prepared for paint" in surfaces to receive painted finish. F. Provide concealed fasteners for hardware units that are exposed when door is closed, unless no standard units of type specified are available with concealed fasteners. Do not use thru-bolts for installation where bolt head or nut on opposite face is exposed, except where it is not feasible to adequately reinforce the work. In such cases, provide sleeves for each thru-bolt or use sex bolt fasteners. 2.3 HANGING DEVICES A. Hinges: ANSI/BHMA A156.1 certified butt hinges with number of hinge knuckles and other options as specified in the Door Hardware Sets. a. Quantity: Provide the following hinge quantity: i. Three Hinges: For doors with heights up to 90 inches. b. Hinge Size: Provide the following, unless otherwise indicated, with hinge widths sized for door thickness and clearances required: i. Widths up to TO": 4-1/2" heavyweight as specified. c. Hinge Weight and Base Material: Unless otherwise indicated, provide the following: i. Interior Doors: Standard weight, steel, ball bearing or oil impregnated bearing hinges unless Hardware Sets indicate heavy weight. d. Hinge Options: Comply with the following: i. Non-removable Pins: Provide set screw in hinge barrel that, when tightened into a groove in hinge pin, prevents removal of pin while door is closed; for the all out-swinging lockable doors. e. Manufacturers: i. ASSA ABLOY Architectural Door Accessories or approved equal. 2.4 LOCK CORES AND KEYING A. Conform to ANSI/BHMA A156.5. Page 5 of 10 SECTION 08 7100 TOS Recreation Center Bathroom Renovations August 2022 B. Manufacturer: Best Access Systems, subsidiary of Stanley. Alternate equal Manufacturers or products will be accepted. C. Cores: Provide Best 7-pin interchangeable core inserts for each type of lockset/exit device indicated. D. Keying: Furnish lockset cylinders with cores for use during construction. Provide keys as required to control access during the construction period. Prior to final transfer, provide 2 control keys to the owner for use when installing permanent lockset cores. Permanent cores and keying will be furnished and installed bythe owner. 2.5 MECHANICAL LOCKS A. Mortise Locksets, Grade 1 (Heavy Duty): ANSI/BHMA A156.13, Series 1000, Operational Grade 1 certified. Locksets are to be manufactured with a corrosion resistant steel case and be field-reversible for handing without disassembly of the lock body. 2.6 LOCK STRIKES A. Strikes: Provide manufacturer's standard strike with strike box for each lock bolt, with curved lip extended to protect frame,finished to match door hardware set, unless otherwise indicated, and as follows: a. Flat-Lip Strikes: For locks with three-piece antifriction latch bolts, as recommended by manufacturer. 2.7 DOOR CLOSERS A. All door closers specified herein shall meet or exceed the following criteria: a. General: Door closers to be from one manufacturer, matching in design and style, with the same type door preparations and templates regardless of application or spring size. Closers to be non-handed with full sized covers including installation and adjusting information on inside of cover. b. Standards: Closers to comply with UL-10C for Positive Pressure Fire Test and be U.L. listed for use of fire rated doors. c. Cycle Testing: Provide closers which have surpassed 15 million cycles in a test witnessed and verified by UL. Page 6 of 10 SECTION 08 7100 TOS Recreation Center Bathroom Renovations August 2022 d. Size of Units: Comply with manufacturer's written recommendations for sizing of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Where closers are indicated for doors required to be accessible to the physically handicapped, provide units complying with ANSI ICC/A117.1. e. Closer Arms: Provide heavy duty, with hold open,forged steel closer arms unless otherwise indicated in Hardware Sets. f. Closer Accessories: Provide door closer accessories including custom templates, special mounting brackets, spacers and drop plates as required for proper installation. Provide through-bolt and security type fasteners as specified in the hardware sets. g. Door Closers, Surface Mounted (Heavy Duty): ANSI/BHMA A156.4, Grade 1 surface mounted, heavy duty door closers with complete spring power adjustment, sizes 1 thru 6; and fully operational adjustable according to door size, frequency of use, and opening force. Closers to be rack and pinion type, one piece cast iron or aluminum alloy body construction,with adjustable backcheck and separate non-critical valves for closing sweep and latch speed control. Provide non-handed units standard. B. DOOR STOPS AND HOLDERS a. General: Door stops and holders to be of type and design as specified below or in the Hardware Sets. b. Door Stops and Bumpers: ANSI/BHMA A156.16, Grade 1 certified door stops and wall bumpers. Do not mount floor stops where they will impede traffic and or violate ADA requirements. Do not mount door holder on push side of the door. Where floor or wall bumpers are not appropriate, provide overhead type stops and holders. 2.8 HARDWARE FINISHES A. Standard: Designations used in the Hardware Sets and elsewhere indicate hardware finishes complying with ANSI/BHMA A156.18, including coordination with traditional U.S.finishes indicated by certain manufacturers for their products. B. Provide quality of finish, including thickness of plating or coating (if any), composition, hardness, and other qualities complying with manufacturer's Page 7 of 10 SECTION 08 7100 TOS Recreation Center Bathroom Renovations August 2022 standards, but in no case less than specified by referenced standards for the applicable units of hardware C. Protect mechanical finishes on exposed surfaces from damage by applyinga strippable,temporary protective covering before shipping. PART 3 EXECUTION 3.1 PREPARATION A. Hollow Metal Doors and Frames: Comply with ANSI/DHI A115 series. 3.2 INSTALLATION A. Install each item of mechanical hardware to comply with manufacturer's written manufacturer instructions and according to specifications. B. Mounting Heights: Mount door hardware units at heights indicated in following applicable publications, unless specifically indicated or required to complywith governing regulations: 1. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." 2. .Where indicated to comply with accessibility requirements, comply with ICC ANSI A117.1 "Accessibility Guidelines for Buildings and Facilities." C. Storage: Provide a secure lock up for hardware delivered to the project but not yet installed. Control the handling and installation of hardware items so that the completion of the work will not be delayed by hardware losses before and after installation. 3.3 INSPECTION A. Verify that doors and frames are ready to receive hardware and that dimensions are as indicated on shop drawings. 3.2 ADJUSTING A. Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. B. Door Closers: Adjust sweep period and delay period, if applicable,to complywith Page 8 of 10 SECTION 08 7100 TOS Recreation Center Bathroom Renovations August 2022 accessibility requirements. 3.3 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure that door hardware is without damage or deterioration at time of Substantial Completion. 3.4 DOOR HARDWARE SETS A. The hardware sets represent the design intent and direction of the owner and architect. They are a guideline only and should not be considered a detailed hardware schedule. Discrepancies, conflicting hardware and missing items should be brought to the attention of the architect with corrections made prior to the bidding process. Omitted items not included in a hardware set should be scheduled with the appropriate additional hardware required for proper application and functionality. B. The supplier is responsible for handing and sizing all products and providing the correct option for the appropriate door type and material where more than one is presented in the hardware sets. Quantities listed are for each pair of doors, or for each single door. 1. AA-ASSA ABLOY 2. LCN-Allegion 3. RO-Rockwood Page 9 of 10 SECTION 08 7100 TOS Recreation Center Bathroom Renovations August 2022 3.5 HARDWARE SETS SET 1.0 1 Hinge (heavyweight) T4A3386 4-1/2" x 4-1/2" US32D AA 2 Dead Bolt Full mortise N series Deadbolt AA with interchangeable core. Curved strike plate and frame strike box to match door hardware set 3 Surface Closer 4040XP series parallel push side LCN mounting. pull side 4040XP- 3049 hold open arm. Push side 4040XP-62PA shoe 4 Door stop Rockwood 472 US26D Door US26D RO Stop with Keeper 3-3/4 Height 2-1/2 Diameter Base Plastic Anchor Fasteners Satin Chrome Finish 5 Door Kick Plate 8" x 34" K1050 M .050";#6 x US32D RO 5/8" oval head sheet metal screws. Push side plate width 2" less than door width; Pull side plate width 1-1/2" less than door width. Beveled edges 6 Solid wire door pull 850 stainless steel, projection 1- US26D RO 3/4", 5/16" diameter 7 Push/Pull Plate 4 x 22" Push and Pull Plate US32D RO square corners; Rockwood RM1010H 4 x 22, .050" Stainless steel U532D/6630. Engraved PUSH and PULL. 8 Door Silencer 608-RKW rubber RO END OF SECTION Page 10 of 10 SECTION 09 22 16 TOS Recreation Center Bathroom Renovations August 2022 SECTION 09 22 16 NON-STRUCTURAL METAL FRAMING AND GYPSUM BOARD PART 1-GENERAL 1.01 SUMMARY A. This Section includes non-load-bearing steel framing members for the following applications: 1. Interior framing systems, 2. Interior suspension systems 1.02 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Where requested on drawings. C. Sustainable Building Submittals 1. Sustainable Building Submittals are required to verify compliance with the "Sustainable Building Performance Criteria" defined in this section. 1.03 QUALITY ASSURANCE A. Fire-Test-Response Characteristics: For fire-resistance-rated assemblies that incorporate non-load-bearing steel framing, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency. B. STC-Rated Assemblies: For STC-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 90 and classified according to ASTM E 413 by an independent testing agency. Page 1 of 7 SECTION 09 2216 TOS Recreation Center Bathroom Renovations August 2022 1.04 DELIVERY, STORAGE,AND HANDLING A. Packaging: Material and equipment manufacturers shall demonstrate efforts to reduce packaging waste and/or to use environmentally-preferable packaging materials. Examples include, but are not limited to,the following: 1. Reusable and/or returnable pallets or crates 2. FSC-certified wood or salvaged wood pallets or crates 3. High recycled-content cardboard, paper, steel, or plastic packaging 4. Bio-based foam packing materials. PART 2- PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers of- fering products that may be incorporated into the Work include, but are not limited to, the following: 1. Steel Framing and Furring: a. Clark Steel Framing Systems. b. Dietrich Industries, Inc. C. MarinoWare; Division of Ware Ind. d. National Gypsum Company. 2.02 STEEL PARTITION FRAMING A. Components, General: As follows: 1. Comply with ASTM C 754 for conditions indicated. B. Provide steel containing a minimum of 25 percent recycled content by weight, calculated by adding the post-consumer recycled content percentage to one-half of the post-industrial recycled content percentage. C. Steel Studs and Runners: ASTM C 645. 1. Minimum Base Metal Thickness: 0.0190 inch or as indicated on the drawings 2. Depth: 6", 3-5/8" or as indicated on the drawings. 3. Coating per ASTM A1003/C645. Page 2 of 7 SECTION 09 22 16 TOS Recreation Center Bathroom Renovations August 2022 D. Deflection Track: Steel sheet top runner manufactured to prevent cracking of gypsum board applied to interior partitions resulting from deflection of structure above; in thick- ness indicated for studs and in width to accommodate depth of studs. 1. Available Product: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to,the following: a. Delta Star, Inc., Superior Metal Trim; Superior Flex Track System (SFT). b. Metal-Lite, Inc.; Slotted Track. E. Cold-Rolled Channel Bridging: 0.0538-inch (1.37-mm) bare steel thickness, with mini- mum 1/2-inch- (12.7-mm-) wide flange. 1. Depth: 1-1/2 inches (38.1 mm) unless otherwise indicated. 2. Clip Angle: 1-1/2 by 1-1/2 inch (38.1 by 38.1 mm), 0.068-inch- (1.73-mm-) thick, galvanized steel. F. Fasteners for Metal Framing: Of type, material, size, corrosion resistance, holding power, and other properties required to fasten steel members to substrates. 2.03 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards. 1. Fasteners for Metal Framing: Of type, material,size, corrosion resistance, holding power, and other properties required to fasten steel members to substrates. 2. Flat Strap and Backing Plate: Steel sheet for blocking and bracing in length and width indicated. a. Minimum Base-Metal Thickness 0.0329 inch (0.836 mm). Page 3 of 7 SECTION 09 2216 TOS Recreation Center Bathroom Renovations August 2022 2.04 INTERIOR GYPSUM BOARD A. General: All gypsum board for wall, and headers shall be as specified below complying with ASTM C 1396/C 1396M /ASTM C 36/C 36M as applicable to type of gypsum board indicated. B. Moisture and Mold-Resistant-Type X: With moisture and mold-resistant core and surfaces (If applicable) 1. Complying with ASTM C 1396/C 1396M /ASTM C 630/C 630M as applicable to type of gypsum board indicated 2. Core: 5/8 inch 3. Long Edges:Tapered 4. Performance: Rating of 10 per ASTM D3273 S. Acceptable Product: M-Bloc Type X with Mold and Moisture Resistance. C. Glass Mat Tile Backer board by USG Durorock brand meeting ASTM C473 or approved equal. 2.05 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047 1. Material: Galvanized or aluminum-coated steel sheet, rolled zinc, plastic, or paper- faced galvanized steel sheet 2. Shapes: a. Cornerbead b. LC-Bead: J-shaped; exposed long flange receives joint compound d. L-Bead: L-shaped; exposed long flange receives joint compound e. U-Bead:J-shaped; exposed short flange does not receive joint compound 3. Drywall Accessories b. Fry Reglet Corp c. Gordon, Inc. d. Pittcon Industries 4. Finish: Corrosion-resistant primer compatible with joint compound and finish materials specified . 2.06 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 475/C 475M B.Joint Tape: Page 4 of 7 SECTION 09 2216 TOS Recreation Center Bathroom Renovations August 2022 1. Interior Gypsum Wallboard: Paper 2.Tile Backing Panels: As recommended by panel manufacturer C. Joint Compound for Interior Gypsum Wallboard: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats 1. Prefilling:At open joints, rounded or beveled panel edges,and damaged surface areas, use setting-type taping compound 2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and trim flanges, use drying-type or setting-type taping compound a. Use drying-type or setting-type compound for installing paper-faced metal trim accessories 3. Fill Coat: For second coat, use drying-type or setting-type, sandable topping compound 4. Fill Coat: For third coat, use drying-type or setting-type, sandable topping compound 5. Finish Coat: For fourth coat, use drying-type or setting-type, sandable topping compound D.Joint Compound for Tile Backing Panels: 1.Water-Resistant Gypsum Backing Board: Use setting-type taping compound and setting type sandable compound. 2.07 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards and manufacturer's written recommendations B. Steel Drill Screws: ASTM C 1002, unless otherwise indicated 1. Use screws complying with ASTM C 954 for fastening panels to steel members from 0.033 to 0.112 inch thick. 2. For fastening cementitious backer units, use screws of type and size recommended by panel manufacturer C.Sound Attenuation Blankets:ASTM C 665,Type I (blankets without membrane facing) produced by combining thermosetting resins with mineral fibers manufactured from glass, slag wool, or rock wool. E. Acoustical Sealant: 1. Provide sealants that have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). Page 5 of 7 SECTION 09 2216 TOS Recreation Center Bathroom Renovations August 2022 PART 3- EXECUTION 3.01 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow- metal frames,cast-in anchors,and structural framing,for compliance with requirements and other conditions affecting performance. 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Coordination with existing roof decking and truss system. Fasten top track to underside of roof structure via bracing, per the drawings. 3.03 INSTALLATION, GENERAL A. Installation Standard: ASTM C 754, except comply with framing sizes and spacing indicated. 1. Gypsum Board Assemblies: Also comply with requirements in ASTM C 840 that apply to framing installation. B. Refer to stud gauge schedule on Drawings. C. Install supplementary framing, and blocking to support fixtures, equipment services, heavy trim, grab bars, toilet accessories, hollow metal door frames, furnishings, or similar construction. D. Install bracing at terminations in assemblies. E. Do not bridge building control and expansion joints with non-load-bearing steel framing members. Frame both sides of joints independently. Page 6of7 SECTION 09 22 16 TOS Recreation Center Bathroom Renovations August 2022 3.04 INSTALLING FRAMED ASSEMBLIES A. Install studs so flanges within framing system point in same direction. C. Install tracks (runners) at floors and overhead supports. Extend framing full height to structural supports or substrates above suspended ceilings, except where partitions are indicated to terminate at suspended ceilings. Continue framing around ducts penetrating partitions above ceiling. 1. Slip-Type Head Joints: Where framing extends to overhead structural supports, install to produce joints at tops of framing systems that prevent axial loading of finished assemblies. 2. Door Openings: Screw vertical studs at jambs to jamb anchor clips on door frames; install runner track section (for cripple studs) at head and secure to jamb studs. a. Install two studs at each jamb, line with wood filler, unless otherwise indicated. b. Extend jamb studs through suspended ceilings and attach to underside of overhead structure. 3. Other Framed Openings: Frame openings other than door openings such as recessed toilet room accessories are the same as required for door openings, unless otherwise indicated. Install framing below sills of openings to match framing required above door heads. 4. Sound-Rated Partitions: Install framing to comply with sound-rated assembly indicated. END OF SECTION Page 7 of 7 SECTION 09 30 13 TOS Recreation Center Bathroom Renovations August 2022 SECTION 09 3013 CERAMIC TILE PART 1- GENERAL 1.1 SUMMARY A. Section Includes: Ceramic tile. 1.2 DEFINITIONS A. General: Definitions in the ANSI A108 series of tile installation standards and in ANSI A137.1 apply to Work of this Section unless otherwise specified. C. Module Size: Actual tile size plus joint width indicated. D. Face Size: Actual the size, excluding spacer lugs. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1. Review requirements in ANSI A108.01 for substrates and for preparation by other trades. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Show locations of each type of tile and tile pattern. Show widths, details, and locations of expansion, contraction, control, and isolation joints in tile substrates and finished tile surfaces. C. Samples for Initial Selection: For tile,grout,and accessories involving color selection. D. Samples for Verification: 1 Full-size units of each type and composition of tile and for each color and finish required. For ceramic mosaic tile in color blend patterns, provide full sheets of each color blend. 2 Assembled samples mounted on a rigid panel,with grouted joints,for each type and composition of tile and for each color and finish required. Make samples at least 24 inches square, but not fewer than four tiles. Use grout of type and in color or colors approved for completed Work. 3. Full-size units of each type of trim and accessory for each color and finish Page 1 of 8 SECTION 09 30 13 TOS Recreation Center Bathroom Renovations August 2022 required. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: Forinstaller. B. Master Grade Certificates: For each shipment, type, and composition of tile, signed by tile manufacturer and Installer. C. Product Certificates: For each type of product. D. Product Test Reports: For tile-setting and -grouting products. 1.6 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match and are from same production runs as products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Tile and Trim Units: Furnish quantity of full-size units equal to 3 percent of amount installed for each type, composition, color, pattern, and sizeindicated. 2. Grout: Furnish quantity of grout equal to 3 percent of amount installed for each type, composition, and color indicated. 1.7 QUALITY ASSURANCE A. Installer Qualifications: 1. Installer is a five-star member of the National Tile Contractors Association or a Trowel of Excellence member of the Tile Contractors' Association of America. 2. Installer's supervisor for Project holds the International Masonry Institute's Foreman Certification. 3. Installer employs Ceramic Tile Education Foundation Certified Installers or installers recognized by the U.S. Department of Labor as Journeyman Tile Layers. B. Mockups: Build mockups to verify selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Build 24" x 24" mockup of each type of floor and wall tile installation. 2. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. Page 2 of 8 SECTION 09 30 13 TOS Recreation Center Bathroom Renovations August 2022 1.8 DELIVERY, STORAGE,AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Comply with requirements in ANSI A137.1 for labeling tile packages. B. Store tile and cementitious materials on elevated platforms, under cover, and in a dry location. C. Store aggregates where grading and other required characteristics can be maintained and contamination can be avoided. D. Store liquid materials in unopened containers and protected from freezing. 1.9 FIELD CONDITIONS A. Environmental Limitations: Do not install tile until construction in spaces is complete and ambient temperature and humidity conditions are maintained at the levels indicated in referenced standards and manufacturer's written instructions. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Source Limitations for Tile: Obtain tile of each type and color or finish from single source or producer. 9. Obtain tile of each type and color or finish from same production run and of consistent quality in appearance and physical properties for each contiguous area. B. Source Limitations for Setting and Grouting Materials: Obtain ingredients of a uniform quality for each mortar, adhesive, and grout component from single manufacturer and each aggregate from single source or producer. 1 Obtain setting and grouting materials, except for unmodified Portland cement and aggregate, from single manufacturer. C. Anti-fracture membrane: Install Schluter Ditra at all tile floors. Page 3of8 SECTION 09 30 13 TOS Recreation Center Bathroom Renovations August 2022 2.2 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard: Provide tile that complies with ANSI A137.1 for types, compositions, and other characteristics indicated. 1 Provide tile complying with Standard grade requirements. B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI A108.02, ANSI standards referenced in other Part 2 articles, ANSI standards referenced by TCNA installation methods specified in tile installation schedules, and other requirements specified. C. Site Blending: For tile exhibiting color variations within ranges, blend tile on site from factory package so tile units taken from one package show same range in colors as those taken from other packages and match approved Samples. D. Crack isolation membrane: Install Schluter Ditra crack isolation membrane at all tile floors as per manufacturers recommendations. 2.3 TILE PRODUCTS A. Ceramic Tile: Owner to approve final selection. All tile setting materials and substrates including crack isolation membrane, mortars, grouts, etc.; shall be provided by the Contractor at his expense. 1 Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Home Depot. b. Dal-Tile Corporation. c. Or Architect approved equal 2. Certification:Tile certified by the Porcelain Tile Certification Agency. 3 Floor tile: a. Traffic Master Vigo Gris, 12 inch x 24 inch Matte Ceramic Floor tile, as distributed by Home Depot, or approved equal. Tile section to be approved by the Owner. b. Liquid rubber Waterproofing crack isolation membrane, use HYDRO BAN as manufactured by Laticrete, or approved equal. C. Medium setting bed, use 4-XLT Rapid polymer fortified fast setting mortar as manufactured by Laticrete or approved equal. d. Grout, use Spectralock 1 Pre-Mixed Grout as manufactured by Laticrete or approved equal. Submit color samples for architect/owner approval. (gray grout actual color sample to be approved by the Town of Southold. A Wall Tile: a. Wainscot, 3x6 subway tile, use color wheel classic as distributed by Daltile, color Biscuit K175, or approved equal by the Owner. (white grout) b. Wet wall, 3x6 subway tile, use color wheel classic as distributed by Daltile, Page 4 of 8 SECTION 09 30 13 TOS Recreation Center Bathroom Renovations August 2022 color Electric Blue 41, or approved equal By the Owner. (gray grout) C. Tile adhesive OMNlgrip as distributed by Home depot or approved equal. d. Grout, use Spectralock 1 Pre-Mixed Grout as manufactured by Laticrete or approved equal. 5. Grout Color: As indicated on the drawings and selected by The Owner from manufacturer's full range. 6. Trim Units: Provide shapes for base and trim as indicated on the drawings and selected from manufacturer's standard shapes: 2.4 THRESHOLDS A. General: Fabricate to sizes and profiles indicated or required to provide transition between adjacent floor finishes. L Bevel edges at 1:2 slope, with lower edge of bevel aligned with or up to 1/16 inch above adjacent floor surface. Finish bevel to match top surface of threshold. Limit height of threshold to 1/2 inch or less above adjacent floor surface per ADA requirements and as indicated on the drawings. 2.5 GROUT MATERIALS A. Sand-Portland Cement Grout: ANSI A108.10, consisting of white or gray cement and white or colored aggregate as required to produce color indicated. 2.6 MISCELLANEOUS MATERIAL A. Trowelable Underlayments and Patching Compounds: Latex-modified, portland cement-based formulation provided or approved by manufacturer of tile-setting materials for installations indicated. B. Vapor-Retarder Membrane: Polyethylene sheeting, ASTM D 4397, 4.0 mils thick. C. Tile Cleaner: A neutral cleaner capable of removing soil and residue without harming tile and grout surfaces,specifically approved for materials and installations indicated by tile and grout manufacturers. 2.7 MIXING MORTARS AND GROUT A. Mix mortars and grouts to comply with referenced standards and mortar and grout manufacturers' written instructions. B. Add materials, water, and additives in accurate proportions. C. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time, and other procedures to produce mortars and grouts of uniform quality with optimum performance characteristics for installations indicated. Page 5 of 8 SECTION 09 30 13 TOS Recreation Center Bathroom Renovations August 2022 PART 3- EXECUTION 3.1 EXAMINATION A. Examine concrete substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. Verify that substrates for setting tile are firm; dry; clean; free of coatings and adhesives that are incompatible with tile-setting materials, including curing compounds and other substances that contain soap, wax, oil, or silicone; and comply with flatness tolerances required by ANSI A108.01 for installations indicated. 2. Verify that installation of grounds, anchors, drain bodies, recessed frames, electrical and mechanical units of work, and similar items located in or behind tile has been completed. 3. Verify that joints and cracks in tile substrates are coordinated with tile joint locations; if not coordinated, adjust joint locations in consultation with Architect. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Where indicated, prepare substrates to receive waterproofing by applying a reinforced mortar bed that complies with ANSI A108.1A and is sloped maximum 1/4 inch per foot toward drains. B. Blending: For tile exhibiting color variations, verify that tile has been factory blended and packaged so tile units taken from one package show same range of colors as those taken from other packages and match approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project site before installing. 3.3 CERAMIC TILE INSTALLATION A. Comply with TCNA's "Handbook for Ceramic, Glass, and Stone Tile Installation" for TCNA installation methods specified in tile installation schedules. Comply with parts of the ANSI A108 series "Specifications for Installation of Ceramic Tile" that are referenced in TCNA installation methods, specified in tile installation schedules, and apply to types of setting and grouting materials used. Page 6 of 8 SECTION 09 3013 TOS Recreation Center Bathroom Renovations August 2022 B. Extend tile work into recesses and under or behind equipment and fixtures to form complete covering without interruptions unless otherwise indicated.Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. C. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim,finish,or built- in items for straight aligned joints. Fit tile closely to electrical outlets, piping,fixtures, and other penetrations so plates, collars, or covers overlap tile. D. Provide manufacturer's standard trim shapes where necessary to eliminate exposed tile edges. E. Jointing Pattern: Laytile in pattern as indicated on the drawings,and approved bythe Architect. Lay out tile work and center tile fields in both directions in each space or on each wall area. Lay out tile work to minimize the use of pieces that are less than half of a tile. Provide uniform joint widths unless otherwise indicated. 1. For the mounted in sheets,make joints between tile sheets same width as joints within tile sheets so joints between sheets are not apparent in finished work. 2 Where adjoining tiles on floor, base, walls, or trim are specified or indicated to be same size, align joints. 3. Where tiles are specified or indicated to be whole integer multiples of adjoining tiles on floor, base, walls, or trim, align joints unless otherwise indicated. F. Joint Widths: Unless otherwise indicated, install tile with the following joint widths: 1 Wall and floor Tile: 1/8 inch, or as directed by manufacturer. 2 Use tile spacer lugs at all tile surfaces. G. Lay out the wainscots to dimensions indicated or to next full tile beyond dimensions indicated. H. Expansion Joints: Provide expansion joints and other sealant-filled joints, including control, contraction, and isolation joints, where indicated. Form joints during installation of setting materials, mortar beds, and tile. Do not saw-cut joints after installing tiles. I. Uneven finish tile surfaces and edges will be rejected. Page 7of8 SECTION 09 30 13 TOS Recreation Center Bathroom Renovations August 2022 3.4 ADJUSTING AND CLEANING A. Remove and replace the that is damaged or that does not match adjoining tile. Provide new matching units, installed as specified and in a manner to eliminate evidence of replacement. B. Cleaning: On completion of placement and grouting, clean all ceramic tile surfaces so they are free of foreign matter. 1. Remove grout residue from tile as soon as possible. 2. Clean grout smears and haze from the according to tile and grout manufacturer's written instructions but no sooner than 10 days after installation. Use only cleaners recommended by tile and grout manufacturers and only after determining that cleaners are safe to use by testing on samples of tile and other surfaces to be cleaned. Protect metal surfaces and plumbing fixtures from effects of cleaning. Flush surfaces with clean water before and after cleaning. 3.5 PROTECTION A. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent staining, damage, and wear. If recommended by the manufacturer, apply coat of neutral protective cleaner to completed tile walls and floors. B. Prohibit foot and wheel traffic from tiled floors for at least seven days after grouting is completed. C. Before final inspection, remove protective coverings and rinse neutral protective cleaner from tile surfaces. END OF SECTION 09 30 13 Page 8 of 8 SECTION 09 9123 TOS Recreation Center Bathroom Renovations August 2022 SECTION 09 9123 INTERIOR PAINTING PART 1-GENERAL 1.01 SUMMARY A. This Section includes surface preparation and the application of paint systems on the following interior substrates: 1. Galvanized metal (factory prepared steel doors and frames). 2. Gypsum board. 1.02 PERFORMANCE REQUIREMENTS A. All paints and coatings shall meet the quality standards of the Master Painter's Institute and be listed in the MPI Approved Products List. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For each type of paint system and in each color and gloss of topcoat indicated. 1. Submit manufacture standard color chips for Owner's color choice and verification. 2. Rigid sample for approved color with Step coats on Samples to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. C. Product List: For each product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 2. Printout of current "MPI Approved Products List for each product category specified in Part 2, with the proposed product highlighted. Page 1 of 9 SECTION 09 9123 TOS Recreation Center Bathroom Renovations August 2022 D. Coordination of Submittals 1. Prior to submittal of product and samples coordinate gloss and environmental requirements with actual proposed manufacturers and architect's samples. Ensure that MPI numbers coincide correctly with gloss defined by architect, and each specific manufacturer's product. 1.05 QUALITY ASSURANCE A. MPI Standards: 1. Products: Complying with MPI standards indicated and listed in "MPI Approved Products List." 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual" for products and paint systems indicated. C. Mockups: Apply benchmark samples of each paint system•indicated and each color and finish selected to verify preliminary selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Apply benchmark samples after permanent lighting and other environmental services have been activated. 3. Final approval of color selections and gloss will be based on benchmark samples. a. If preliminary color and gloss selections are not approved, apply additional benchmark samples of additional colors and glosses selected by Architect at no added cost to Owner. 1.07 DELIVERY, STORAGE,AND HANDLING A. Packaging: all paint shall be delivered in 1 gallon unopened containers. 1.08 PROJECT CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F (10 and 35 deg C). B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. Page 2 of 9 SECTION 09 9123 TOS Recreation Center Bathroom Renovations August 2022 1.09 WASTE MANAGEMENT AND DISPOSAL A. Paint, and related materials are regarded as hazardous products and are subject to reg- ulations for disposal. Obtain information on these controls from applicable Local gov- ernment departments having jurisdiction. B. The contractor is responsible to remove and properly discard of all materials. 1.10 EXTRA MATERIALS A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. 1. Quantity: Furnish an additional 1 gal. (3.8 L) of each material and color applied. PART 2- PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Benjamin Moore and Co. or approved equal. B. Actual MPI Gloss Designation to be determined by specific manufacturer's product in coordination with architect's sample and environmental requirements. 2.02 PAINT, GENERAL A. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. B. VOC Content of Field-Applied Interior Paints and Coatings: Provide products that comply with the following limits for VOC content, exclusive of colorants added to a tint base, when calculated according to 40 CFR 59, Subpart D (EPA Method 24); these Page 3 of 9 SECTION 09 9123 TOS Recreation Center Bathroom Renovations August 2022 requirements do not apply to paints and coatings that are applied in a fabrication or finishing shop: 1. Nonflat Paints, Coatings, and Primers for Nonflat paints: VOC content of not more than 150 g/L. 3., Nonflat Topcoat Paints: VOC content of not more than 150 g/L. 5. Primers (not already defined), Sealers, and Undercoaters: VOC content of not more than 200 g/L. C. Chemical Components of Field-Applied Interior Paints and Coatings: Provide topcoat paints and anti-corrosive and anti-rust paints applied to ferrous metals that comply with the following chemical restrictions; these requirements do not apply to paints and coatings that are applied in a fabrication or finishing shop: 1. Aromatic Compounds: Paints and coatings shall not contain more than 1.0 percent by weight of total aromatic compounds (hydrocarbon compounds containing one or more benzene rings). 2. Restricted Components: Paints and coatings shall not contain any of the following: a. Acrolein. b. Acrylonitrile. C. Antimony. d. Benzene. e. Butyl benzyl phthalate. f. Cadmium. g. Di (2-ethylhexyl) phthalate. h. Di-n-butyl phthalate. i. Di-n-octyl phthalate. j. 1,2-dichlorobenzene. k. Diethyl phthalate. I. Dimethyl phthalate. M. Ethylbenzene. n. Formaldehyde. o. Hexavalent chromium. p. Isophorone. q. Lead. r. Mercury. S. Methyl ethyl ketone. t. Methyl isobutyl ketone. U. Methylene chloride. V. Naphthalene. W. Toluene (methylbenzene). X. 1,1,1-trichloroethane. y. Vinyl chloride. Page 4 of 9 SECTION 09 9123 TOS Recreation Center Bathroom Renovations August 2022 2.03 PRIMERS/SEALERS A. Interior Latex Primer/Sealer: 1. VOC Content: E Range of E3. 2. Environmental Performance Rating: EPR 3. 2.04 LATEX PAINTS A. Institutional Low-Odor/VOC Latex (Eggshell): (Gloss Level or 2 as determined by specific manufacturer). 1. VOC Content: E Range of E3. 2. Environmental Performance Rating: EPR 4.5. C. Institutional Low-Odor/VOC Latex (Semigloss): (Gloss Level 5 or 4 as determined by specific manufacturer). 1. VOC Content: E Range of E3. 2. Environmental Performance Rating: EPR 5.5. PART 3- EXECUTION 3.01 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Gypsum Board: 12 percent. C. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. Page 5 of 9 SECTION 09 9123 TOS Recreation Center Bathroom Renovations August 2022 D. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 1. Beginning coating application constitutes Contractor's acceptance of substrates and conditions. 3.02 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated. B. Remove plates, machined surfaces, and similar items already in place that are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection if any. 2. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. C. Clean substrates of substances that could impair bond of paints, including dirt, oil, grease, and incompatible paints and encapsulants. F. Gypsum Board Substrates: Do not begin paint application until finishing compound is dry and sanded smooth. 3.03 APPLICATION A. Apply paints according to manufacturer's written instructions. 1. Use applicators and techniques suited for paint and substrate, indicated. 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. Page 6 of 9 SECTION 09 9123 TOS Recreation Center Bathroom Renovations August 2022 D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. 3.04 CLEANING AND PROTECTION' A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. Page 7 of 9 t SECTION 09 9123 TOS Recreation Center Bathroom Renovations August 2022 3.05 PAINTING SCHEDULE Doors and frames and metal Semi-Gloss Finish: 1) 1st Coat: Benjamin Moore Ultra Spec D.T.M. Acrylic Gloss Enamel HP28 (45 g/L), MPI # 114, X-Green 114, 154, X-Green 154, 164, LEED 2009, LEED V4. 2) 2nd Coat: Benjamin Moore Ultra.Spec HP D.T.M.Acrylic Semi-Gloss Enamel, HP29 (45 g/L), MPI # 141, X-Green 141, 153, X-Green 153, LEED 2009, LEED V4. 3) 3rd Coat: Benjamin Moore Ultra Spec HP D.T.M. Acrylic Semi-Gloss Enamel, HP29 (45 g/L), MPI # 141, X-Green 141, 153, X-Green 153, LEED 2009, LEED V4. Gypsum walls toilet rooms Semi-Gloss Finish: 1) 1st Coat: Benjamin Moore Ultra Spec 500 Interior Latex Primer N534 (0 g/L), MPI # 50, X-Green 50, 149, X-Green 149, LEED 2009, LEED V4, CHPS Certified. 2) 2nd Coat: Benjamin Moore Ultra Spec 500 Interior Latex Semi-Gloss N539 (0 g/L), MPI # 43, X-Green 43, 146, X-Green 146, 140, X-Green 140, LEED 2009, LEED V4, CHPS Certified. 3) 3rd Coat: Benjamin Moore Ultra Spec 500 Interior Latex Semi-Gloss N539 (0 g/L), MPI # 43, X-Green 43, 146, X-Green 146, 140, X-Green 140, LEED 2009, LEED V4, CHPS Certified. Gypsum walls High Bay Low Sheen/ Eggshell: 1) 1st Coat: Benjamin Moore Ultra Spec 500 Interior Latex Primer N534(0 09910-25 g/L), MPI #50, X-Green 50, 149, X-Green 149, LEED 2009, LEED V4, CHPS Certified. 2) 2nd Coat: Benjamin Moore Ultra Spec 500 Latex Eggshell N538 (0 g/L), MPI # 52, X- Green 52, 145,X-Green 145, 139,X-Green 139, LEED 2009, LEED V4, CHPS Certified. 3) 3rd Coat: Benjamin Moore Ultra Spec 500 Latex Eggshell N538 (0 g/L), MPI # 52, X- Green 52, 145,X-Green 145, 139,X-Green 139, LEED 2009, LEED V4, CHPS Certified. Page 8of9 SECTION 09 9123 TOS Recreation Center Bathroom Renovations August 2022 Interior wood trim Semi-Gloss Finish: 1) 1st Coat: Benjamin Moore Fresh Start High-Hiding All Purpose Primer 046 (44 g/L), MPI # 6, 17, X-Green 17, 39, 50, X-Green 50, 137, XGreen 137, LEED Credit, CHPS Certified. 2) 2nd Coat Coronado Rust Scat Waterborne Acrylic Semi-Gloss 90 (134 g/L), MPI # 153, LEED Credit. 3) 3rd Coat: Coronado Rust Scat Waterborne Acrylic Semi-Gloss 90 (134 g/L), MPI #153, LEED Credit. END OF SECTION Page 9 of 9 SECTION 10 28 13 TOS Recreation Center Bathroom Renovations August 2022 SECTION 10 2813 TOILET AND BATH ACCESSORIES PART 1 GENERAL 1.02 SUBMITTALS A. Shop Drawings: Details for grab bars. Details for recessed baby changing stations and recessed paper towel holders; include modifications to metal stud framing including all blocking and steel backing plate reinforcements. B. Product Data: Specifications or data sheets and installation instructions for each product required. C. Contract Closeout Submittals: Furnish the following, as applicable,for each product required: 1. Operation and maintenance data. 2. Parts list. 3. Keys and tools. 1.03 QUALITY ASSURANCE A. Provide products from more than one manufacturer if necessary to meet the requirements of this Section. 1.04 DELIVERY,STORAGE,AND HANDLING A. Deliver and store products in manufacturer's original protective packaging. 1. Furnish items with protective wrappings or covers as required to protect finishes. Do not remove protective coverings until completion of other Work liable to damage accessory finish. B. Pack products with required trim, mounting devices,fasteners, service tools or keys, and complete installation instructions. Page 1 of 6 SECTION 10 28 13 TOS Recreation Center Bathroom Renovations August 2022 PART 2 PRODUCTS 2.01 MATERIALS A. Stainless Steel: AISI Type 302/304 with No. 4 satin finish, unless otherwise indicated. D. Mounting Devices and Fasteners: Stainless steel, unless otherwise indicated. E. Chromium Plating: Nickel and chromium electro-deposited on metal; ASTM B 456,Type SC 2, satin finish unless otherwise indicated. 2.02 FABRICATION A. Fabricate stainless steel accessories, dispenser and disposal units of one-piece welded construction with seamless corners, unless otherwise specified. B. Equip units with keyed vandal-resistant lock where key access is specified. C. Mounting Devices: If not indicated,furnish type and size compatible with accessory unit specified which will securely mount accessory to wall or partition construction indicated. 1. Grab Bars: Furnish anchoring devices which will withstand minimum downward pull of 500 pounds. D. Exposed Mounting Devices and Fasteners: 1. Type: Theft-resistant. 2. Finish: Match accessory finish, unless otherwise indicated. 3. Gypsum Construction: Furnish stainless steel machine screws into steel backer plate and stainless steel screws into wood blocking. Page 2 of 6 SECTION 10 28 13 TOS Recreation Center Bathroom Renovations August 2022 2.03 KEYS AND TOOLS A. Keys: Furnish minimum of 2 keys and an additional 2 keys for every 6 key operated accessories. 1. Key similar key access units alike unless otherwise specified. B. Tools: Furnish socket wrenches compatible with set screws of concealed theft-resistant fastenings. Furnish minimum of 2 wrenches and an additional 2 wrenches for every 6 accessories having such fastenings. 2.04 SURFACE-MOUNTED SEAT-COVER DISPENSER A. Type TA-1 Bobrick 8-4221 or approved equal. 1. Surface-mounted toilet seat cover dispenser shall be type-304, 20-gauge stainless steel with drawn, one-piece, seamless construction. Exposed surfaces shall have satin finish. 2.05 MIRRORS A. Type TA-2 Bobrick B-165 or approved equal. 1. Polished stainless steel mirror in stainless steel frame size and location as indicated on the drawings. 2. Mount per ADA height requirements. 2.05 PAPER TOWEL DISPENSERS &WASTE RECEPTACLE- RECESSED A. Type TA-3 Bobrick B-369 or approved equal. 1. Recessed paper towel dispenser and waste receptacle shall be Type-304 stainless steel with all-welded construction; exposed surfaces shall have satin finish. Flange shall be drawn and beveled, one-piece, seamless construction. Door shall be secured to cabinet with a full-length stainless steel piano-hinge and equipped with a knob latch. Paper towel dispenser shall dispense 350 C-fold or 475 multifold paper towels without adjustment or use of adapters. Removable stainless steel waste receptacle shall be retained in cabinet by a retaining hook feature, have top edges Page 3 of 6 SECTION 10 28 13 TOS Recreation Center Bathroom Renovations August 2022 hemmed for safe handling, and shall have a minimum capacity of 2-gal. 2.06 TOILET TISSUE DISPENSERS-SURFACE MOUNTED A. Type TA-4 Bobrick B-2888 or approved equal. 1. Surface-mounted multi-roll toilet tissue dispenser shall be type- 304 stainless steel with all-welded construction, including dispensing mechanism, inner housing and cam; exposed surfaces shall have satin finish. Front of toilet tissue dispenser door shall be drawn, one-piece, seamless construction. Door shall be secured to cabinet with two rivets and equipped with a tumbler lock keyed like other Bobrick washroom accessories. Unit shall dispense two standard-core toilet tissue rolls up to 5-1/4" (133mm) diameter (1800 sheets). Extra roll shall automatically drop in place when bottom roll is depleted. Unit shall be equipped with two theft-resistant, heavy-duty, one-piece, molded ABS spindles. 2.07 ADA COMPLIANT GRAB BARS A. Type TA-5 Bobick B-6806 series or approved equal. Size and location as indicated on the drawings at toilet stalls. B. 1808 S type 304 18 gage stainless steel tubing stain finish, 1-1/2" O.D. with ends heliarc welded to flanges. Install to support 900 lbs. provide manufacturer recommended mounting kits. Page 4 of 6 SECTION 10 28 13 TOS Recreation Center Bathroom Renovations August 2022 2.08 SURFACE MOUNTED SANITARY NAPKIN DISPOSAL A. Type TA-6 Bobick B-270 series or approved equal. 1. Surface-mounted sanitary napkin disposal shall be type-304 stainless steel with all-welded construction; exposed surfaces shall have satin finish. Front of sanitary napkin disposal shall have same degree of arc and match other Bobrick ConturaSeries accessories in the washroom. Radius on corners and edges of sanitary napkin disposal shall complement other Bobrick ConturaSeries washroom accessories. Cover shall be drawn, one- piece, seamless construction and secured to container with a full- length stainless steel piano-hinge. Container shall have integral finger depression for opening cover. 2.09 HEAVY-DUTY CLOTHES HOOK A. Type TA-7 Bobrick B-211 or approved equal. 1. Heavy-duty robe hook shall be one-piece brass casting with satin nickel-plated finish. Hook shall withstand 300-lb downward pull when properly installed. 2.10 RECESSED BABY CHANGING STATION A. Type TA-8 KOALA KARE KB311-SSRE or approved equal. 1. Recessed-mounted vertical baby changing station features one- piece, deep-drawn, uniform grain stainless steel components eliminate seams, sharp edges and weld lines, and provide a modern visual aesthetic. Page 5 of 6 SECTION 10 28 13 TOS Recreation Center Bathroom Renovations August 2022 PART 3 EXECUTION 3.01 INSTALLATION A. Unless otherwise indicated, install Work of this Section in strict accordance with the manufacturer's instructions. 1. Install all attachments, anchorage devices, and fasteners as required to securely mount accessory units to types of wall or partition construction indicated. B. Toilet Tissue Dispensers-Surface Mounted: Install units back-to- back where possible when indicated for 2 or more compartments with dividing stall partitions. Fasten dispensers through backs with stainless steel through bolts and bonnet nuts. 3.02 CLEANING AND POLISHING A. Remove protective wrappings from installed accessories after completion of other Work liable to damage accessory finish. Remove residue, if any, and polish exposed surfaces. END OF SECTION Page 6 of 6 SECTION 22 07 00 TOS Recreation Center Bathroom Renovations April 2022 SECTION 22 07 00 PIPING INSULATION PART 1 GENERAL 1.01 REFERENCES A. ASTM C534/C534M -Standard Specification for Preformed Flexible Elastomeric Cellular Thermal Insulation in Sheet and Tubular Form; 2014. B. ASTM E84-Standard Test Method for Surface Burning Characteristics of Building Materials; 2015a. C. UL 723 -Standard for Test for Surface Burning Characteristics of Building Materials; Underwriters Laboratories Inc.; Current Edition, Including All Revisions. 1.02 SUBMITTALS A. Product Data: Manufacturer's catalog sheets, specifications and installation instructions for the following: 1. Insulation Materials. 2. Jacket Materials. 1.03 QUALITY ASSURANCE A. Qualifications: The persons installing the Work of.this Section and their Supervisor shall be personally experienced in mechanical insulation work and shall have been regularly employed by a company installing mechanical insulation for a minimum of 5 years. B. Regulatory Requirements: 1. Insulation installed inside buildings, including laminated jackets, mastics, sealants and adhesives shall have a Fire Spread/Smoke Developed Rating of 25/50 or less based on ASTM E 84. Page 1 of 7 SECTION 22 07 00 TOS Recreation Center Bathroom Renovations April 2022 PART 2 PRODUCTS 2.01 PIPING INSULATION A. Fibrous Glass (Mineral Fiber) Insulation: Composed principally of fibers manufactured from rock, slag, or glass, with or without binders, and asbestos free. 1. Preformed Pipe Insulation: Minimum density 3 pcf; ASTM C 547: a. Class 1 (Suitable for Temperatures Up to 450 degrees F): K of 0.26 at 75 degrees F. . 2. Premolded Fitting Insulation: Minimum density 4.0 pcf, K of 0.26 at 75 degrees F; ASTM C 547, Class 1. 3. Insulation Inserts for PVC Fitting Jackets: Minimum density 1.5 pcf, K of 0.28 at 75 degrees F; ASTM C 553,Type III. a. Suitable for temperatures up to 450 degrees F. B. High Density Jacketed Insulation Inserts for Hangers and Supports: 1. For Use with Fibrous Glass Insulation: a. Cold Service Piping: 1) Polyurethane Foam: Minimum density 4 pcf, K of 0.13 at 75 degrees F, minimum compressive strength of 125 psi. b. Hot Service Piping: 1) Calcium Silicate: Minimum density 15 pcf, K of 0.50 at 300 degrees F; ASTM C 533. 2) Perlite: Minimum density 12 pcf, K of 0.60 at 300 degrees F; ASTM C 610. D. Cements: 1. Fibrous Glass Thermal Insulating Cement: Asbestos free; ASTM C 195. 2. Fibrous Glass Hydraulic Setting Thermal Insulating and Finishing Cement: ASTM C 449/C 449M. 2.02 INSULATION JACKETS C. Premolded PVC Fitting Jackets: 1. Constructed of high impact, UV resistant PVC. a. ASTM D 1784, Class 14253-C. b. Working Temperature: 0-150 degrees F. Page 2 of 7 SECTION 22 07 00 TOS Recreation Center Bathroom Renovations April 2022 2.03 ADHESIVES, MASTICS,AND SEALERS A. Vapor Lap Seal Adhesive (Fibrous Glass Insulation): Childers' CP- 82, Epolux's Cadoprene 400, Foster's 85-60 or 85-20. B. Vapor Barrier Mastic (Fibrous Glass Insulation): Permeance shall be .03 perms or less at 45 mils dry per ASTM E 96. Childers' CP-34, Epolux's Cadalar 670, Foster's 30-65. 2.04 MISCELLANEOUS MATERIALS A. Pressure Sensitive Tape for Sealing Laminated Jackets: 1. Acceptable Manufacturers: Alpha Associates, Ideal Tape, Morgan Adhesive. 2. Type: Same construction as jacket. B. Wire, Bands, and Wire Mesh: 1. Binding and Lacing Wire: Nickel copper alloy or copper clad steel, gage as specified. 2. Bands: Galvanized steel, 1/2 inch wide x 0.015 inch thick, with 0.032 inch thick galvanized wing seals. C. Reinforcing Membrane: Glass or Polyester, 10 x 10 mesh. Alpha Associates Style 59, Childer's Chi[-Glas, Foster's MAST-A-FAB. PART 3 EXECUTION 3.01 PREPARATION A. Perform the following before starting insulation Work: 1. Install hangers, supports and appurtenances in their permanent locations. 2. Complete testing of piping. 3. Clean and dry surfaces to be insulated. 3.02 INSTALLATION, GENERAL A. , Install the Work of this Section in accordance with the manufacturer's printed installation instructions unless otherwise specified. Page 3 of 7 SECTION 22 07 00 TOS Recreation Center Bathroom Renovations April 2022 B. Provide continuous piping insulation and jacketing when passing thru interior wall,floor, and ceiling construction. C. Do not intermix different insulation materials on individual runs of piping. 3.03 INSTALLATION AT HANGERS AND SUPPORTS A. Reset and realign hangers and supports if they are displaced while installing insulation. B. Install high density jacketed insulation inserts at hangers and supports for insulated piping. 3.04 INSTALLATION OF FIBROUS GLASS COLD SERVICE INSULATION A. Install insulation materials with a field or factory applied ASTM C 1136 Type I laminated vapor barrier jacket, unless otherwise specified. B. Piping: . 1. Butt insulation joints together, continuously seal minimum 1-1/2 inch wide self-sealing longitudinal jacket laps and 3-inch wide butt adhesive backed strips. a. Substitution: 3 inch wide pressure sensitive sealing tape, of same material as jacket, may be used in lieu of butt strips. 2. Bed insulation in a 2-inch wide band of vapor barrier mastic, and vapor seal exposed ends of insulation with vapor barrier mastic at each butt joint between pipe insulation and equipment, fittings or flanges at the following intervals: a. Horizontal Pipe Runs: 21 ft. b. Vertical Pipe Runs: 9 ft. C. Fittings, Valves, Flanges and Irregular Surfaces: 1. Insulate with mitre cut or premolded fitting insulation of same material and thickness as pipe insulation. 2. Secure insulation in place with 16-gage wire, with ends twisted and turned down into insulation. 3. Butt insulation against pipe insulation and bond with joint sealer. 4. Insulate valves up to and including bonnets, without interfering with packing nuts. 5. Apply leveling coat of insulating cement to smooth out insulation and cover wiring. Page 4 of 7 1 SECTION 22 07 00 TOS Recreation Center Bathroom Renovations April 2022 6. When insulating cement has dried, seal fitting, valve and flange insulation, by imbedding a layer of reinforcing membrane or 4 oz. canvas jacket between 2 flood coats of vapor barrier mastic, each 1/8 inch thick wet. 7. Lap reinforcing membrane or canvas on itself and adjoining pipe insulation at least 2 inches. 8. Trowel, brush or rubber,glove outside coat over entire insulated surface. 9. Exceptions: a. Type C and D Piping Systems: Valves,fittings and flanges may be insulated with premolded PVC fitting jackets, with fibrous glass insulation inserts. 3.05 INSTALLATION OF FIBROUS GLASS HOT SERVICE INSULATION A. Install insulation materials with field or factory applied ASTM C 1136 Type I laminated vapor barrier jacket unless otherwise specified. B. Canvas Jackets on Piping, Fittings, Valves, Flanges, Unions, and Irregular Surfaces: 1. For Piping 2 inch Size and Smaller: 4 oz per sq yd unless otherwise specified. 2. For Piping Over 2 inch Size: 6 oz per sq yd unless otherwise specified. C. Piping: 1. Butt,insulation joints together, continuously seal minimum 1-1/2 inch wide self-sealing longitudinal jacket laps and 3-inch wide adhesive backed butt strips. a. Substitution: 3 inch wide pressure sensitive sealing tape, of same material as the jacket, may be used in lieu of butt strips. 2. Fill voids in insulation at hanger with insulating cement. 3. Exceptions: a. Piping in Accessible Shafts, Attic Spaces, Crawl Spaces, Unfinished Spaces and Concealed Piping: Butt insulation joints together and secure minimum 1-1/2 inch wide longitudinal jacket laps and 3 inch wide butt strips of same material as jacket, with outward clinching staples on maximum 4 inch centers. Fill voids in insulation at hangers with insulating cement. Page 5 of 7 SECTION 22 07 00 TOS Recreation Center Bathroom Renovations April 2022 D. Fittings, Valves, Flanges and Irregular Surfaces: 1. Insulate with mitre cut or premolded fitting insulation of same material and thickness as insulation. 2. Secure in place with 16-gage wire, with ends twisted and turned down into insulation. 3. Butt fitting, valve and flange insulation against pipe insulation, and fill voids with insulating cement. 4. Insulate valves up to and including bonnets, without interfering with packing nuts. 5. Apply leveling coat of insulating cement to smooth out insulation and cover wiring. 6. After insulating cement has dried, coat insulated surface with lagging adhesive, and apply 4 oz or 6 oz canvas jacket as required by pipe size. a. Lap canvas jacket on itself and adjoining pipe insulation at least 2 inches. b. Size entire canvas jacket with lagging adhesive. Page 6 of 7 SECTION 22 07 00 TOS Recreation Center Bathroom Renovations April 2022 3.06 FIELD QUALITY CONTROL A. Field Samples: The Owner's Representative, may at their discretion, take field samples of installed insulation for the purpose of checking materials and application. Reinsulate sample cut areas. 3.07 COLD SERVICE INSULATION MATERIAL SCHEDULE MINIMUM SERVICE AND INSULATION PIPE SIZES (NOMINAL) TYPE TEMPERATURES MATERIAL (INCHES) INSULATION THICKNESS (INCHES) Domestic cold water, and as Flex. Elastomeric specified. Foam or All Sizes 1/2 33 F to 80 F. Fibrous Glass 3.08 HOT SERVICE INSULATION MATERIAL SCHEDULE MINIMUM SERVICE AND INSULATION PIPE SIZES (NOMINAL) TEMPERATURES MATERIAL (INCHES) INSULATION THICKNESS (INCHES) 1-1/2 & 1 Water and other fluids Flex. Elastomeric Less 105 F to140 F. Foam or Fibrous Glass Over 1- 2 1/2 END OF SECTION Page 7 of 7 SECTION 22 1100 TOS Recreation Center Bathroom Renovations August 2022 SECTION 22 1100 PLUMBING PIPING PART 1 GENERAL 1.01 REFERENCES A. NFPA 13-Standard for the Installation of Sprinkler Systems. B. ASME B16.3 - Malleable Iron Threaded Fittings: Classes 150 and 300;The American Society of Mechanical Engineers; 2011. C. ASME B16.18-Cast Copper Alloy Solder Joint Pressure Fittings;The American Society of Mechanical Engineers; 2012 (ANSI B16.18). D. ASME B16.22-Wrought Copper and Copper Alloy Solder-Joint Pressure Fittings;The American Society of Mechanical Engineers; 2013. E. ASME B31.1 - Power Piping;The American Society of Mechanical Engineers; 2014 (ANSI/ASME B31.1). F. ASTM A53/A53M -Standard Specification for Pipe, Steel, Black and Hot- Dipped, Zinc-Coated, Welded and Seamless; 2012. G. ASTM A234/A234M -Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service; 2015. H. ASTM B32-Standard Specification for Solder Metal; 2008 (Reapproved 2014). I. ASTM B42-Standard Specification for Seamless Copper Pipe, Standard Sizes; 2010. J. ASTM B88-Standard Specification for Seamless Copper Water Tube; 2014. K. ASTM B88M -Standard Specification for Seamless Copper Water Tube (Metric); 2013. L. ASTM D1785 -Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120; 2012. M. ASTM D2241 -Standard Specification for Poly (Vinyl Chloride) (PVC) Pressure- Rated Pipe (SDR Series); 2009. N. ASTM D2466-Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40; 2013. O. ASTM D2564-Standard Specification for Solvent Cements for Poly(Vinyl Chloride) (PVC) Plastic Piping Systems; 2012. P. AWWA C105/A21.5 - Polyethylene Encasement for Ductile-Iron Pipe Systems; American Water Works Association; 2010 (ANSI/AWWA C105/A21.5). Q. CISPI 301 -Standard Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste and Vent Piping Applications; Cast Iron Soil Pipe Institute; 2009. Page 1 of 6 SECTION 22 1100 TOS Recreation Center Bathroom Renovations August 2022 R. CISPI 310-Specification for Coupling for Use in Connection with Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications; Cast Iron Soil Pipe Institute; 2011 S. MSS SP-58 - Pipe Hangers and Supports- Materials, Design, Manufacture, Selection,Application, and Installation; Manufacturers Standardization Society of the Valve and Fittings Industry, Inc.; 2009. T. MSS SP-80- Bronze Gate, Globe,Angle and Check Valves; Manufacturers Standardization Society of the Valve and Fittings Industry, Inc.; 2013. U. MSS SP-110- Ball Valves Threaded, Socket-Welding, Solder Joint, Grooved and Flared Ends; Manufacturers Standardization Society of the Valve and Fittings Industry, Inc.; 2010. V. NSF 61- Drinking Water System Components- Health Effects; 2014 (Errata 2015). W. NSF 372- Drinking Water System Components- Lead Content; 2011. X. PDI-WH 201 water Hammer Arresters—plumbing and Drainage Institute 1.02 SUBMITTALS A. Product Data: 1. Catalog sheets and specifications indicating manufacturer name, type, applicable reference standard, schedule, or class for specified pipe and fittings. 2. Material Schedule: Itemize pipe and fitting materials for each specified application in Pipe and Fittings Schedule in Part 3 of this Section. Where optional materials are specified indicate option selected. B. Quality Control Submittals 1. Copy of hydraulic press fitting manufacturer's printed field inspection procedures for hydraulic press joints in copper tubing. 1.03 QUALITY ASSURANCE A. Qualification of Brazers: Comply with the following: 1. The persons performing the brazing and their supervisors shall be personally experienced in brazing procedures. PART 2 PRODUCTS 2.01 GENERAL REQUIREMENTS Page 2 of 6 SECTION 22 1100 TOS Recreation Center Bathroom Renovations August 2022 A. Potable Water Supply Systems: Provide piping, pipe fittings, and solder and flux (if used),that comply with NSF 61 and NSF 372 for maximum lead content; label pipe and fittings. 2.02 SANITARY SEWER PIPING,ABOVE GRADE A. Cast Iron Pipe: CISPI 301, hubless, service weight. 1. Fittings: Cast iron. 2. Joints: CISPI 310, neoprene gaskets and stainless steel clamp-and- shield assemblies. 2.03 DOMESTIC WATER PIPING,ABOVE GRADE A. Copper Tube: ASTM 688 (ASTM B88M),Type K (A), Drawn (H). 1. Fittings: ASME B16.18, cast copper alloy or ASME B16.22, wrought copper and bronze. 2. Joints:ASTM B32, alloy Sn95 solder. 2.04 PIPE HANGERS AND SUPPORTS A. Provide hangers and supports that comply with MSS SP-58. 1. If type of hanger or support for a particular situation is not indicated, select appropriate type using MSS SP-58 recommendations. 2. Overhead Supports: Individual steel rod hangers attached to structure or to trapeze hangers. 3. Vertical Pipe Support: Steel riser clamp. B. Plumbing Piping- Drain, Waste, and Vent: 1. Hangers for Pipe Sizes 1/2 Inch to 1-1/2 Inches: Malleable iron, adjustable swivel, split ring. 2. Hangers for Pipe Sizes 2 Inches and Over: Carbon steel, adjustable, clevis. C. Plumbing Piping-Water: 1. Hangers for Pipe Sizes 1/2 Inch to 1-1/2 Inches: Malleable iron, adjustable swivel, split ring. 2. Hangers for Cold Pipe Sizes 2 Inches and Over: Carbon steel, adjustable, clevis. 3. Hangers for Hot Pipe Sizes 2 Inches to 4 Inches: Carbon steel, adjustable, clevis. 2.05 GLOBE VALVES A. Up To and Including 3 Inches: 1. MSS SP-80, Class 125, bronze body, bronze trim, handwheel, bronze disc, solder ends. Page 3 of 6 SECTION 22 1100 TOS Recreation Center Bathroom Renovations August 2022 2.06 BALL VALVES A. Construction, 4 Inches and Smaller: MSS SP-110, Class 150, 400 psi CWP, bronze, ductile iron, or body, 304 stainless steel, chrome plated brass, or ball, regular port,teflon seats and stuffing box ring, blow-out proof stem, lever handle with balancing stops, solder, threaded, grooved, or ends with union. 2.07 PIPE SLEEVES A. Type A: Schedule 40 steel pipe. B. Type B: No. 16 gage galvanized sheet steel. 2.08 WATER HAMMER ARRESTERS A. Provide plane 12" long air chamber water hammer arrester at all individual plumbing fixtures indicated. Use capped pipe same diameter as pipe served. PART 3 EXECUTION 3.01 INSTALLATION A. Install piping at approximate locations indicated, and at maximum height. B. Install piping clear of door swings, and above sash heads. C. Make allowances for expansion and contraction. D. Allow for a minimum of one inch free air space around pipe or pipe covering, unless otherwise specified. E. Install horizontal piping with a constant pitch, and without sags or humps. 1. Water Piping: Pitch 1/4 inch per 10 feet upward in direction of flow, unless otherwise noted. If it is not possible to maintain constant pitch, establish a new low point and continue. At the low point, provide a 1/2 inch drip leg and gate valve with a hose bibb end. Provide an air vent at the high point. 2. Drainage Piping: Pitch 1/4 inch per foot downward, in direction of flow, unless otherwise noted. 3. Vent Piping: Pitch 1/4 inch per foot upward, unless otherwise noted. Page 4of6 SECTION 22 1100 TOS Recreation Center Bathroom Renovations August 2022 F. Install vertical piping plumb. G. Use fittings for offsets and direction changes, except for Type K soft annealed copper temper water tube. H. Cut pipe and tubing ends square; ream before joining. I. Threading: Use American Standard Taper Pipe Thread Dies. 1. Thread brass pipe with special brass threading dies. 3.02 DRAINAGE SYSTEMS A. Fittings: 1. Use long turn drainage pattern fittings, unless space conditions prohibit their use; in such cases, short turn pattern fittings may be used. 2. Vertical Offsets: Make vertical offsets with 45 degree elbows, or 1/8 bends. 3. Tucker Fittings: Tucker fittings may only be installed in vertical piping. B. Cleanouts: 1. Install cleanouts with sufficient side and end clearance to allow for the removal of the cleanout plug, and the use of cleaning tools. 2. Lubricate cleanout plugs with anti-seize lubricant. 3.03 DOMESTIC WATER PIPING SYSTEM A. Connect runouts to the upper quadrant of the main, and run upward at not less than 45 degrees before extending laterally. B. Make final connections to plumbing fixtures and equipment with unions, or flanges: 3.04 PIPE JOINT MAKE-UP A. Soldered Joint: Thoroughly clean tube end and inside of fitting with emery cloth, sand cloth, or wire brush. Apply flux to the pre-cleaned surfaces. Install fitting, heat to soldering temperature, and join the metals with type solder specified. Remove residue. Page 5of6 SECTION 22 1100 TOS Recreation Center Bathroom Renovations August 2022 B. Dissimilar Pipe Joint: 4. Joining Galvanized Steel Pipe and Copper Tubing: Make up connection with a dielectric connector. 3.05 FLOOR,WALL AND CEILING PLATES A. Install plates for exposed uninsulated piping passing thru floors, and walls, as follows: 1. In Finished Spaces: a. Piping 4 Inch Size and Smaller: Solid or split, chrome plated cast brass. b. Piping Over 4 Inch Size: Split, chrome plated cast brass. 2. Unfinished Spaces (Including Exterior Concrete Slabs): Solid, unplated cast iron. 3. Fasten plates with set screws. 4. Plates are not required in pipe shafts or furred spaces. END OF SECTION Page 6 of 6 SECTION 22 42 00 TOS Recreation Center Bathroom Renovations August 2022 SECTION 22.42 00 PLUMBING FIXTURES PART 1 GENERAL 1.01 SUBMITTALS A. Product Data: Catalog sheets, specifications, roughing dimensions, and installation instructions for each item specified except fasteners. B. Samples: 1. Water Closet Seat: One seat if other than product specified. Sample will be returned and if approved, may be installed on the Project. 1.02 QUALITY ASSURANCE A. Regulatory Requirements: 1. Comply with applicable requirements of FS WW-P- 541, and the following standards: a. ANSI/ASME A112.6.1M - Floor Affixed Supports for Off-the-Floor Plumbing Fixtures for Public Use. b. ANSI/ASME A112.18.1M - Plumbing Fixture Fittings. C. ANSI/ASME A112.19.2M -Vitreous China Plumbing Fixtures. e. ANSI/ASME A112.19.6- Hydraulic Requirements for Water Closets and Urinals. 2. Materials and installations designated as handicapped accessible shall conform with the following: a. ICC ANSI A117.1 (2009) - Buildings and.Facilities- Providing Accessibility and Usability for Physically Handicapped People. b. The Americans with Disabilities Act Accessibility Guidelines for Buildings and Facilities (ADAAG 2010), C. Each fixture carrier support shall be listed by model number in the fixture support Page 1 of 6 SECTION 22 42 00 TOS Recreation Center Bathroom Renovations August 2022 manufacturer's Fixture Support Selection Guide as being recommended for support of the appropriate fixture. B. Plainly and permanently mark each fixture and fitting with the manufacturer's name or trade mark. C. Acid resistant surfaces shall be plainly and permanently marked with the manufacturer's label or symbol indicating acid resistance. 1.03 MAINTENANCE A. Special Tools: Deliver to the Director's Representative. 1. Furnish the following tools labeled with names and locations where used. a. Keys for stops (furnished with stops). b. Tools for Vandal Resistant Fasteners: Two for each type and size. PART 2 PRODUCTS 2.01 MATERIALS-GENERAL A. Vitreous China: First quality, smooth, uniform color and texture, with fused on glaze covering surfaces exposed to view. 1. Surfaces shall be free of chips, craze, warpage, cracks and discolorations. Surfaces in contact with walls or floors shall be flat, with warpage not to exceed 1/16 inch per foot. 2. Color: White. B. Fixture Trim: Brass, bronze, or stainless steel construction; consisting of supply and waste fittings, faucets, traps, stop valves, escutcheons, sink strainers, nipples, supplies, and metal trim. 1. Brass piping: Ips standard weight, with standard weight, 125 lb cast brass fittings. 2. Brass tubing: 18 B &S gage. 3. Stainless steel: 18-8 Type 302 or 304 unless otherwise specified. C. Fixture Trim Finishes: 1. Brass or Bronze: satin finished chrome plating, 0.02 mil chromium over 0.2 mil nickel plating. Page 2of6 SECTION 22 42 00 TOS Recreation Center Bathroom Renovations August 2022 2. Stainless Steel: Invisible welds and seams, and unless otherwise specified, polished to No. 4 commercial finish. D. Fixture Hold-down Bolts: Steel, plated for corrosion resistance. 1. Cap nuts: Metal, polished and chrome plated. E. Combination Faucets: Faucets shall turn counter to each other for the on and off positions. F. Vandal Resistant Fasteners: Torx head with center pin. 2.02 ADA COMPLIANT WALL MOUTED LAVATORY See section 22 42 16 2.03 VITREOUS CHINA WATER CLOSETS A. ADA Fixtures: Vitreous china, full size, elongated bowl with anti bacterial finish. Use Kohler Highcliff Ultra K-96057-SS floor mounted Bowl or approved equal. B. NON-ADA Fixtures: Vitreous china, full size, elongated bowl with anti bacterial finish. Use Kohler Wellcomme Ultra K-96053-SS floor mounted Bowl or approved equal. C. Products/accessories SLOAN Royal Sensor Flushometer 111 ESS-1.6-SF- OR-HW, Kohler Bolt Cap accessory cap, D. Kohler Stronghold Elongated commercial heavy duty Toilet Seat K-4731- CA or approved equal. E. Features 1. Trapway size: Pass minimum ball of 2 inches. 2. Trap seal: 2 inches minimum. 3. Water surface area: 12 inches x 10 inches minimum. 4. Provisions for flushing: a. 1-1/2 inch spud for flush valve operation. F. Operation: Fixture shall flush satisfactorily without extraordinary rise of water level in the bowl. 1. Maximum gallons of water per flush: 1.6 gallons. Page 3 of 6 SECTION 22 42 00 TOS Recreation Center Bathroom Renovations August 2022 2.04 VITREOUS CHINA URINALS A. Wall Supported Fixture: Vitreous china, with elongated rim, integral trap and extended side shields. Use SLOAN Standard washroom Urinal SU- 1009 or approved equal. Use products/accessories Drain treatment per SLOAN, 1. Dimensions (approx.): 14-3/4" extended rim. 2. Method of Support: Wall hangers and lugs for bearing plate bolting. B. Touchless Flushometer, SLOAN Royal 186 ESS or approved equal. C. Operation: Fixture shall flush satisfactorily with a maximum of one gallon of water and be accomplished without extraordinary rise in water level in the bowl. PART 3 EXECUTION 3.01 FIXTURE SUPPORT AND SUPPORTING DEVICE INSTALLATION A. Verify compatibility of new walls with specified fixture supporting devices for wall type plumbing fixtures. 1. inspect connection to building construction insuring proper fixture support and plumbing connection. B. Prep and patch existing concrete floor for proper floor mounted fixture support. C. Secure exposed external components in place with vandal resistant fasteners or devices which cannot be removed without the use of special tools. Page 4 of 6 SECTION 22 42 00 TOS Recreation Center Bathroom Renovations August 2022 3.02 FIXTURE INSTALLATION A. Install the Work of this section in accordance with the manufacturer's printed installation instructions. B. Install fixtures level and at proper height, tighten connections, and install hold-down bolts, cap nuts and cover plates, where required. C. Secure exposed external components in place with vandal resistant fasteners or devices which cannot be removed without the use of special tools. D. Water Closets: 1. Floor mounted Fixtures: a. Standard Fixtures: Install fixtures 15 inches from finished floor to rim unless otherwise specified. b. Handicapped Accessible Fixtures: Install fixtures 18 inches from finished floor to top of seat (16-13/16 inches floor to rim based on 1-3/16 inches seat height). C. Caulk the joint between fixture pedestal and floor finish with elastomeric silicone sealant; strike a neat joint. E. Urinals: 1. Wall Hung Fixtures: a. Standard Fixtures: Install wall hung.fixtures 24 inches from finished floor to rim. b. Handicapped Accessible Fixtures: Install wall hung handicapped accessible fixtures with rim 14 inches (minimum)to 17 inches (maximum) from finished floor to rim. C. Caulk the joint between.fixture back and wall with elastomeric silicone sealant, sealant; strike a neat joint. Page'5 of 6 SECTION 22 42 00 TOS Recreation Center Bathroom Renovations August 2022 3.03 CLEANING, FLUSHING AND ADJUSTMENT A. Clean fixture and trim. Remove grease and dirt; polish surfaces but leave stickers and warning labels intact. B. Flush supply piping and traps; clean strainers. C. Adjust stops for proper delivery. D. Adjust metering faucets for proper timing. END OF SECTION Page 6 of 6 SECTION 22 42 16 TOS Recreation Center Bathroom Renovations August 2022 SECTION 22 4216.03 COMMERCIAL LAVATORIES AND FAUCETS PART 1-GENERAL 1.1 SECTION INCLUDES A. Engineered stone commercial lavatory units. B. Lavatory faucets. C. Soap dispensers. 1.2 REFERENCES A. American Society of Sanitary Engineering (ASSE): 1. ASSE 1070-Water Temperature Limiting Devices. B. ASTM International (ASTM): 1. ASTM C 170 - Standard Test Method for Compressive Strength of Dimension Stone. 2. ASTM D 570-Standard Test Method for Water Absorption of Plastics. 3. ASTM D 785 - Standard Test Method for Rockwell Hardness of Plastics and Electrical Insulating Materials. 4. ASTM D 790-Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. S: ASTM E 84-Standard Test Method for Surface Burning Characteristics of Building Materials. C. International Association of Plumbing and Mechanical Officials (IAPMO): 1. Universal Plumbing Code Cupc, U.S. 2. IAPMO IGC 156. 3. IAPMO IGC 127 (washbar only). D. International Code Council (ICC): 1. [CC/ANSI A117.1—Accessible and Usable Buildings and Facilities. a. Citations 306, 308, 309.4, 606.4, 606.5. E. National Fire Protection Association (NFPA): 1. NFPA 70— National Electrical Code. F. NSF International: 1. NSF/ANSI 372 - Lead-Free content requirement. G. Underwriters Laboratories, Inc. (UL): 1. UL 723 -Test For Surface Burning Characteristics of Building Materials. 2. UL499, CAN/CSAC22.2 No. 36-08 (Hand dryer only). 3. UL 1951- Electric Plumbing Accessories. H. US Federal Government: Page 1 of 7 SECTION 22 42 16 TOS Recreation Center Bathroom Renovations August 2022 1. Public Law 102-486- Energy Policy Act of 1992 (EPACT). 2. U.S. Architectural & Transportation Barriers Compliance Board. Americans with Disabilities Act(ADA),Accessibility Guidelines for Buildings and Facilities(ADAAG). 1.3 ACTION SUBMITTALS A. Product Data: For each product: 1. Manufacturer's data sheets indicating operating characteristics, materials and finishes. 2. Include details of electrical and mechanical operating parts. 3. Provide mounting requirements and rough-in dimensions. 4. Mark each sheet with product drawing designation. B. Product Test Reports: Indicating compliance of products with requirements,from a qualified independent testing agency, when requested by Architect. C. Shop Drawings: Prepared by manufacturer. Include mounting and rough-in require- ments and power, signal, and control wiring diagrams. 1.4 INFORMATION SUBMITTALS A. Sample warranty. B. Manufacturer's certificates. C. Indoor environmental quality certificates. 1.5 MAINTENANCE SUBMITTALS A. Furnish indicated spare parts that are packaged with identifying labels listing associ- ated products. B. Operation, care and cleaning instructions. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: Approved manufacturer listed in this section, with mini- mum 5 years experience in the manufacture of plumbing fixtures. Manufacturers seek- ing approval must submit the following: 1. Product data, including test data from qualified independent testing agency indicating compliance with requirements. 2. Samples of each component of product specified. 3. List of successful installations of similar products available for evaluation by Architect. 4. Submit substitution request not less than 15 days prior to bid date. B. Source Limitations: Obtain each type of plumbing fixture and compatible accessories through one source from a single approved manufacturer. C. Laminar-Flow, Faucet-Spout Outlets: 1. NSF Standard: Comply with NSF 372 for faucet-spout outlet materials that will be in contact with potable water. Page 2 of 7 SECTION 22 42 16 TOS Recreation Center Bathroom Renovations August 2022 2. Product shall meet a weighted average of not more than 0.25 percent lead as required by the U.S. Safe Drinking Water Act. 3. Description: Chrome-plated-brass, faucet-spout outlet that produces non- aerating, laminar stream. Include external or internal thread that mates with faucet outlet for attachment to faucets where indicated and flow-rate range that includes flow of faucet. D. Accessibility Requirements: Comply with requirements of ADA\ICC-ANSI 117.1 and with requirements of authorities having jurisdiction. 1. 306 Knee and Toe Clearance. 2. 308 Reach Range. 3. 606.5 Exposed Pipes &Surfaces with access panels. 4. 309.4 Operation. S. 606.4 Faucets. E. Water Flow and Consumption Requirements: Comply with EPACT. F. Drinking Water Standard: Certified to NSF/ANSI 372. G. Electrical Components: Listed and labeled per NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction. H. Comply with Public Law 102-486, Energy Policy Act. I. Indoor Environmental Quality Certification: Provide certificate indicated that products have been certified under the following programs, or a comparable certification ac- ceptable to Owner: 1. GREENGUARD Indoor Air Quality Certified. 2. GREENGUARD Certified for Children and Schools. 3. Product shall been certified Green Guard Gold certificate. 1.7 WARRANTY A. Special Manufacturer's Warranty: Provide manufacturer's standard form in which manufacturer agrees to repair or replace products that fail in materials or workman- ship within the following periods: 1. Engineered natural quartz material: 10 years. 2. Soap Dispenser:Three years. 3. Faucets:Three years. 4. WashBar: 1 year(applies to Verge with WashBar Technology—LVQ-Series only) PART 2- PRODUCTS 2.1 . MANUFACTURERS A. Basis-of-Design Product: Subject to compliance with requirements, provide products of Bradley Corporation, Menomonee Falls, WI 53051, (800)272-3539, fax (262)251- 5817; ` Email info@BradleyCorp.com; Website www.bradleycorp.com, or approved equal. 1. Submit comparable products of one of the following for approval'by Architect: Page 3 of 7 SECTION 22 42 16 TOS Recreation Center Bathroom Renovations August 2022 2. Submit requests for substitution in accordance with Instructions to Bidders and Division 01 General Requirements. 2.2 MATERIALS A. Lavatory Deck and Bowl Material: Fabricate lavatory units from molded engineered stone material consisting of natural quartz, granite, and other minerals in a matrix of thermoset bio-based polyester resin, listed by IAPMO R&T to IGC 156 and the require- ments of and ASME A112.18.1/CSA B125.1, with the following minimum properties: 1. Basis of Design Product: Bradley, Evero Pearl Series.70 percent recycled content. 2. Surface Burning Characteristics: Smoke developed, less than 450; flame spread, less than 25, per ASTM E 84. 3. Flexural Strength: 3267 psi, minimum, per ASTM D 790. 4. Compressive Strength: 11,500 psi, minimum, per ASTM C 170. S. Moisture Absorption: 0.065 percent in 24 hours, per ASTM,D 570. 6. Hardness: 6—7 Mohs Scale, per ASTM D 785. 7. Thickness: 1/2 inch. 2.3 SINGLE-STATION LAVATORY UNITS A. Lavatory: Wall-mounted linear design with angled basin and stainless steel drain cap to conceal the trench drain, molded from engineered stone material to create a seamless and integral elongated basin. Basin and drain designed to work in harmony with Wash- Bar technology to evacuate water and dissipate airflow to prevent splashing on the user or floor. Unit includes combined waste and assembly connections to wall with stops and heavy gauge stainless steel wall mounting bracket that is concealed by a decorative swing down stainless steel access panel: 1. Basis of Design Manufacturer/Model: Bradley, Verge Lavatory System, Model LVAD1. 2. Number of Wash Stations: 1. 3. Unit Length: 30 inches. 4. Water Supply: Thermostatic mixing valve assembly. S. Faucet: Included. 6. Soap Dispenser: Included. 7. Trench Drain Slotted Stainless Steel Trench Drain Cap with Vandal Resistant Screws. 8. Color: Mykonos White; As selected by Architect from manufacturer's full line. 9. Rim Mounting Height: As indicated. 2.4 ACCESS PANEL 1. Swing down brushed stainless steel include vandal resistant screws 2.5 SENSOR-OPERATED LAVATORY FAUCETS A. Deck Mounted Faucet—General: 1. Basis of Design Manufacturer/Model: Bradley Verge or approved equal. Page 4 of 7 SECTION 22 42 16 TOS Recreation Center Bathroom Renovations August 2022 2. Touch free dual sensor activation. 3. Compliance and Certifications: a. ADA ANSI/ICC A117.1, Citation 609.3. b. ASME A112.18.1/CSA B125.1. C. NSF/ANSI 372—Lead Free. d. NSF/ANSI 61. e. cUPC. f. CE electrical components. 4. Vandal-resistant construction shall include concealed sensor package, durable finish, and anti-rotational gasket/washer. S. In-line filter supplied with either mixing assembly or tempered line assembly to trap debris. 6. Operation: Dual sensors utilizing time of flight and diffuse reflective sensors. a. Operating Water Pressure Range: 20 to 125 psi. b. Faucet activates water flow only when user's hands enter the infrared detection zone. C. Faucet turns off after user's hands are removed from the lavatory bowl area. d. Eleven (11)second run time (with or without hands under sensor). Manually set run time using control module (4s, 11s, 15s, 30s, 60s, 180s with or without auto system rinse). e. Sixty (60) second auto system rinse every 24 hours. Option for sanitary manual flush. 7. Physical Vapor Deposition (PVD) Finish: "BS" Brushed Stainless. B. Electronic Lavatory Faucets: 1. Sensor-Operated, Tubular Design Metering Faucet with Infrared Control FCT#—S53-3500:Vandal-resistant accessible faucet meeting ASME A112.18.1/CSA B125. ADA/ ICC ANSI A117.1 compliant. a. Basis of Design Manufacturer/Model: Bradley Verge, Linea Series, Model S53-3500. b. Body: Commercial solid cast brass. C. Water Supply: Navigator Thermostatic Mixing Assembly (Supply Hose and Shut-Off Included). d. Flow Type: 0.5 gpm Silicone Tip, multiple individual laminar flow streams. e. Drain Strainer: Finish to match. f. Sensor Module: Water-conserving, vandal-resistant dual sensors utilizing time of flight and diffuse reflective sensors with timing turn-off delay and stationary object automatic timed cutoff. g. Power Supply: 120VAC/6VDC, 50/60Hz plug-in transformer adapter with battery back-up.4x AA batteries (included). Low battery indicator on spout. 2.6 MATCHED SOAP DISPENSERS A. Deck Mounted Soap Dispensers—General: 1. Touch free infrared sensor-operated. 2. Compliance and Certifications: Page 5 of 7 SECTION 22 42 16 TOS Recreation Center Bathroom Renovations August 2022 a. ADA/ICC ANSI A117.1, Citation 609.4. b. UL electrical components. C. CE electrical components. 3. Vandal-resistant construction shall include concealed sensor package, durable finish, and anti-rotational gasket/washer. 4. Physical Vapor Deposition (PVD) Finish: "BS" Brushed Stainless. B. Sensored Soap Dispenser SD#6-3500: Deck-mounted, sensor-operated, cast bronze, with LED battery and soap level indicators,with single dispenser 120VAC powerpack. 70.5 oz capacity bottle per each dispenser. 1. Basis of Design Manufacturer/Model: Bradley Verge Deck-Mounted Soap Dispenser, Linea Series, Model 6-3500. PART 3- EXECUTION 3.1 INSTALLATION A. Install accessible wall-mounted sinks at juvenile/handicapped/elderly mounting heights according to [CC/ANSI A117.1. B. Assemble fixtures, accessories, and associated fittings and trim in accordance with manufacturer's instructions. C. Install fixture supports firmly attached to building structure. D. Install fixtures level, plumb, and in accordance with manufacturer's rough-in instruc- tions. E. Install water supply piping. Provide stop on each supply in readily-serviceable location. Fasten supply piping to supports or substrate. F. Install trap and waste piping to each fixture. G. Install escutcheons at exposed piping penetrations in finished locations and within cab- inets. H. Seal joints between fixtures and walls, floors, and countertops with mildew-resistant silicone sealant meeting requirements in Division 07 Section "Joint Sealants." I. Mount soap dispenser in 1-3/8 inches (35 mm) diameter hole in lavatory or countertop 1-1/2 inches (38 mm)from edge of sink. Shank will accommodate a maximum counter thickness of 1-1/2 inches (38 mm). 3.2 CLEANING AND PROTECTION A. Repair or replace defective work, including damaged fixtures and components. B. At time of Substantial Completion: 1. Clean unit surfaces per manufacturer's care instructions, test fixtures, and leave in ready-to-use condition. 2. Fill soap dispensers. 3. Turn over keys,tools, maintenance instructions,and maintenance stock to Owner. Page 6 of 7 SECTION 22 42 16 TOS Recreation Center Bathroom Renovations August 2022 C. Protect units with water-resistant temporary covering. Do not allow temporary use of plumbing fixtures unless approved in writing by Architect. Remove protection at Sub- stantial Completion and dispose. 3.3 TESTING AND ADJUSTING A. Set field-adjustable temperature set points of temperature-actuated water mixing valves. Adjust set point within allowable temperature range. B. Test and adjust installation. END OF SECTION Page 7 of 7 SECTION 26 05 19 TOS Recreation Center Bathroom Renovations August 2022 SECTION 26 05 19 LINE-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 GENERAL L01 SECTION INCLUDES A. Single conductor building wire. B. Service entrance cable. C. Metal-clad cable. D. Wiring connectors. E. Electrical tape. F. Wire pulling lubricant. L@ REFERENCE STANDARDS A. ASTM B3 -Standard Specification for Soft or Annealed Copper Wire;2013. B. ASTM B8-Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft; 2011. C. ASTM B33-Standard Specification for Tin-Coated Soft or Annealed Copper Wire for Electrical Purposes; 2010 (Reapproved 2014). D. ASTM 13787/13787M-Standard Specification for 19 Wire Combination Unilay-Stranded Copper Conductors for Subsequent Insulation; 2004 (Reapproved 2014). E. ASTM D3005-Standard Specification for Low-Temperature Resistant Vinyl Chloride Plastic Pressure-Sensitive Electrical Insulating Tape; 2010. F. NECA 1-Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association; 2010. G. NECA 120-Standard for Installing Armored Cable(AC) and Metal-Clad Cable(MC); National Electrical Contractors Association; 2012 (NECA/NACMA 102). H. NEMA WC 70-Power Cables Rated 2000 Volts or Less for the Distribution of Electrical Energy; National Electrical Manufacturers Association; 2009 (ANSI/NEMA WC 70/ICEA S-95-658). I. NFPA 70-National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. J. UL44-Thermoset-Insulated Wires and Cables; Current Edition, Including All Revisions. K. UL83-Thermoplastic-Insulated Wires and Cables; Current Edition, Including All Revisions. L. UL 486A-486B-Wire Connectors; Current Edition, Including All Revisions. Page 1 of 9 SECTION 26 05 19 TOS Recreation Center Bathroom Renovations August 2022 M. UL 486C-Splicing Wire Connectors; Current Edition, Including All Revisions. N. UL 486D-Sealed Wire Connector Systems; Current Edition, Including All Revisions. 0. UL 510-Polyvinyl Chloride, Polyethylene,and Rubber Insulating Tape; Current Edition, Including All Revisions. P. UL 1569- Metal-Clad Cables; Current Edition, Including All Revisions. 1ffi ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate sizes of raceways, boxes, and equipment enclosures installed under other sections with the actual conductors to be installed, including adjustments for conductor sizes increased for voltage drop. 2. Coordinate with electrical equipment installed under other sections to provide terminations suitable for use with the conductors to be installed. 3. All work shall be subject to the Town's electrical inspector. 4. Notify Engineer of any conflicts with'or deviations from the contract documents.Obtain direction before proceeding with work. UX SUBMITTALS A. Product Data: Provide manufacturer's standard'catalog pages and data sheets for conductors and cables, including detailed information on materials, construction, ratings, listings, and available sizes, configurations, and stranding. B. Project Record Documents: Record actual installed circuiting arrangements. Recordactual routing for underground circuits. IM QUALITY ASSURANCE A. Conform to requirements of NFPA 70. 10 DELIVERY,STORAGE,AND HANDLING A. Receive, inspect, handle,and store conductors and cables in accordance with manufacturer's instructions. im FIELD CONDITIONS A. Do not install or otherwise handle thermoplastic-insulated conductors at temperatures lower than 14 degrees F, unless otherwise permitted by manufacturer's instructions.When installation below this temperature is unavoidable, notify Engineer and obtain direction before proceeding with work. Page 2 of 9 SECTION 26 05 19 TOS Recreation Center Bathroom Renovations August 2022 PART 2 PRODUCTS 2A1 CONDUCTOR AND CABLE APPLICATIONS A. Do not use conductors and cables for applications other than as permitted by NFPA 70 and product listing. B. Provide single conductor building wire installed in suitable raceway unless otherwise indicated, permitted, or required. C. Nonmetallic-sheathed cable is not permitted. D. Service entrance cable is permitted only as follows: 1. Where not otherwise restricted, may be used: a. For overhead service drop, installed in raceway to service head. b. For underground service entrance, installed in raceway. E. Metal-clad cable is permitted only as follows: 1. Where not otherwise restricted, may be used: a. Where concealed above accessible ceilings for final connections from junction boxes to luminaires. 1) Maximum Length: 6 feet. b. Where concealed in hollow stud walls for branch circuits up to 20A. 1) Exception: Provide single conductor building wire in raceway for circuit homerun from first outlet to panelboard. 2. In addition to other applicable restrictions, may not be used: a. Where exposed to damage. b. For damp,wet,or corrosive locations, unless provided with a PVC jacket listed as suitable for those locations. F. Manufactured wiring systems are not permitted. Page 3 of 9 SECTION 26 05 19 TOS Recreation Center Bathroom Renovations August 2022 ZM CONDUCTOR AND CABLE GENERAL REQUIREMENTS A. Provide products that comply with requirements of NFPA70. B. Provide products listed, classified, and labeled as suitable for the purpose intended. C. Unless specifically indicated to be excluded, provide all required conduit, boxes,wiring, connectors, etc. as required for a complete operating system. D. Comply with NEMA WC 70. E. Thermoplastic-Insulated Conductors and Cables: Listed and labeled as complying with U L83. F. Thermoset-Insulated Conductors and Cables: Listed and labeled as complying with UL 44. G. Conductor Material: 1. Provide copper conductors only.Aluminum conductors are not acceptable for this project. Conductor sizes indicated are based on copper. 2. Copper Conductors: Soft drawn annealed, 98 percent conductivity, uncoated copper conductors complying with ASTM B3,ASTM B8,or ASTM 13787/13 787M unless otherwise indicated. 3. Tinned Copper Conductors: Comply with ASTM B33. H. Minimum Conductor Size: 1. Branch Circuits: 12 AWG. a. Exceptions: 1) 20 A, 120 V circuits longer than 75 feet: 10 AWG, for voltage drop. 2) 20 A, 120 V circuits longer than 150 feet: 8 AWG, for voltage drop. 3) 20 A, 277 V circuits longer than 150 feet: 10 AWG, for voltage drop. I. Conductor Color Coding: 1. Color code conductors as indicated unless otherwise required bythe authority having jurisdiction. Maintain consistent color coding throughout project. 2. Color Coding Method: Integrally colored insulation. a. Conductors size 4 AWG and larger may have black insulation color coded using vinyl color coding electrical tape. 3. Color Code: a. 208Y/120 V, 3 Phase, 4 Wire System: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral/Grounded: White. b. Equipment Ground,All Systems: Green. c. Travelers for 1-Way and 4-Way Switching: Pink. Page 4of9 SECTION 26 05 19 TOS Recreation Center Bathroom Renovations August 2022 21B METAL-CLAD CABLE A. Manufacturers: 1. AFC Cable Systems Inc: www.afcweb.com. Or approved equal. B. Description: NFPA 70,Type MC cable listed and labeled as complying with UL 1569, and listed for use in classified firestop systems to be used. C. Conductor Stranding: 1. Size 10 AWG and Smaller: Solid. 2. Size 8 AWG and Larger: Stranded. r D. Insulation Voltage Rating: 600 V. E. Insulation: Type THHN/THWN orTHHN/THWN-2. F. Grounding: Full-size integral equipment grounding conductor. G. Armor: Steel, interlocked tape. H. Provide PVC jacket applied over cable armor where indicated or required for environment of installed location. 2D4 WIRING CONNECTORS A. Description: Wiring connectors appropriate for the application, suitable for use with the conductors to be connected,and listed as complying with UL 486A-486B or UL486C as applicable. B. Wiring Connectors for Splices and Taps: 1. Copper Conductors Size 8 AWG and Smaller: Use twist-on insulated spring connectors. 2. Copper Conductors Size 6 AWG and Larger: Use mechanical connectors or compression connectors. C. Wiring Connectors for Terminations: 1. Provide terminal lugs for connecting conductors to equipment furnished with terminations designed for terminal lugs. 2. Provide compression adapters for connecting conductors to equipment furnished with mechanical lugs when only compression connectors are specified. 3. Where over-sized conductors are larger than the equipment terminations can accommodate, provide connectors suitable for reducing to appropriate size, but not less than required for the rating of the overcurrent protective device. 4. Copper Conductors Size 8 AWG and Larger: Use mechanical connectors or compression connectors where connectors are required. D. Do not use insulation-piercing or insulation-displacement connectors designed for use with conductors without stripping insulation. E. Do not use push-in wire connectors as a substitute for twist-on insulated spring connectors. F. Mechanical Connectors: Provide bolted type or set-screw type. Page 5 of 9 SECTION 26 05 19 TOS Recreation Center Bathroom Renovations August 2022 1. Manufacturers: a. Thomas & Betts Corporation: www.tnb.com. Or approved equal. G. Compression Connectors: Provide circumferential type or hex type crimp configuration. 1. Manufacturers: a. Thomas & Betts Corporation: www.tnb.com. Or approved equal. H. 'Crimped Terminals: Nylon-insulated, with insulation grip and terminal configuration suitable for connection to be made. 1. Manufacturers: a. Thomas & Betts Corporation: www.tnb.com. Or approved equal. 206 WIRING ACCESSORIES A. Electrical Tape: 1. 'Manufacturers: a. 3M: www.3m.com. Or approved equal. 2. Vinyl Color Coding Electrical Tape: Integrally colored to match color code indicated;listed as complying with UL 510; minimum thickness of 7 mil; resistant to abrasion, corrosion, and sunlight; suitable for continuous temperature environment up to 221 degrees F. 3. Vinyl Insulating Electrical Tape: Complying with ASTM D3005 and listed as complying with UL 510; minimum thickness of 7 mil; resistant to abrasion, corrosion, and sunlight; conformable for application down to 0 degrees F and suitable for continuous temperature environment up to 221 degrees F. B. Wire Pulling Lubricant: Listed; suitable for use with the conductors or cables to be installed and suitable for use at the installation temperature. Page 6 of 9 SECTION 26 05 19 TOS Recreation Center Bathroom Renovations August 2022 PART 3 EXECUTION 3M EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that work likely to damage wire and cable has been completed. C. Verifythat raceways, boxes,and equipment enclosures are installed and are properly sized to accommodate conductors and cables in accordance with NFPA70. D. Verify that field measurements are as shown on the drawings. E. Verify that conditions are satisfactory for installation prior to startingwork. 3M PREPARATION A. Clean raceways thoroughly to remove foreign materials before installing conductors and cables. 3113 INSTALLATION A. Circuiting Requirements: 1. All existing circuiting to be removed. 2. Unless dimensioned, circuit routing indicated is diagrammatic. All new circuits shall make homerun to subpanel 3. Arrange circuiting to minimize splices. 4. Include circuit lengths required to install connected devices within 10 ft of location shown. 5. Circuiting Adjustments: Unless otherwise indicated, when branch circuits are shown as separate, combining them together in a single raceway is not permitted. 6. Common Neutrals: Unless otherwise indicated, sharing of neutral/grounded conductors among up to three single phase branch circuits of different phases installed in the same raceway is not permitted. Provide dedicated neutral/grounded conductor for each individual branch circuit. B. Install products in accordance with manufacturer's instructions. C. Install conductors and cable in a neat and workmanlike manner in accordance with NECA1. D. Install metal-clad cable (Type MC) in accordance with NECA 120. E. Installation in Raceway: 1. Tape ends of conductors and cables to prevent infiltration of moisture and other contaminants. 2. Pull all conductors and cables together into raceway at sametime. 3. Do not damage conductors and cables or exceed manufacturer's recommended maximum pulling tension and sidewall pressure. 4. Use suitable wire pulling lubricant where necessary,except when lubricant is not recommended by the manufacturer. Page 7of9 SECTION 26 05 19 TOS Recreation Center Bathroom Renovations August 2022 F. Paralleled Conductors: Install conductors of the same length and terminate in the same manner. G. Secure and support conductors and cables in accordance with NFPA 70 using suitable supports and methods approved by the authority having jurisdiction. Provide independent support from building structure. Do not provide support from raceways, piping, ductwork,or other systems. . H. Terminate cables using suitablefittings. 1. Metal-Clad Cable (TypeMC): a. Use listed fittings. b. Cut cable armor only using specialized tools to prevent damaging conductors or insulation. I. Install conductors with a minimum of 12 inches of slack at each outlet. J. Neatlytrain and bundle conductors inside boxes,wireways,panelboards and other equipment enclosures. K. Group or otherwise identify neutral/grounded conductors with associated ungrounded conductors inside enclosures in accordance with NFPA70. L. Make wiring connections using specified wiring connectors. 1. Make splices and taps only in accessible boxes. Do not pull splices into raceways or make splices in conduit bodies or wiring gutters. 2. Remove appropriate amount of conductor insulation for making connections without cutting, nicking or damaging conductors. 3. Do not remove conductor strands to facilitate insertion into connector. 4. Clean contact surfaces on conductors and connectors to suitable remove corrosion, oxides,and other contaminates. Do not use wire brush on plated connector surfaces. 5. Mechanical Connectors: Secure connections according to manufacturer's recommended torque settings. 6. Compression Connectors: Secure connections using manufacturer's recommended tools and dies. M. Insulate splices and taps that are made with uninsulated connectors using methods suitable for the application, with insulation and mechanical strength at least equivalent to unspliced conductors. N. Insulate ends of spare conductors using vinyl insulating electrical tape. 0. Field-Applied Color Coding: Where vinyl color coding electrical tape is used in lieu of integrally colored insulation as permitted in Part 2 under "Color Coding", apply half overlapping turns of tape at each termination and at each location conductors are accessible. Page 8 of 9 SECTION 26 05 19 TOS Recreation Center Bathroom Renovations August 2022 P. Install firestopping to preserve fire resistance rating of partitions and other elements,submit U.L. assembly for approval. Q. Unless specifically indicated to be excluded, provide final connections to all equipment and devices, including those furnished by others, as required for a complete operating system. END OF SECTION Page 9 of 9 SECTION 26 05 26 TOS Recreation Center Bathroom Renovations August 2022 SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 GENERAL LM SECTION INCLUDES A. Grounding and bonding requirements. B. Connectors for grounding and bonding. L@ TOS REQUIREMENTS A. All work shall be subject to the Town's Electrical Inspector. L03 REFERENCE STANDARDS A. NFPA 70-National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. B. UL 467- Grounding and Bonding Equipment; Current Edition, Including all revisions. UX ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate the work with other trades to provide steel reinforcement complying with specified requirements for concrete-encased electrode. 2. Notify Engineer of any conflicts with or deviations from the contract documents.Obtain direction before proceeding with work. LM SUBMITTALS A. Product Data: Provide manufacturer's standard catalog pages and data sheets for grounding and bonding system components. B. Project Record Documents: Record actual locations of grounding electrode system components and connections. LM QUALITY ASSURANCE A. Conform to requirements of NFPA 70. LW DELIVERY, STORAGE,AND HANDLING A. Receive,inspect,handle,and store products in accordance with manufacturer's instructions. Page 1 of 2 SECTION 26 05 26 TOS Recreation Center Bathroom Renovations August 2022 PART 2 PRODUCTS 201 GROUNDING AND BONDING REQUIREMENTS A. Do not use products for applications other than as permitted by NFPA 70 and product listing. B. Unless specifically indicated to be excluded, provide all required components, conductors, connectors,conduit, boxes,fittings,supports,accessories,etc. as necessaryfor a complete grounding and bonding system. C. Where conductor size is not indicated,size to comply with NFPA 70 but not less than applicable minimum size requirements specified. D. Grounding System Resistance: 1. Achieve specified grounding system resistance under normally dry conditions unless otherwise approved by Engineer. Precipitation within the previous 48 hours does not constitute normally dry conditions. E. Grounding Electrode System: 1. Provide connection to required and supplemental grounding electrodes indicated to form grounding electrode system. a. Provide continuous grounding electrode conductors without splice orjoint. b. Install grounding electrode conductors in raceway where exposed to physical damage. Bond grounding electrode conductor to metallic raceways at each end with bonding jumper. 242 GROUNDING AND BONDING COMPONENTS A. General Requirements: 1. Provide products listed, classified, and labeled as suitable for the purpose intended. 2. Provide products listed and labeled as complying with UL 467 where applicable. B. Conductors for Grounding and Bonding, 1. Use insulated copper conductors unless otherwise indicated. a. Exceptions: 1) Use bare copper conductors where installed underground in direct contact with earth. C. Connectors for Grounding and Bonding: 1. Description: Connectors appropriate for the application and suitable for the conductors and items to be connected; listed and labeled as complying with U L467. 2. Unless otherwise indicated, use exothermic welded connections for concealed and other inaccessible connections. 3. Unless otherwise indicated, use mechanical connectors,compression connectors,or exothermic welded connections for accessible connections. END OF SECTION Page 2 of 2 SECTION 26 05 29 TOS Recreation Center Bathroom Renovations August 2022 SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 GENERAL IM REFERENCE STANDARDS A. ASTM A123/A123M-Standard Specification for Zinc(Hot-Dip Galvanized) Coatings on Iron and Steel Products; 2013. B. ASTM A153/A153M-Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel Hardware; 2009. C. ASTM B633-Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel; 2013. D. MFMA-4-Metal Framing Standards Publication; Metal Framing Manufacturers Association; 2004. E. NFPA 70-National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. IM SUBMITTALS A. Product Data: Provide manufacturer's standard catalog pages and data sheets for metal channel(strut)framing systems, non-penetrating rooftop supports,and post- installed concrete and masonry anchors. B. Shop Drawings: Include details for fabricated hangers and supports where materialsor methods other than those indicated are proposed for substitution. PART 2 PRODUCTS 2A1 SUPPORT AND ATTACHMENT COMPONENTS A. General Requirements: 1. Provide all required hangers,supports,anchors,fasteners,fittings, accessories,and hardware as necessary for the complete installation of electricalwork. 2. Provide products listed,classified,and labeled as suitable for the purpose intended,where applicable. 3. Where support and attachment component types and sizes are not indicated, select in accordance with manufacturer's application criteria as required for the load to be supported with a minimum safetyfactor of 4x. Include consideration for vibration, equipment operation, and shock loads where applicable. Post installed anchors shall be tested in accordance with NYS code. Page 1 of 2 SECTION 26 05 29 TOS Recreation Center Bathroom Renovations August 2022 4. Do not use products for applications other than as permitted by NFPA 70 and product listing. 5. Steel Components: Use corrosion resistant materials suitable for the environment where installed. a. Zinc-Plated Steel: Electroplated in accordance with ASTM B633. b. Galvanized Steel: Hot-dip galvanized after fabrication in accordance with ASTM A123/A123M or ASTM A153/A153M. B. Conduit and Cable Supports: Straps, clamps, etc. suitable for the conduit or cable tobe supported. 1. Conduit Straps: One-hole or two-hole type; steel or malleable iron. 2. Conduit Clamps: Bolted type unless otherwise indicated. C. Outlet Box Supports: Hangers, brackets, etc. suitable for the boxes to besupported. D. Metal Channel (Strut) Framing Systems: Factory-fabricated continuous-slot metal channel (strut) and associated fittings, accessories, and hardware required for field-assembly of supports. 1. Comply with MFMA-4. E. Hanger Rods:Threaded zinc-plated steel unless otherwise indicated. F. Anchors and Fasteners: 1. Unless otherwise indicated and where not otherwise restricted, use the anchor and fastener types indicated for the specified applications. END OF SECTION Page 2 of 2 SECTION 26 27 26 TOS Recreation Center Bathroom Renovations August 2022 SECTION 26 27 26 WIRING DEVICES PART 1 GENERAL 101 REFERENCE STANDARDS A. FS W-C-596-Connector, Electrical, Power,General Specification for; Federal Specification; Revision G, 2001. B. FS W-S-896-Switches,Toggle(Toggle and Lock), Flush-mounted (General Specification); Federal Specification; Revision F, 1999. C. NEMA WD 1-General Color Requirements for Wiring Devices; National Electrical Manufacturers Association; 1999 (R 2010). D. NEMA WD 6-Wiring Device--Dimensional Specifications; National Electrical Manufacturers Association; 2012. E. UL 20-General-Use Snap Switches; Current Edition, Including All Revisions. F. UL 498-Attachment Plugs and Receptacles; Current Edition, Including AIIRevisions. G. UL 514D-Cover Plates for Flush-,Mounted Wiring Devices;Current Edition, Including All Revisions. IM SUBMITTALS A. See Section 0130 00-Administrative Requirements,for submittal procedures. B. Product Data: Provide manufacturer's catalog information showing dimensions, colors,and configurations. PART 2 PRODUCTS 2M WIRING DEVICE APPLICATIONS A. Provide wiring devices suitable for intended use and with ratings adequate for load served. B. For single receptacles installed on an individual branch circuit, provide receptacle with ampere rating not less than that of the branch circuit. C. Provide weather resistant GFCI receptacles with specified weatherproof covers for receptacles installed outdoors or in damp or wet locations. D. Provide GFCI protection for receptacles installed within 6 feet ofallplumbing fixtures. E. Unless noted otherwise, do not use combination switch/receptacle devices. Page 1 of 2 SECTION 26 27 26 TOS Recreation Center Bathroom Renovations August 2022 2@ WALL SWITCHES A. Wall Switches-General Requirements: AC only, quiet operating, general-use snap switches with silver alloy contacts, complying with NEMA WD 1 and NEMA WD 6, and listed as complying with UL 20 and where applicable, FS W-S-896;types as indicated on the drawings. 1. Wiring Provisions: Terminal screws for side wiring and screw actuated binding clamp for back wiring with separate ground terminal screw. 243 RECEPTACLES A. Receptacles-General Requirements:Self-grounding, complying with NEMA WD 1 and NEMA WD 6, and listed as complying with UL 498, and where applicable, FS W-C- 596; types as indicated on the drawings. 1. Wiring Provisions: Terminal screws for side wiring or screw actuated binding clamp for back wiring with separate ground terminal screw. 2. NEMA configurations specified are according to NEMA WD 6. 2A4 WALL PLATES A. Wall Plates: Comply with UL5141). 1. Configuration: One piece cover as required for quantity and types of correspondingwiring devices. 2. Size: Standard. 3. Screws: Metal with slotted heads finished to match wall platefinish. END OF SECTION Page 2 of 2 4 zy !j J , i/ _, ,:n,y u<oReey SS<9bffiYiISWiinYM„R TOWN OF SOUTHOLD RECREATION CENTER BATHROOM RENOVATIONS LOCATION MAP FOL. ............... , '. AD O ' AREA OF WORK 335 S.F. N.T.S. � AD PROVIDE . — RECREATION OFFICE $. TEMPORARY ENGINEER: "^ REMAIN ACTIVE;TO R TOILETS I PROTECT OFFICE , ' -AI STAFF AND EXISTING—, EQUIPMENT FROM ELECTRIC P I DUST AND DEBRIS CLOSET •E , CONTRACTOR BUILDING Lw A. ACCFSS oo L. K. McLEAN ASSOCIATES CONTRACTOR ENGINEERING & SURVEYING' D.P.C. *'+ 3 CONSTRUCTION CONSULTING ENGINEERS 437 SOUTH COUNTRY RD.,BROOKHAVEN,NEW YORK 11719 ZONE; CORDONE MAXIMUM OCCUPANT COUNT = 371 OFF FROM PUBLIC 1 PERSONS WITH TEMPORARY IT IS A VIOLATION OF THE LAW FOR ANY PERSON, UNLESS ACTING UNDER THE WALL TIF A LICENSED ARCHITECT ENGINEER,MULTI FUNCTION SPACE TO REMAIN ITEM DIRECTION ON THESE DRAWINGS. IF AN ITEM BEARING THOE SEAL OF AN ARCHITECT/ I FUNCTIONAL; PROTECT FROM DUST AND ENGINEER IS ALTERED, THE ALTERING ARCHITECT\ENGINEER SHALL AFFIX TO DEBRIS. COORDINATE WITH OWNERS HIS/HER ITEM THEIR SEAL AND THE NOTATION "ALTERED BY" FOLLOWED BY HIS/HER SIGNATURE AND THE DATE OF SUCH ALTERATION, AND A SPECIFIC SCHEDULE TO ELIMINATE PROGRAMMATIC DESCRIPTION OF THE ALTERATION ON THE DRAWING. " THE PLANS AND 970 PECONIC LANE CONFLICTS SPECIFICATIONS HEREIN ARE INTENDED FOR THE SUBJECT PROJECT ONLY AS A RESULT OF CONTRACTUAL NEGOTIATIONS BETWEEN THE OWNER AND L.K. McLEAN ASSOCIATES, PC. THESE PLANS AND SPECIFICATIONS WILL BE THE SUBJECT OF A COPYRIGHT PETITION AND MAY NOT BE REVISED OR REUSED BY ANYONE WITHOUT WRITTEN AUTHORITY OF L.K.McLEAN ASSOCIATES,PC PECONIC , N .Y. 11958 ©L.K. McLEAN ASSOCIATES ENGINEERING &SURVEYING, D.P.C. TAX MAP NUMBER PROJECT: DISTRICT: 1000 CONTRACTOR ACCESS SECTION: 075.00 TOWN OF SOUTHOLD BLOCK: 01 .00 SUFFOLK COUNTY, NY LOT: 015.002 MINUMUM NUMBER OF REwuIRED TOILET FIXTURES SOUTHOLD BUILDING AREA = 6,925 SF RECREATION CENTER NYSBC TABLE 1004.5; NYSPC TABLE 403.1 BATHROOM OCCUPANT LOAD = STATED OCCUPANCY = 371 (USE 372) 50-50 GENDER RULE RENOVATIONS 186 MALE OCCUPANTS 186 FEMALE OCCUPANTS MINIMUM NUMBER OF REQUIRED PLUMBING FIXTURES PER TABLE 2902.1 ASSUME 372 TOTAL OCCUPANTS 50/50 GENDER COUNT 970 PECONIC LANE WATER CLOSETS (WC) LAVATORIES (LAV) DRINKING FOUNTAINS (DF) OTHER (SERVICE SINK) PECONIC, NY 11958 MALE FEMALE MALE FEMALE ISSUES/REVISIONS ASSEMBLY 186 OCCUPANTS 186 OCCUPANTS 186 OCCUPANTS 186 OCCUPANTS 1/100 = 1 DF 1 REQUIRED Description NO. Date 1/125 = 2 WC 1/65 = 3 WC 1/200 = 1 LAV 1/200 = 1 LAV PECONIC LANE PERMIT RENEWAL: FINISH COLORS 1 01-10-2025 PERMIT N 0 TE S REQUIRED 2 WC TOTAL 3 WC TOTAL 1 LAV TOTAL 1 LAV TOTAL 1 DF TOTAL EXISTING 1 SERVICE SINK TOTAL PLUMBING FIXTURES EXISTING 1. FIRE ALARM SYSTEM NOT TO BE EFFECTED DURING CONSTRUCTION TOTAL SITE PLAN 2. ALL CONSTRUCTION SHALL COMPLY WITH ICC/ANSI A117.1-2009 ACTUAL 3 WC TOTAL 3 WC TOTAL 1 LAV TOTAL 1 LAV TOTAL 1 DF TOTAL 1 SERVICE SINK TOTAL PLUMBING FIXTURES AERIAL MAP TOTAL COMPLIES COMPLIES COMPLIES COMPLIES COMPLIES COMPLIES , ABBREVIATIONS N a , SYMBOLS LEGEND ALUMN. ALUMINUM EA. EACH HT. HEIGHT P.S.F. POUNDS PER SQ. FOOT % ! SYMBOL DESCRIPTION SYMBOL DESCRIPTION -' h,p�s; e. ,5. ;i, ..,:. id'✓� APPV'D APPROVED E C ELECTRIC CONTRACTOR H W HOT WATER RECEPT RECEPTACLECD � BD. BOARD ELEV. ELEVATION INSUL. INSULATION REQ D. REQUIRED Q TOILETS BOT. BOTTOM ELECT. ELECTRIC INV. INVERT REINF. REINFORCED SECTION NUMBER MOWN B.O. BOTTOM OF �`' m EXIST. EXISTING JI• JOINT RES. RESILIENT Q SECTION (ED FINISH TAGm Of B/O BY OTHERS EQ. EQUAL L.P. LOW POINT RM. ROOM STATUS: DRAWING SHEET INDEX SHEET NUMBER BLDG. BUILDING L� L� ' EQUIP. EQUIPMENT LTG. LIGHTING SECT. SECTION � NOT FOR CONSTRUCTION AREA OF TOILET cn cn o r .; ' BLK. BLOCK T LAV. LAVATORY S/C SELF CLOSING N N ROOM W ,ORK/ BLKG BLOCKING FL FLOOR MAX. MAXIMUM SPEC SPECIFICATIONS EXH EXHAUST SHEET NO, SHEET DESCRIPTION DRAWING TITLE: ' < '' /'"% / , %; /' a DETAIL NUMBER C.T. CERAMIC TILE ' F.D. FLOOR DRAIN MTL. METAL S1L. STEEL FIF/ CLO. CLOSET FIN. FINISH MFG. MANUFACTURER SIRUCT. STRUCTURAL .�,"" ;' CONTRACTOR ACCESS X DETAIL TAG X WINDOW TAG /' o.;, /': % �. : CLG. CEILING ��: i�;/`; FIXT. FIXTURE MAS. MASONRY SUSP. SUSPENDED GENERAL e .,-'/,., ,: % SHEET NUMBER ' ,/vj '' COL. COLUMN ,o ,; FDN. FOUNDATION MAT. MATERIAL T & B TOP AND BOTTOM CO-1 COVER SHEET • ;� y < COVER SHEET o � ,% A y _ �< ,� / .: " ' ." CONT. CONTINUOUS FTG. FOOTING MIN. MINIMUM T & G TONGUE & GROVE _ o , /; yo T SLAB F/E FIRE EXTINGUISHER MECH. MECHANICAL T.O.S. TOP OF 1 GENERAL NOTES-1 • ELEVATION NUMBER ;' e��• - ,' ! C.W. COLD WATER GALV. GALVANIZED M.O. MASONRY OPENING TYP. TYPICAL C.W. ICC/ANSI A117.1 2009 ACCESSIBILITY STANDARDS • ; � � �.;;:`% ;' 4-1 (/�J X ELEVATION TAG X PARTITION TYPE CONC. CONCRETE G.C. GENERAL CONTRACTOR NO. NUMBER V.I.F. VERIFY IN FIELD SEA �E: Design y: JG �'N / �i:' ,, T \ Drawn B JR , ;• � .: ., ,, � SHEET NUMBER BD. BOARD N.I.C. ACT ARCHITECTURAL GYP GYPSUM N I C NOT IN CONTRACT VERTICAL �• �E Approved B DBL. DOUBLE PP Y� CFD „r Oq N L GL. GLASS O.C. ON CENTER VEST. VESTIBULE DM-1 DEMOLITION PLAN • '�• �, d/ , y. �� /;: .',; .. y;;, " D, DET. DETAIL h e 1 Scale: AS NOTED / e ",' HDR. HEADER FEN G. OPENING V.T.R. VENT THRU ROOF o 0 / rr %,- � , ' Date: JAN. 2025 ' � ' '�;, .�' A-1 CONSIRUCITON PLAN • � 4 - "' '"`' ""'� ' ;' H.M. HOLLOW METAL .P. WATERPROOF + , � , ,. DIA. DIAMETER P.C.. . MBI G CONTRACTOR * s , ! x INT. ELEVATION NUMBER File No: 21193.000 X P.L. PROPERTY LINE A-2 DETAILS AND SCHEDULES • ' DN. DOWN x HVAC HEATING, VENTILATION W/ WITHr i Sheet No. INTERIOR ELEVATION & AIR CONDITIONING PL.. LAM. PLASTIC LAMINATE - C'N M DOOR TAGOSET Sur rn ,. P-1 PLUMBING RISER DIAGRAMS AND CEILING FAN • DO °-< HD. HOOD �4 / X DWG DRAWING W.C.W C WATER `:`'., , . .,,,, , X SHEET NUMBER E/W EACH WAY PLYWD PLYWOOD WD. WOOD FEC! C 0 — HORIZON. HORIZONTAL P.S.I. POUNDS PER SQ. INCH QT. QUARRY TILE FULL SIZED PLOT SIZE:24"x 36" GENERAL NOTES DEMOLITION NOTES SAFEGUARDS DURING PLUMBING ELECTRICAL t-4 PROJECT 1. ALL WORK TO BE DONE IN ACCORDANCE WITH ALL APPLICABLE LOCAL AND 1. THE CONTRACTOR SHALL FURNISH ALL LABOR AND MATERIALS AS REQUIRED IN CONSTRUCTION 1. ALL PLUMBING WORK WILL BE SUBJECT TO THE TOWN OF SOUTHOLD S 1. THE ELECTRICAL CONTRACTOR SHALL PULL A SEPARATE ELECTRICAL PERMIT. LOCATION r �y STATE CODES. ORDER TO COMPLETELY DEMOLISH AND REMOVE ALL OF THE ITEMS NECESSARY PLUMBING INSPECTOR. 2. ALL ELECTRICAL WORK WILL BE SUBJECT TO THE TOWN OF SOUTHOLD'S t 2. ALTHOUGH THESE PLANS ARE DRAWN TO SCALE, NO DIMENSIONS SHALL BE 2. THE PLUMBING CONTRACTOR SHALL PULL A SEPARATE PLUMBING PERMIT. ELECTRICAL INSPECTOR. TO COMPLETE THE WORK WHETHER OR NOT IT IS SHOWN ON THE PLANS OR 1. THE PROVISIONS OF THE BUILDING CODE OF NEW YORK STATE CHAPTER 33, ` SCALED. DESCRIBED IN 111E SPECIFICATIONS. SAFEGUARDS DURING CONSTRUCTION, SHALL GOVERN THE CONDUCT OF ALL 3. ALL PLUMBING WORK UNDER THIS CONTRACT SHALL CONFORM TO THE 3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL FIELD CONDITIONS TO 3. NO NOTE OR DETAIL OR LACK THEREOF SHALL BE CONSTRUED AS RELIEVING 2• THE CONTRACTOR SHALL FURNISH A SYSTEM OF TEMPORARY LIGHT AND CONSTRUCTION OPERATIONS WITH REGARD TO THE SAFETY OF THE PUBLIC CURRENT LOCAL PLUMBING CODE AND THE BUILDING CODES OF NEW YORK ASCERTAIN THAT ALL ITEMS ARE INSTALLED IN COMPLIANCE WITH THE (NFPA ' �1 THE CONTRACTOR FROM THE EXECUTION OF THE WORK IN ACCORDANCE WITH POWER THROUGHOUT THE SPACE UNDER DEMOLITION'S REQUIRED TO PERFORM AND PROPERTY. FOR THE PURPOSE OF CHAPTER 33, CONSTRUCTION STATE AND LOCAL JURISDICTION. 70) NATIONAL ELECTRICAL CODE, THE 2020 NYS BUILDING CODE, IT'S ALL STATE AND/OIR LOCAL CODES. SHOULD ANYTHING BE OMITTED FROM HIS WORK. OPERATIONS SHALL INCLUDE EXCAVATION, ERECTION, ALTERATION, REPAIR, 4. ALL MATERIALS SHALL BE NEW UNLESS NOTED OTHERWISE. REFERENCED CODES AND STANDARDS, AND LOCAL JURISDICTION. . THE DRAWINGS, NECESSARY TO THE PROPER CONSTRUCTION OF THE WORK, 3. UPON COMPLETION OF DEMOLITION WORK THE CONTRACTOR SHALL PROVIDE REMOVAL AND DEMOLITION AS RELATED TO BUILDINGS. FOR REGULATIONS 5. THE PLUMBING CONTRACTOR SHALL ASSUME RESPONSIBILITY FOR ALL LABOR 4. IT IS THE INTENT OF THE DRAWINGS AND SPECIFICATIONS TO CALL FOR HEREIN DESCRIBED, IT SHALL BE THE DUTY OF THE CONTRACTOR TO NOTIFY THAT ALL AREAS BE LEFT BROOM CLEAN. RELATING TO THE SAFETY OF PERSONS EMPLOYED IN SUCH CONSTRUCTION AND MATERIALS INSTALLED UNDER THIS CONTRACT AND SHALL GUARANTEE FINISHED WORK, COMPLETE, TESTED AND READY FOR OPERATION. `Ph � THE ARCHITECT/ENGINEER. 4. ALL ITEMS NOT BEING REUSED OR RETURNED TO THE BUILDING SHALL BE OPERATIONS, THE PROVISIONS OF SUBCHAPTER TEN OF THE LABOR LAW AS THE WORK PERFORMED UNDER THIS CONTRACT FOR A PERIOD OF EIGHTEEN 5. IT IS NOT INTENDED FOR THE DRAWINGS TO SHOW EVERY WIRE, CONDUIT OR 4. THE GENERAL CONTRACTOR SHALL VERIFY ALL DIMENSIONS IN THE FIELD. REMOVED FROM THE PREMISES, AND DISCARDED OUTSIDE OF THE VILLAGE IMPLEMENTED BY THE INDUSTRIAL CODE OF THE STATE OF NEW YORK, (18) MONTHS FROM THE DATE OF COMPLETION OF HIS WORK. MINOR DETAIL AND IT IS UNDERSTOOD THAT WHILE THE DRAWINGS MUST BE / ANY DISCREPANCIES SHALL BE REPORTED TO THE ARCHITECT/ENGINEER BOUNDARY, NO STOCKPILING OF ANY MATERIALS WILL BE PERMITTED UNLESS PART 23 "PROTECTION IN CONSTRUCTION, DEMOLITION AND EXCAVATION 6. THE PLUMBING CONTRACTOR SHALL CONSULT AND COOPERATE WITH THE FOLLOWED AS CLOSELY AS FIELD CONDITIONS WILL PERMIT, THE SYSTEMS BEFORE PROCEEDING. WRITTEN AUTHORIZATION S GIVEN BY THE VILLAGE. OPERATIONS". SHALL APPLY. GENERAL CONTRACTOR, HEATING CONTRACTOR, ELECTRICAL CONTRACTOR, ETC. SHALL BE INSTALLED PROPERLY AND ACCORDING TO THE INTENT OF THE - 5. THE CONTRACTOR SHALL ASSUME RESPONSIBILITY UNRELIEVED BY REVIEW OF 5. THE CONTRACTOR SHALL REMOVE ALL WALL CONDUITS LEFT AFTER WALL 2. THE CONTRACTOR SHALL INSTITUTE AND MAINTAIN SAFETY MEASURES AND IN ORDER TO AVOD INTERFERENCE DURING INSTALLATION OF WORK. CONTRACT DOCUMENTS AND ACCORDANCE TO INDUSTRY STANDARDS AND GOOD SHOP DRAWINGS OR PERIODIC OBSERVATION OF CONSTRUCTION, FOR DEMOLITION, INCLUDING SWITCH BOXES, PLATES, BRIDGES, OR ANY OTHER PROVIDE ALL EQUIPMENT OR TEMPORARY CONSTRUCTION NECESSARY TO 7. THE PLUMBING CONTRACTOR SHALL PREPARE AND FILE ALL REQUIRED PLANS PRACTICE. COMPLIANCE WITH THE CONTRACT DOCUMENTS, FOR FABRICATION PROCESSES TELEPHONE OR ELECTRICAL WIRING AND EQUIPMENT. SAFEGUARD ALL PERSONS AND PROPERTY AFFECTED BY THE CONTRACTORS AND PERMITS WITH THE LOCAL AUTHORITIES AND SHALL PAY ALL FILING FEES 6. AT THE END OF THE CONTRACT THE CONTRACTOR SHALL PROVIDE THE OWNER . HE SHALL OBTAIN ALL WORK PERMITS AND WRITE-OFFS AS REQUIRED.AND CONSTRUCTION TECHNIQUES AND FOR SAFE CONDITIONS ON THE JOB 6. THE CONTRACTOR SHALL REMOVE ALL EXISTING FINISHED FLOORING INCLUDING OPERATIONS. AS RE Q AN UNDERWRITERS CERTIFICATE FROM AN ELECTRICAL UNDERWRITER APPROVED SITE. TILE, COMPOSITION TILE, ADHESIVES, CARPETING, TACTLESS, ETC. 3. THE CONTRACTOR SHALL PROVIDE WARNING SIGNS, FENCES AND OTHER ITEMS REQUIRED TO EXECUTE THIS WORK IN A LEGAL MANNER. BY THE AUTHORITY HAVING JURISDICTION AND PROVIDE A COPY TO THE TOWN 8. THE PLUMBING CONTRACTOR SHALL FURNISH TO THE OWNER ALL CERTIFICATES UPON COMPLE11ON OF THE INSTALLATION.AS REQUIRED FOR THE PROPER PROTECTION OF WORKMEN ENGAGED IN ..:. • 7. IN ALL AREAS WHERE DEMOLITION REMOVAL OF TILE, CARPETING, TACTLESS, � CONSTRUCTION AND FOR SEQUENCES AND PROCEDURES TO BE USED. PARTITIONS, ETC.) CAUSES AN UNEVENNESS IN THE FINISHED CONCRETE SLAB, DEMOLITION OR CONSTRUCTION OPERATIONS, THE PUBLIC AND ADJACENT OF INSURANCE REWIRED BY LAW. 7. THE ELECTRICAL CONTRACTOR SHALL COORDINATE WITH THE RESPONSIBLE 9. THE PLUMBING CONTRACTOR SHALL PURGE AND DISINFECT ALL NEW DOMESTIC TRADES TO CUT AND PATCH REPAIR ALL WALL CEILING AND FLOOR 7. IT IS THE CONTRACTORS RESPONSIBILITY TO VERIFY UTILITY LOCATIONS AS THE CONTRACTOR SHALL PATCH TO LEVEL THE SLAB TO RECEIVE NEW CONSTRUCTION. PLUMBING PIPING .AND ANY AFFECTED EXISTING PIPING, IN ACCORDANCE WITH PENE1RATlONS TO MATCH EXISTING MATERIAL AND FINISHES.WELL AS OTHER UTILITY LOCATIONS THAT MAY OR MAY NOT BE SHOWN. FINISHED FLOOR. 4. THE CONTRACTOR SHALL NOT CLOSE OR OBSTRUCT WALKWAYS, LOCATION MAP 8. ALL MATERIALS AND WORKMANSHIP SHALL BE GUARANTEED FOR A PERIOD OF 8. THE CONTRACTOR SHALL CAP AND FLUSH OFF BEHIND FINISH SURFACES ALL PASSAGEWAYS, OR STAIRWAYS. THE CONTRACTOR SHALL NOT STORE OR THE LOCAL AUTHCRITY HAVING JURISDICTION. 8. ALL FIRE RATED ASSEMBLIES MUST BE FIRE STOPPED (MINIMUM 2 HOURS); EIGHTEEN (18) MONTHS AFTER COMPLETION BY THE CONTRACTOR. THE PROJECTING PLUMBING, ELECTRICAL, TELEPHONE AND ALL OTHER PROJECTING PLACE MATERIALS IN PASSAGEWAYS, STAIRS, OR OTHER MEANS OF EGRESS. 10. THE PLUMBING CONTRACTOR SHALL INSTALL ALL PIPING CONCEALED IN WALLS SUBMIT U.L. DETAIL FOR APPROVAL. 5. NO STRUCTURE, DEVICE OR CONSTRUCTION EQUIPMENT, WHETHER PERMANENT AND OR CEILINGS UNLESS OTHERWISE INDICATED. EXPOSED PIPING SHALL BE 9• ALL MATERIALS AND EQUIPMENT SHALL BE LISTED AND INSTALLED PER THE N.T.S. CONTRACTOR SHALL BE RESPONSIBLE FOR ENSURING THE GUARANTEE. ITEMS WHICH ARE BEING ABANDONED.9. ALL MATERIALS SHALL BE NEW UNLESS OTHERWISE SHOWN. ALL 9. DEMOLITION WORK SHALL BE DONE IN STRICT CONFORMANCE WITH LOCAL OR TEMPORARY, INCLUDING ALL PARTLY OR FULLY COMPLETED ELEMENTS OR NEATLY RUN PARALLEL OR PERPENDICULAR TO WALLS AND CEILINGS. PIPING MANUFACTURER'S WRITTEN INSTRUCTIONS. WORKMANSHIP SHALL BE FIRST CLASS. AND STATE REGULATIONS. SECTIONS OF THE BUILDING, SHALL BE LOADED IN EXCESS OF ITS DESIGN ABOVE ACCESSIBLE CEILINGS SHALL ALLOW THE REMOVAL OF CEILING TILES CAPACITY. FOR PLENUM ACCESS. 10. FINISHES AND COLOR SELECTION OF MATERIALS DEVICES EQUIPMENT AND 10. ANY DEFECTIVE WORK AND DAMAGE RESULTING THE WORK SHALL BE 10. PERFORM ALL DEMOLITION WORK IN ACCORDANCE WITH THE REGULATIONS 11. THE PLUMBING CONTRACTOR SHALL MAKE ALL FINAL CONNECTIONS TO ALL FIXTURES FROM MANUFACTURERS STANDARD RANGE SHALL SELECTED AND ENGINEER: REPAIRED AND/OR REPLACED AS REQUIRED AT NO COST TO THE OWNER BY OF ANSI/NFPA 241-2013 BUILDING CONSTRUCTION AND DEMOU11ON 6. ALL BUILDING MATERIALS STORED AT THE CONSTRUCTION AREA, AND/OR IN VERIFIED BY THE OWNER. THE CONTRACTOR. OPERATIONS. THE AREA OF THE BUILDING, SHALL BE SECURED IN A LOCKED AREA. PLUMBING EQUIPMENT REGARDLESS OF WHETHER SHOWN HEREIN WITHOUT ANY 11. PROVIDE ALL REQUIRED PULL BOXES AND HARDWARE FOR ALL CONDUIT RUNS. ACCESS TO SUCH AREAS SHALL BE CONTROLLED BY THE CONTRACTOR AND ADDITIONAL COSTS TO THE OWNER. man" rRIMPT 11. ALL WORK IS TO BE PLUMB, LEVEL AND TRUE. 11. PROVIDE ALL TEMPORARY BARRICADES, RAILING, LIGHTING, ETC. REQUIRED ALL CONDUIT RUNS SHALL BE PROPERLY SUPPORTED. 12. ALL WORK SHALL BE EXECUTED IN SUCH A MANNER AS TO PROTECT THE TO PROTECT THE WORKMEN, OWNER PERSONNEL, OWNER. NO HAZARDOUS MATERIAL SHALL BE STORED ON SITE WITHOUT 12• THE PLUMBING CONTRACTOR SHALL PERFORM ALL CUTTING, EXCAVATION, AND OTHERS FROM INJURY 12. ALL EQUIPMENT SHALL BE NEW UNLESS OTHERWISE NOTED. SAFETY OF WORKMEN AND THE PUBLIC DURING CONSTRUCTION. ALL DUE TO THE DEMOLITION WORK. PROVIDE FREE AND SAFE PASSAGE OF AUTHORIZATION OF THE OWNER AND IN ACCORDANCE WITH VILLAGE BACKFILLING, ETC. AS REQUIRED FOR THE INSTALLATION OF THE WORK AND 13. BALANCE PANEL BOARDS EQUALLY OVER ALL PHASES. BARRIERS AND OTHER PRECAUTIONARY MEASURES SHALL BE ERECTED IN PERSONS TO AND FROM AREAS AND FACILITIES WHICH ARE TO REMAIN. REQUIREMENTS. SHALL PERFORM ALL FINAL PATCHING BACK TO ORIGINAL STATE, UNLESS 14. ALL EQUIPMENT INSTALLED INDOORS SHALL HAVE A NEMA 1 RATING AND ALL ACCORDANCE WITH THE AUTHORITIES HAVING JURISDICTION OR AS REQUIRED 12. PERFORM THE DEMOLITION WORK IN SUCH A MANNER AS TO PREVENT FIRES. 7. THE CONTRACTOR SHALL KEEP ALL FLAMMABLE MATERIALS TIGHTLY SEALED OTHERWISE NOTED, EQUIPMENT INSTALLED OUTDOORS SHALL HAVE A NEMA 3 RATING. RM R ALL TESTS REQUIRED BY THE R S A THE PLUMBING CON TRACTOR NTRCTOHALL PERFORM FOR SAFETY DURING THE ENTIRE CONSTRUCTION OPERATION. REMOVE ALL ACCUMULATED DEBRIS PROMPTLY. DISPOSAL BY BURNING WILL IN THE MANUFACTURES' CONTAINERS WHEN NOT IN USE. SUCH MATERIALS 1 15. PROVIDE LIQUID-TIGHT FLEXIBLE CONDUIT CONNECTIONS FOR ALL EQUIPMENT � 13. THE CONTRACTOR SHALL USE ADEQUATE NUMBERS OF SKILLED WORKMEN WHO NOT BE PERMITTED ON SITE. ALL DEBRIS SHALL BE DISPOSED OF IN A LEGAL ARE TO BE KEPT AWAY FROM HEAT. LOCAL AUTHORITIES HAVING JURISDICTION AND ARRANGE FOR ALL INSPECTIONS SUBJECT TO VIBRATION. ARE THOROUGHLY TRAINED AND EXPERIENCED IN THE NECESSARY CRAFTS WORKMANLIKE MANNER. DO NOT BURY MATERIALS ON SITE. 8. ALL FLAMMABLE MATERIALS SHALL BE USED IN AN ADEQUATELY VENTILATED AS REQUIRED AT NO ADDITIONAL COST.14. ALL NEW CONNECTIONS TO NEW AND/OR EXISTING EQUIPMENT SHALL BE 16. ALL PANEL BOARDS AND ELECTRICAL DISTRIBUTION EQUIPMENT SUPPLIED L. K. McLEAN ASSOCIATES AND WHO ARE COMPLETELY FAMILIAR WITH THE REQUIREMENTS AND METHODS 13. ALL SALVAGEABLE MATERIALS AND EQUIPMENT, INCLUDING PLUMBING FIXTURES, SPACE. PERFORMED IN ACCORDANCE WITH THE CODE AND THE EQUIPMENT UNDER THIS CONTRACT SHALL BE PROVIDED WITH PHENOLIC NAMEPLATES NEEDED FOR PROPER PERFORMANCE OF THE WORK NOTED ON THE PLANS. FURNISHINGS, AND DECOR ITEMS SHALL BE STORED AND PROTECTED FROM 9. ALL ELECTRICAL POWER SHALL BE SHUT OFF WHERE THERE IS EXPOSED INDICATING THE PANEL NAME. ENGINEERING & SURVEYING, D.P.C. 14. THE CONTRACTOR SHALL COORDINATE HIS ACTIVITIES WITH THE OWNER AND DAMAGE UNTIL THE OWNER DETERMINES THE COURSE OF ACTION TO BE TAKEN CONDUIT. MANUFACTURERS RECOMMENDATIONS.15. THE CONTRACTOR SHALL PROVIDE DEMONSTRATION AND TRAINING TO THE 17. THE ELECTRICAL CONTRACTOR AT HIS/HER DISCRETION MAY COMBINE HOME CONSULTING ENGINEERS 437 SOUTH COUNTRY RD.,BROOKHAVEN,NEW YORK 11719 ARCHITECT/ENGINEER DURING CONSTRUCTION. 14. NOTIFY AFFECTED UTILITY COMPANIES BEFORE STARTING WORK AND COMPLY 10. ALL FIRE RETARDANT TREATED WOOD SHALL COMPLY WITH NEW YORK STATE OWNER FOR ALL EQUIPMENT AND SYSTEMS INSTALLED; PROVIDE A REPORT OF RUNS. WITH THEIR REQUIREMENTS. BUILDING CODE SEC11ON 2303.2. ALL OPERATING PARAMETERS ALONG WITH A MAINTENANCE SCHEDULE PER THE 18. THE ROUTING OF CONDUITS AND LOCATIONS OF PANELS SHOWN ON THE PLANS --- 15. DO NOT DISABLE OR DISRUPT BUILDING FIRE SAFETY SYSTEMS WITHOUT PRIOR 11. ALL ELECTRICAL POWER ON THE CONSTRUCTION SITE SHALL BE SHUT OFF MANUFACTURER RECOMMENDATIONS. IS DIAGRAMMATIC ONLY AND SUBJECT TO SUCH MODIFICATIONS- WITHOUT REFLECTED CEILING NOTES WRITTEN NOTICE TO OWNER. AFTER WORKING HOURS. 16. ALL SANITARY AND STORM PIPING INSTALLED ABOVE GROUND SHALL BE CAST EXTRA COST TO THE OWNER- AS EXISTING CONDITIONS NECESSITATE. IT IS A VIOLATION OF THE LAW FOR ANY PERSON, UNLESS ACTING UNDER THE 16. PROVIDE DUST-TIGHT PARTITIONS BETWEEN AREAS WHERE DEMOLITION WORK IS 12. THE CONTRACTOR SHALL REGULARLY VERIFY THAT THERE IS NO LEAKAGE OF „ DIRECTION OF A LICENSED ARCHITECT ENGINEER,TO ALTER IN ANY WAY ANY BEING PERFORMED AND AREAS WHICH ARE FINISHED OR IN USE. NATURAL GAS IN THE BUILDING, OR ANY FLAMMABLE GAS USED IN IRON WITH NO-HUB JOINTS OR GALVANIZED WITH DRAINAGE PATTERN ITEM ON THESE DRAWINGS, IF AN ITEM BEARING THE SEAL OF AN ARCHITECT/ 1. EACH PRIME CONTRACTOR SHALL COORDINATE REFLECTED CEILING PLAN WITH 17• CONFORM TO PROCEDURES APPLICABLE WHEN DISCOVERING HAZARDOUS OR CONSTRUCTION. FITTINGS FOR SANITARY AND STORM WASTE PIPING AND MALLEABLE FITTINGS GENERAL LIGHTING NOTES ELECTRICAL, MECHANICAL, AND SPRINKLER DRAWINGS FOR OTHER WORK AND ENGINEER IS ALTERED,THE ALTERING NOTATION E A ENGINEER SHALL AFFIX TO CONTAMINATED MATERIALS. 13. CONTRACTOR HAS TO MAINTAIN ACCESS AND EMERGENCY EXITS OF THE FOR VENT LINES. HIS/HER ITEM THEIR SEAL AND THE NOTATION `ALTERED , A FOLLOWED BY APPURTENANT INSTALLATIONS WHICH MAY EFFECT THE CEILING WORK. HIS/HER SIGNATURE AND THE DATE OF SUCH ALTERATION, AND A SPECIFIC 18. CONDUCT DEMOLITION TO MINIMIZE INTERFERENCE WITH ADJACENT BUILDING AND AVAILABILITY OF ALL U11LITlES WITHOUT ANY DISRUPTION FOR 17. ALL COLD AND HOT WATER LINES SHALL BE I" COPPER TUBING WITH CAST 1. PROVIDE LIGHT FIXTURES AS SPECIFIED, IN LOCATIONS SHOWN, INSTALLED PER DESCRIPTION OF THE ALTERATION ON THE DRAWING. ' THE PLANS AND 2. SUBMIT SHOP DRAWINGS OF ALL LIGHT FIXTURES FOR APPROVAL. OCCUPANCIES. OCCUPANTS THROUGHOUT THE CONSTRUCTION PHASE. BRASS OR WROUGHT COPPER FITTINGS AND SOLDER JOINTS AS PER THE ' SPECIFICATIONS HEREIN ARE INTENDED FOR THE SUBJECT PROJECT ONLY AS A 3. THE EXACT LOCATION OF FIXTURES MAY BE MODIFIED IN FIELD AS REQUIRED 19• CEASE OPERATIONS IMMEDIATELY IF STRUCTURE APPEARS TO BE IN DANGER. 14. THE CONTRACTOR SHALL NOT DISTURB ASBESTOS OR ANY MATERIAL PLUMBING CODE. MANUFACTURES INSTRUCTIONS AND THE NEC. RESULT OF CONTRACTUAL NEGOTIATIONS BETWEEN THE OWNER AND L.K. AND AS DIRECTED BY ARCHITECT. 2. FULLY COORDINATE ALL LIGHTING FIXTURE LOCATIONS WITH ALL OTHER CEILING McLEAN ASSOCIATES, PC. THESE PLANS AND SPECIFICATIONS WILL BE THE 4. CEILING ARCHITECTURE IS ACCESSIBLE. NOTIFY ARCHITECT/ENGINEER. DO NOT RESUME OPERATIONS UNTIL DIRECTED. SUSPECTED ON CONTAINING ASBESTOS. FOLLOW THE ABATEMENT 18. ALL COLD AND HOT WATER PIPING AND FITTINGS SHALL BE COVERED WITH A MOUNTED DEVICES, WITH ALL OTHER TRADES AND WITH THE OWNER. SUBJECT OF A COPYRIGHT PETITION AND MAY NOT BE REVISED OR REUSED BY L 20. DEMOLISH IN AN ORDERLY AND CAREFUL MANNER. PROTECT EXISTING PROCEDURES REQUIRED BY THE NEW YORK STATE CODE PART 56 MINIMUM COVERING OF 1 MOLDED FIBERGLASS PIPE INSULATION WITH A 3. LIGHTING TO BE MOUNTED AND CONNECTED TO BOTTOM CHORD OF TRUSS. ANYONE WITHOUT WRITTEN AUTHORITY OF L.K.McLEAN ASSOCIATES,PC SUPPORTING STRUCTURAL MEMBERS. DEPARTMENT OF LABOR. MAXIMUM "K" FACTOR OF .24 AT A TEMPERATURE OF 75 DEGREES F. FOLLOW MANUFACTURER INSTRUCTIONS. 21. PATCH ALL EXISTING FINISHES TO REMAIN THAT ARE AFFECTED BY ADJACENT FITTINGS, VALVES AND VALVE ASSEMBLY COMPONENTS SHALL BE INSULATED 4. LIGHTING CIRCUITS ARE SHOWN FOR DESIGN INTENT ONLY. PROVIDE A NEW L.K.© McLEAN ASSOCIATES ENGINEERING &SURVEYING, D.P.C. DEMOLITION WORK NOT SPECIFICALLY INDICATED ON THE DRAWINGS. PATCHED WITH MOLDED INSULATION WITH THE SAME THERMAL CHARACTERISTICS. DEDICATED CIRCUIT WIRING BACK TO NEAREST SUB PANEL. WORK SHALL BE FINISHED AND ALIGN WITH EXISTING ADJACENT SURFACES. 19. ALL PIPE HANGERS AND SUPPORTS SHALL BE AS PER THE CODES OF NEW 5. PRIOR TO ORDERING LIGHT FIXTURES, COORDINATE REQUIREMENTS WITH THE 22. PROVIDE DEMOLITION WORK AND PROTECT THE BUILDING FROM WATER AND ACCESSIBILITY NOTES YORK STATE. OWNERS REPRESENTATIVE AND THE CONTRACT DOCUMENTS, IF DISCREPANCIES PROJECT: WEATHER PENETRATION DURING ROOF TIE-INS AND ROOF FLASHING WORK. 20. ALL NEW PLUMBINS FIXTURES SHALL BE INSTALLED WITH ANGLE STOP VALVES EXIST THE OBTAIN CLARIFICATION BEFORE PROCEEDING. LIGHT GAUGE METAL FRAMING 23. ALL DEBRIS AND ADDI1IONAL MATERIAL (DEEMED BY OWNER) SHALL BE 1. ALL DIMENSIONAL ACCESSIBLE CRITERIA TOILET DRAWINGS ARE BASED ON ICC IN THE SUPPLY LINES BELOW THE FIXTURES. 6. PROVIDE LIGHTING CONTROL WITH VARIABLE TIMED VACANCY SENSORS AT REMOVED FROM THE SITE AND DISPOSED OF PROPERLY. A117.1-2009. 21. ALL NEW FIXTURE SUPPLY PIPING AND WASTE PIPING SHALL BE CHROME SWITCH LEVEL (AUTOMATIC ON/ AUTOMATIC OFF), UNLESS OTHERWISE TOWN OF SO UTH O LD 1. ALL WORK TO BE DONE IN ACCODANCE WITH THE 2020 NYS BUILDING CODE. 24. ANY ITEM REMOVED FROM THE SPACE SHALL BE TURNED OVER TO THE OWNER 2. IN NEW CONSTRUCTION, ALL PUBLIC AND COMMON USE TOILET ROOMS ARE PLATED AND SHALL HAVE CHROME PLATED ESCUTCHEONS INSTALLED AT THE INDICATED BY THE OWNER. 2. ALL LIGHT GAUGE METAL FRAMING MEMBERS SHALL BE BY MARINO WARE OR IN UNDAMAGED CONDITION TO THE OWNER IF REQUESTED. GENERALLY REQUIRED TO BE ACCESSIBLE. PENETRATIONS THROUGH THE WALLS. „ 7. TEST OCCUPANT SENSOR CONTROL: -VERIFY THAT LIGHTING TURNS OFF SUFFOLK COUNTY, NY APPROVED EQUAL. INSTALL FRAMING IN ACCORDNACE WITH THE 3. THE ACCESSIBLE ROOMS MUST BE IDENTIFIED BY SIGNS. 22. ALL NEW VALVES SHALL BE FAIRBANKS OR EQUAL RATED AT 125 PSIG, WOG, WITH-IN THE REQUIRED TIME.- VERIFY THAT LIGHTS TURN ON TO THE MAUNUFACTURER'S STANDARD DETAILS AND SPECIFICATIONS AS WELL AS THE 4. IN ACCESSIBLE TOILET AND BATHING ROOMS, AT LEAST ONE OF EACH TYPE OF OR APPROVED EQUAL... PERMITTED LEVEL WHEN AN OCCUPANT ENTERS THE SPACE.- VERIFY THAT STEEL STUD MANUFACTURERS ASSOCIATION DETAILS (WWW.SSMA.COM) NOISE CONTROL FIXTURE AND ACCESSORY PROVIDED MUST BE ACCESSIBLE. 23. ANY HOSE BIB SHALL BE FROST-PROOF TYPE AND SUPPLIED WITH VACUUM LIGHTS ARE NOT INCORRECTLY TURNED ON BY MOVEMENT IN ADJACENT AREAS 3. PROVIDE HORIZONTAL BRIDGING AT 4 FT ON CENTER VERTICALLY IN ALL 5. A WHEELCHAIR TURNING SPACE IS REQUIRED WITHIN ACCESSIBLE TOILET AND BREAKERS. WALL HYDRANTS SHALL BE KEY OPERATED, FROST PROOF AND AND OR BY HVAC OPERATION. FRAMED WALLS. BATHING ROOMS. SUPPLIED WITH VACUUM BREAKERS, SIMILAR TO J.R. SMITH. T O 4. PROVIDE TWO 6J16 HEADERS OVER ALL OPENINGS UNLESS OTHERWISE NOTED. 1. CONSTRUCTION OPERATIONS SHALL BE CONFINED TO NORMAL WORKING HOURS: 6. DOORS ARE NOT PERMITTED TO SWING INTO THE REQUIRED CLEAR FLOOR 24. PIPE SLEEVES SHALL BE INSTALLED AT ALL PENETRATIONS THROUGH WALLS LD 5. ALL MEMBERS TO BE 20 GAGE MINIMUM. 7:30 A.M. TO 3:30 P.M., (AND AS PER LOCAL JURISDICTION), MONDAYS SPACE AT ANY FIXTURE, EXCEPT IN SINGLE-USER ROOMS, WHERE A CLEAR AND FLOORS. GENERAL POWER NOTES RECREATION CENTER 6. PROVIDE FULL HEIGHT 2X4 REINFORCING AT DOOR JAMBS. THROUGH FRIDAYS, EXCEPT NO WORK SHALL BE PERFORMED ON LEGAL FLOOR SPACE IS PROVIDED BEYOND THE SWING OF THE DOOR. 25. WATER HAMMER ELIMINATORS SHALL BE INSTALLED ON ALL DROPS IN THE 7. PROVIDE BACKER PLATE AT ALL TOILET ROOM ACCESSORIES AND PLUMBING 7. FOR ACCESSIBLE ROUTE, SEE ICCA117.1-2009. WATER LINES SERVING THE TOILET ROOMS AND OTHER AREAS. HOLIDAYS. THE CONTRACTOR SHALL OBTAIN THE WRITTEN CONSENT FROM THE 1. ALL WORK SHALL BE IN ACCORDANCE WITH THE NATIONAL ELECTRIC CODE, BAT� RO O FIXTURES PER MANUFACTURER'S INSTALLATION INSTRUCTIONS. OWNER TO PERFORM WORK AT TIMES OTHER THAN THE HOURS STATED ABOVE 26. BALL VALVES FOR WATER SYSTEM SHALL BE BRONZE BODY WITH CHROME UTILITY STANDARDS TOWN AND 2020 N.Y.S. CODES. PLATED BRONZE BALL STAINLESS STEEL HANDLE DURAFILL SEATS AND SEALS 8. BRACE TOP OF WALL 0 EXISTING ROOF STRUCTURE AS INDICATED. AND THE WORK SHALL COMPLY WITH REQUIREMENTS FOR NOISE CONTROL AS � � 2. THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING HM DOOR NOTES RATED PSIG WOG. RENOVATIONS STIPULATED IN SECTION 1207 OF NEW YORK STATE CODE. UNINTERRUPTED TEMPORARY POWER TO ALL TRADES DURING CONSTRUCTION. 27. FLOOR DRAINS SHALL INCLUDE TRAP PRIMERS. 2. THE CONTRACTOR SHALL USE ALL AVAILABLE MEANS TO MINIMIZE 28. PLUMBING FIXTURES INSTALLATION SHALL INCLUDE CARRIERS AND CLIPS AS THE ELECTRICAL CONTRACTOR SHALL MAINTAIN TEMPORARY POWER DURING CONSTRUCTION NOISE ON WEEKENDS BETWEEN 7:30 A.M. AND 3:30 P.M. 1. ALL DOOR FRAMES SHOWN NEAR INSIDE CORNERS OF WALL SHALL BE LOCATED CONSTRUCTION AND REMOVE ALL TEMPORARY POWER AT THE END OF THE NYS BUILDING CODE NOTES PER MANUFACTURER INSTRUCTIONS. THE CONTRACTOR SHALL VERIFY EXISTING 3. IF APPROVAL IS GIVEN BY THE OWNER TO WORK ON A HOLIDAY, THE A DISTANCE OF 4" FROM THE THROAT RETURN TO THE CLOSEST ADJACENT WALLS FOR VERTICAL PLUMB, FLATNESS AND STRENGTH TO INSURE PROPER CONTRACT. CONTRACTOR WILL BE RESPONSIBLE TO REIMBURSE THE OWNER FOR THE COST PERPENDICULAR PARTITION, UNLESS OTHER WISE NOTED TO ACCOMMODATE FIT, POSITIONING AND CLEARANCES. 3• THE CONTRACTOR SHALL NOT INTERRUPT THE OWNERS POWER. OF OVERTIME TO HAVE AN OWNERS REPRESENTATIVE ON SITE. ADA MANEUVERING CLEARANCES. 4. THE EXACT LOCATIONS OF THE OUTLETS AND SWITCHES SHALL BE 1. ALL WORK SHALL CONFORM TO THE REQUIREMENTS OF 2020 NEW YORK STATE 4. THE CONTRACTOR SHALL EQUIP ALL MACHINERY AND EQUIPMENT USED FOR 2. ALL WALL STOPS LOCATED IN GYPSUM WALLS SHALL HAVE METAL PLATE OR COORDINATED WITH THE OWNER PRIOR TO INSTALLATION. 970 PECONIC LANE BUILDING CODE. CONSTRUCTION WITH NOISE CONTROL DEVICES SUCH AS MUFFLERS FOR FIRE TREATED WOOD BLOCKING INSIDE THE WALL. PAINTING 5. CONFIRM AND COORDINATE FINAL ELECTRICAL REQUIREMENTS, PECONIC, NY 11958 2. BEFORE COMMENCING WORK THE CONTRACTOR SHALL PAY ALL FEES AND INTERNAL COMBUS11ON ENGINES OR OTHER SUITABLE NOISE SUPRESSORS. 3. DOORS AND FRAMES SHALL BE 14 GAGE. FRAMES SHALL BE WELDED CONNECTIONS,AND LOCATIONS WITH ACTUAL SUPPLIED EQUIPMENT. OBTAIN ALL WORK AND EQUIPMENT USE PERMITS AS REQUIRED BY THE CITY, 5. NOISE PRODUCED BY CONSTRUCTION OPERATIONS SHALL BE KEPT TO A ASSEMBLY, NO KNOCK DOWN ASSEMBLIES WILL BE ACCEPTED. 6. VERIFY AND CONFIRM RECEPTACLE SIZES AND LOCATIONS WITH OWNER AND TOWN, STATE OR FEDERAL AGENCIES HAVING JURISDICTION OVER THE WORK. MINIMUM AND SHALL BE CONSISTENT WITH REASONABLE HUMAN HEALTH 4. DOORS SHALL BE FLUSH, BOTTOM LOUVERED, 1-3/4" THICK, 16 GAGE 1. PROVIDE PAINT FINISH SYSTEMS WHEREVER PAINT IS INDICATED, SCHEDULES OR EQUIPMENT MANUFACTURER REQUIREMENTS. ALL RECEPTACLES AND 3. COMMENCEMENT OF OPERATIONS: NOTIFY IN ADVANCE THE VILLAGE OF REQUIREMENTS CONSIDERING TIME OF DAY AND LOCATION OF WORK SITE. MINIMUM, EXTRA HEAVY DUTY SEAMLESS CONSTRUCTION PER STEEL DOOR SPECIFIED. SWITCHES SHALL BE SURFACE MOUNTED ON EXISTING MASONRY UTILIZING ISSUES/REVISIONS GARDEN CITY APPOINTED REPRESENTATIVE BEFORE COMMENCING THE WORK. 6. CONTRACTOR SHALL COMPLY WITH APPLICABLE NEW YORK STATE NOISE INSTITUTE (SDI 108-2018). 2. ALL GYPSUM BOARD TO BE PAINTED. ALL EXISTING MASONRY TO BE PAINTED. NON METALLIC RIGID CONDUIT AND NONMETALLIC SURFACE MOUNTED BOXES. 4. CONCEALED SPACES WITH PARTITIONS, WALL, FLOORS, ROOFS, STAIRS, FURRING POLLUTION CONTROL REGULATIONS. 5. UNDERCUT DOOR 3/4". ROOF TRUSSES TO BE PAINTED. ROOF DECK T BE PAINTED. ALL EXPOSED 7. THE ELECTRICAL CONTRACTOR SHALL VERIFY THAT THERE IS SUFFICIENT Description No. Date PIPE SPACES, COLUMN ENCLOSURES, ETC. SHALL BE FIRE STOPPED WITH 6. COORDINATE HARDWARE WITH OWNERS REQUIREMENTS AND ACCESSIBILITY PIPING TO BE PAINTED. ALL EXPOSED SPRINKLER PIPING TO BE PAINTED PER POWER AVAILABLE FOR ALL ELECTRICAL EQUIPMENT. PERMIT RENEWAL: FINISH COLORS 1 01-10-2025 NON-COMBUSTIBLE MATERIAL THAT CAN BE SHAPED, FITTED AND NFPA REQUIREMENTS 8. PRIOR TO PRICING, ELECTRICAL CONTRACTOR SHALL VERIFY ALL ELECTRICAL PERMANENTLY SECURED IN POSITION AS PER CHAPTER 7 OF THE NEW YORK DUST CONTROL STANDARDS. HARDWARE SET TO INCLUDE 3 HINGES; MORTISE LEVER LOCKSET, 3. PAINT FINISH SHALL EXTEND FULLY TO ADJOINING NON-PAINTED SURFACES ITEMS, AND EQUIPMENT SHOWN ON THE DRAWING AND INCLUDE ITEMS AND CLOSER, SILENCERS AND WALL STOP. HER PRICING AND MASKED WITH TAPE SUCH AS WOOD OR ACOUSTICAL CEILINGS OR EQUIPMENT SHOWN ON THE DRAWING AND INCLUDE IN HIS STATE CODE. SUBMIT U.L. DETAIL FOR APPROVAL. 7. PROVIDE HARDWARE COMPONENTS AS LISTED BELOW. ALTERNATE TO SPECIFIED / 5. DUCTS, PIPES AND CONDUITS PASSING THROUGH FIRE RATED CONSTRUCTION 1. THE CONTRACTOR SHALL CONDUCT OPERATIONS AND MAINTAIN THE PROJECT ITEM WILL BE ACCEPTABLE PENDING REVIEW AND APPROVAL BY ARCHITECT. EXISTING FINISHES TO REMAIN. ANY LABOR OR MATERIALS REQUIRED FOR A COMPLETE OPERATIONAL SHALL HAVE SURROUNDING SPACES NOT EXCEEDING (1/2") IN WIDTH PACKED 4. SUBMIT AT LEAST THREE SAMPLES OF EACH PAINT COLOR ON MEDIUM SYSTEM AS PER MANUFACTURER REQUIREMENTS AND APPLICABLE CODES. SITE SO AS TO MINIMIZE THE CREATION AND DISPERSION OF DUST. DUST 7.1. BUTT HINGES TOTAL USE STANLEY #FB6199 BALL BEARING FULL MORTISE;WITH FIRE STOPPINGSHOWING THE ACTUAL COLOR AND CHEEN OF PAINT. SUBMIT MANUFACTURER'S MATERIAL APPROVED BY THE CODE AND CLOSED OFF CONTROL SHALL BE USED THROUGHOUT THE WORK AT THE SITE. OR EQUAL BY HAGER OR MCKINNEY. STAINLESS STEEL SATIN FINISH. LITERATURE AND JAL COLOR SPECIFICATIONS FOR EACH PAINT SYSTEM SPECIFIED. WITH CLOSE FITTING METAL CLOSURES. DUCTWORK PENETRATIONS SHALL BE 2• THE CONTRACTOR MUST PROVIDE CLEAN WATER, FREE FROM SALT, OIL AND 7.2. LOCK SETS STANDARD MATCH EXISTING HARDWARE BRAND HARDWARE PROTECTED BY RATED SELF CLOSING DEVICES PER 2020 NYS BUILDING CODE OTHER DELETERIOUS MATERIAL TO BE USED FOR ON-SITE DUST CONTROL. SHALL BE LEVER HANDLES TO MEET ADA. CONFIRM LOCKING 5. WHERE MANUFACTURER OTHER THAN ONE SCHEDULED. PROVIDE THE PAINT FIRE DETECTION /ALARM NOTES CHAPTER 7 AT ALL PENETRATIONS. SUBMIT U.L. DETAIL FOR APPROVAL. 3. THE CONTRACTOR SHALL SUPPLY WATER SPRAYING EQUIPMENT CAPABLE OF REQUIREMENTS WITH OWNER. MANUFACTURER'S EQUAL FOR APPROVAL. 6. THE MINIMUM FIRE RESISTANCE RATINGS (2 -HOURS) SHALL BE PROVIDED FOR ACCESSING ALL WORK AREAS. 7.3. CLOSERS USE LCN 4010 SERIES FOR PUSH SIDE MOUNTING OR APPROVED 6. EXAMINE SURFACES TO BE PAINTED AND REPORT ANY CONDITIONS THAT 1. FIRE ALARM SYSTEM NOT TO BE EFFECTED DURING CONSTRUCTION CONSTRUCTION ELEMENTS OR AS REQUIRED FOR THE CONSTRUCTION CLASS, 4. THE CONTRACTOR SHALL IMPLEMENT STRICT DUST CONTROL MEASURES. EQUAL. WOULD ADVERSELY AFFECT THE APPEARANCE OR PERFORMANCE OF THE AND AS INDICATED ON THE CERTIFICATE OF OCCUPANCY OR APPROVED 5. DURING ACTIVE`CONSTRUCTION PERIODS ON-SITE, THESE CONTROL MEASURES 7.4. WALL BUMPER USE IVES WS402CCV OR APPROVED EQUAL. PAINTING SYSTEMS AND WHICH CANNOT BE PUT INTO AN ACCEPTABLE BUILDING PERMIT ,APPLICATION. WILL GENERALLY CONSIST OF WATER APPLICATIONS THAT SHALL BE APPLIED A 7.5. MECHANICALLY FASTENED SILENCERS (3 PAIR PER SINGLE DOOR). CONDITION BY SPECIFIED SURFACE PREPARATION. PAINT APPLICATOR SHALL MINIMUM OF ONCE PER DAY DURING DRY WEATHER OR OFTEN AS REQUIRED TO 8• CONTRACTOR SHALL SUBMIT CATALOG CUTS FOR EACH ITEM. NOTIFY THE CONTRACTOR OF ANY REMEDIAL WORK REQUIRED TO THE MECHANICAL NOTES PREVENT DUST EMISSIONS. 9. MOUNT HARDWARE IN ACCORDANCE WITH THE DOOR AND HARDWARE INSTITUTE SUBSTRATE. RECOMMENDED LOCATIONS FOR BUILDERS HARDWARE FOR STANDARD STEEL 7• PRIOR TO ALL SURFACE PREPARATION AND APPLICATION OPERATIONS, DOORS AND FRAMES, UNLESS OTHERWISE NOTED. COMPLETELY MASK, REMOVE OR OTHERWISE PROTECT GLASS, FACTORY 1. ALL WORK SHALL BE IN ACCORDANCE WITH THE 2020 N.Y.S. MECHANICAL SHOP PRIME EXPOSED SURFACES OF FRAME AND DOOR SURFACES, INCLUDING FINISHED SURFACES, WOODWORK, PLUMBING FIXTURES, LIGHT FIXTURES, AND CODES. GALVANIZED SURFACES USING MANUFACTURER'S STANDARD BAKED ON RUST SIMILAR ITEMS NOT SCHEDULED TO RECEIVE PAINT FINISH. 2. THE CONTRACTOR SHALL SUBMIT CATALOG SPECIFICATION DATA AND SHOP INHIBITIVE PRIMER. 8. ALL SURFACES TO BE CLEAN, DRY AND ADEQUATELY PROTECTED FROM DRAWINGS FOR APPROVAL BY THE ARCHITECT. f DAMPNESS PRIOR TO COATING. 3. INSTALL ALL EQUIPMENT TO FACILITATE SERVICE, MAINTENANCE AND REPAIR 9. STRICTLY FOLLOW THE MANUFACTURER'S GUIDE SPECIFICATIONS FOR STORAGE, OR REPLACEMENT OF COMPONENTS. HANDLING AND APPLICATION TO MAINTAIN SATISFACTORY WORK. 4. CONNECT EQUIPMENT FOR EASE OF DISCONNECTING, WITH MINIMUM 10. APPLY PAINT FINISH IN ACCORDANCE WITH MANUFACTURE'S INSTRUCTIONS AND INTERFERENCE TO OTHER INSTALLATIONS. COVERAGE RATE. 5. FURNISH AND INSTALL ALL WALL PENETRATIONS FOR A PERMANENT WATER 11. APPLIED PAINT FINISH SHALL MATCH APPROVED SAMPLES AND SHALL BE FREE TIGHT CONDITION. STATUS: 3 OF RUNS, SAGS, AND EXCESSIVE IRREGULARITY/UNEVENNESS OF PATTERN 6. THE CONTRACTOR SHALL PERFORM TESTING, ADJUSTING AND BALANCING NOT FOR CONSTRUCTION COAT. TRANSITIONS BETWEEN COLORS AND TERMINATIONS AT ADJOINING FOR ALL NEW VENTILATION SYSTEMS. MATERIALS SHALL BE SHARP, CLEAN AND WITHOUT OVERLAPS. 7. FAN FUNCTIONAL TESTING SHALL DEMONSTRATE THE INSTALLATION AND 12. FOLLOWING APPLICATION, REMOVE ANY PAINT SPATTERS FROM ADJOINING OPERATION OF COMPONENTS, SYSTEMS AND SYSTEM TO SYSTEM INTERFACE DRAWING TITLE: SURFACES. REPAIR ANY DAMAGED OR IMPERFECT AREAS OF EACH PAINT IN ACCORDANCE TO THE CONTRACT DOCUMENTS AND MANUFACTURER 3 FINISH IN ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS. INSTALLATION DIRECTIONS. i 8. VENTILATION CONTROLS SHALL BE TESTED TO DOCUMENT THAT CONTROL DEVICES, COMPONENTS AND SYSTEMS ARE CALIBRATED AND ADJUSTED TO GENERAL � (� � � � � � NOTES - 1 � � ® �j' � � o �p fu OPERATE TO MINIMUM CODE REQUIREMENTS AND IN ACCORDANCE WITH THE I �Ij y �J u I E CONTRACT DOCUMENTS. P 9. COORDINATE VENTILATION CEILING FAN WALL CONTROLS WITH IN A COMMON GANG BOX FOR LIGHTING CONTROLS WITH THE ELECTRICAL CONTRACTOR. a� 10. COORDINATE CEILING GRILL COLOR TO MATCH THE CEILING COLOR AND Y(F* TURE: JG Design INSTALL WITH THE HUNG CEILING SYSTEM. p �. Dawn By. ]R u �� P, STEEZE, �\ Approved By: CFD Scale: AS NOTED N i m 1 o a S; i Date: ]AN. 2025 N o �` ``/- File No: 21193.000 Sheet No. o ­q 'u G N ® FULL SIZED PLOT SIZE:24"x 36" y r PROJECT LOCATION i —� a 4s" II i r 48" X ' — (="J=��J r�I 60" __ Su l I I I S I R_- / I FRONT APPROACH / I SIDE APP CH J / �� ro I 60" T TURN I // ` MIN.DIAMETER 130"X48" I � � � I L 1 3 4i3�1 124" MIN LCj �J 60"X59" 60"X59" 1 LR FLR i CLR FLR % CLR FLR -- / L lit" MIN i ° 148" X48' 1alp x X 60" I i IFRONT APPROACH( I- - - - , FRONT APPROACHI 60 _ 130"X48 / p ----i 1 DIAMETER j o I CLR FL MIN. 1 1 L - - - ' I FRONT APPROACH I FRONT APPROACH I LOCATION M A P - -I 48 X 48 i / -I - / 30"X " 30"X413" 0"X48" 3b"X48" / 1 60 T TURN F LR FLR Cp FLR I N.T.S. 1 2 " MI ! 11 " MIN 1 j I CLR CLR R ——- -- - V =— - -- -- -- - ENGINEER: I S - -- - - --- - SIGIJ - � 24" IN - - 24" MIN L_'� L_�J - „ � 5 X 60" ( I 54' X 60" " nEj' 18 MI 18 MI ;i o IDE APPROACH 1 i SIDE APPROAC 0. .I L. K. McLEAN ASSOCIATES DOOR APPROACH TURNING SPACE FIXTURE APPROACH ENGINEERING & SURVEYING, D.P.C. CONSULTING ENGINEERS 437 SOUTH COUNTRY RD.,BROOKHAVEN,NEW YORK 11719 SCALE: 1/4" = 1'-0" SCALE: 1/4" = 1'-0" 3 SCALE: 1/4" = 1'-0" IT IS A VIOLATION OF THE LAW FOR ANY PERSON, UNLESS ACTING UNDER THE DIRECTION OF A LICENSED ARCHITECT ENGINEER,TO ALTER IN ANY WAY ANY ITEM ON THESE DRAWINGS. IF AN ITEM BEARING THE SEAL OF AN ARCHITECT/ ENGINEER IS ALTERED,THE ALTERING ARCHITECT\ENGINEER SHALL AFFIX TO 42" MIN 12" A. HIS/HER ITEM THEIR SEAL AND THE NOTATION "ALTERED BY" FOLLOWED BY 16-18" HIS/HER SIGNATURE AND THE DATE OF SUCH ALTERATION, AND A SPECIFIC p DESCRIPTION OF THE ALTERATION ON THE DRAWING. ' THE PLANS AND 36 MAX 36"* p p SPECIFICATIONS HEREIN ARE INTENDED FOR THE SUBJECT PROJECT ONLY AS A 39"-41 24"* 12" 2-6 1 -6 6n 1 RESULT OF CONTRACTUAL NEGOTIATIONS BETWEEN THE OWNER AND L.K. McLEAN ASSOCIATES, PC. THESE PLANS AND SPECIFICATIONS WILL BE THE MIN. MIN. = SUBJECT OF A COPYRIGHT PETITION AND MAY NOT BE REVISED OR REUSED BY Z FLR " ANYONE WITHOUT WRITTEN AUTHORITY OF L.K.McLEAN ASSOCIATES,PC X<=24 17"-25" _°OE ° i 1 = z ©L.K. MCLEAN ASSOCIATES ENGINEERING &SURVEYING, D.P.C. e - `0 ( 30"X48" 7"-9" = IT "� e : _ " " I CLR FLR o PROJECT: _ 00 � 1 1 e e e l e I e e Z L- ---- M _ _ '� = TOWN OF SOUTHOLD co ;� �' N �, = 19" MAX I -= SUFFOLK COUNTY, NY ------------------ p p 48 EXIST. BLDG - 13.5 12" MAX 8" MIN 6" MAX 52" NEW BLDG MIN 54" MIN 11" MIN FRONT VIEW SIDE VIEW CLEAR FLOOR SPACE AT URINALS 56" MIN (WALL MOUNTED) 17"-25. S O U T H O L D 59" MIN (FLOOR SIDE WALLS REAR WALL OF STANDARD STALLS CLEAR FLOOR SPACE AT TOILETS UNTED KNEE CLEARANCES CLEAR FLOOR SPACE AT RECREATION CENTER * WHERE SPACE PERMITS LAVATORIES AND SINKS BATHROOM CODE SUMMARY HEIGHT A.F.F./LOC CODE SUMMARY HEIGHT A.F.F./LOC CODE SUMMARY HEIGHT A.F.F./LOC RENOVATIONS GRAB BARS 604.5 33" MIN./36" MAX. TO TOP RIM HEIGHT (TOP OF LAV.) 606.2 33" MIN./36" MAX. TO TOP URINAL RIM 605.2 17" MAX. A.F.F. TOILET LOCATION 604.2 16' MIN./18" MAX. TO CENTERLINE HEIGHT OF KNEE SPACE 606.2 27" MIN. AT FRONT APRON/27" MIN. AT 8" IN FROM FRONT CONTROLS 605.4 44" MAX. A.F.F. TOILET/SEAT 604.4 17" MIN./19" MAX. FRONT LAV TO TRAP 606.2 8" MIN. HORIZONTAL CLEAR FLOOR ACCESS 30" X 48" WHERE ONE WALL/PARTITION IS LESS THAN OR TOILET FLUSH VALVE 604.6 40" MAX., 10" TO WIDE SIDE TOE SPACE UNDER TRAP 606.2 9" MIN. VERTICAL 605.3 EQUAL TO 24" IN DEPTH, OR 36" X 48" WHERE BOTH 970 PECONIC LANE SURFACE MOUNTED TOILET HEIGHT OF DISPENSER OUTLET TO BE 18" MIN. A.F.F. & 11" CONTROLS 606.2 DECK MOUNT AT 34" MAX. WALLS/PARTITIONS ARE GREATER THAN 24" IN DEPTH. PECONIC, NY 11958 PAPER DISPENSER 604.7 MIN. FROM BOTTOM OF GRAB BAR. OUTLET TO BE LOCATED CLEAR SPACE 305.5 30" X 48" WITHIN AN AREA 24" MIN. - 42" MAX. FROM REAR WALL. ISSUES/REVISIONS Description No. Date TOILET DESIGN CRITERIA LAVATORY DESIGN CRITERIA URINAL DESIGN CRITERIA PERMIT RENEWAL: FINISH COLORS 1 01-10-2025 W W z o J o S I G NAG 20" MAx W � W W SIGNAG =J J ¢CC 2 J 3 L� Q (W Q O tW Z AREA OF •S..d. c/)= z zo z REF GE W Lj o0 to- IL LLI oa o LLI < 3� ono v cLAJ nc� x (W V m Q W 45' 18" MIN. � e w z m o� W C.O W O X � N X � ,� I N co 3 ¢ co eCCD CENTERED ON ------------------------------ - - CD 0 ^ p `r o M o I C (A) 10" MAX LLJ LEI " " (A) rn °'� Y o o W. 18" MIN. _ > 20 -25 STATUS: 3 > 30 MIN. CLR. HEIGHT OF TACTILE CHARACTERS ABOVE FINISH FLOOR OF GROUND LOCATION OF SIGNS AT DOORS r - NOT FOR CONSTRUCTION ci �`FLOOR SPACE FRONT VIEW (-/........... ... ...... z DRAWING TITLE: -- TABLE 603.6 0 0 � :-: � �' co`' = � io I C C / N S I l 1 7 . 1 f0 --• - e MAXIMUM REACH DEPTH 0.5 INCH 2 INCHES 5 INCHES 6 INCHES 9 INCHES 11 INCHES _-: ® ® 9 S S I := e B I L I T Y o MAXIMUM REACH HEIGHT 48 INCHES 46 INCHES 42 INCHES 40 INCHES 36 INCHES 34 INCHES - :.......:....:......:::.....:.::..:. _-:_::-_:._:-:_:-:- ._ :._._-:_._ : : _-__ ........-:: STANDARDS 0 o (B) 10" MAX > 10" - 24" (B) SEA G�%f.ORE: Design By: JG E FIGURE 308.2.1 FIGURE 308.2.2 FIGURE 308.3.1 FIGURE 308.3.2 �� Drawn By: JR (° MEN NOT IN WOMAN NOT IN UNOBSTRUCTED FORWARD REACH OBSTRUCTED HIGH FORWARD REACH UNOBSTRUCTED SIDE REACH OBSTRUCTED HIGH SIDE REACH k.0 ST Ef(f 0 Approved By: CFD N PICTOGRAM 7�7PICTOGRAM o ;'.� FIELD •: �• ��• FIELD ti 4, I Scale: AS NOTED ,,-, • • • • v� c `• I Date: JAN. 2025 In oo w r• File No: 21193.000 0 1 ao°1 l/ SAC N � 0 , Sheet No. MOUNTING HEIGHTS RESTROOM SIGNS AT DOORS AND GATES REACH RANGE DESIGN CRITERIA F E °E�"S G N ® 2 C fV FULL SIZED PLOT SIZE:24"x 36" PROJ ECT LOCATION 'J t , „ F r.r. ... / .:., :,,::. , Ss > u 7 ,::, :. ., ,. a„ .,.... ,s , 1„ rr,'� ,,,, e, .. ., E < .�•,: .... .u„> „£/ F. £F .. Rsf.... .. ..... ....., ,,.,, �/.. .. / - ,.. ......... r ... u / I Ei S ...... ,3/ ... 5 �. /:/ .....t, f y/ ...... .. , 5 S s .., s ., �•. .., .,H rrs3 rs ,., ,» << < <s<„s, s, , u,335 3•ro , :.:,, , t r \ �,f 4 f, n. # :rl.a i , r r f:lfi #r s:^ rn # c^i Y 1 y i r t rt# / » I ,11 r„ 1, / ",,, ,n, ., « ..r. ..<o: ,. ..... ... ,. ..: ,". 3 ::a:• ,,..w.,sa "" •mom,` !! o• E;,.r,u#::F4Eh. : fr { , x / r r c / a r !„�„ r rr3 .. .Jstl6t$,(f �..✓.. fz ,. ...:. ..,..... .F, .� < ,..<..^3.r. /rc> ,. / ,, >:: .: .,... 3 :,, EIR iQ „r ..... , y.c..f....nc:, .. ..... ::: :.,.. 2 ,.. '/� / '• ^..,v n. :. k :::..:,.,. -:.:F.; ::: z.F.c. .?�,/ .. .c,• .:.: ':'!'< ..,': h<F€/i ,,. ..I#.`#'te�?3,' .,:a,x<r';k i< r .. .3Y> CE`��..,. :;,,, ,.,, r' ,"�.�,�.. i € / / ����� 5� ,'.��, £F 'tY<in pp 't .,£✓€£�' � ,i^.�. } 3 .,s '``;31. ^ y LOCATION CATI O MAP ��/."'„�#:i" J r ✓,l � 5 ss^,a.Y €„��''#'i(€',#fE''s ..a.. //' Y3' �' ' ,.r 5 S / ,. r. r.. FF`€ �t N.T.S. k < 'f rlr•Y<..i� „' .;: !////?/(, , L} ,;} '" ,�'yu i' ' `�q// ;Y.3•':ah4/#�`NJ';it s /�� rr�✓/✓✓yj' //////Y7/ :(.i'^,y�n.�.sJ :.''Sf Y,_ ..zi >Z.. /':c .. ;t. ENGINEER: G d y, , r..,. _✓ :. f .. .. „'/.. ..... ..,: ...... ,.,: L 13,H s, s# r ,u ,,„r<. ,,,., .. :, s i1 tr t i \ I, t 1 J^: f 1V rpr , y r osl ra. 1/ s �II I ,Iu 111 /' a .;r I:Hr., brs#:c,' , „•a ,3,::, =y£3i i' 1, {•: I I I 1,1 lil �iI I' VI') } I:� �. /''.'`^i'i {3 f "':. .:. ,/fff,,#,_M�5'SF#'3P^C^•,.'.,c ,"�� f ,r P"" F �/„ 39Y/// .A'3f�� ,!J/H3r:: I ,�I >.. r�'t �,5 ;#,{„ �Ih„<,,,]:3 i,,• ,. #` F: r'�f,ek Y�'%�,� ,.�,. ,�/r.r. ,r I I a I'I ' I4',4?I,'l�ll � I .. .r., y} ''�3 sAJ 'a3^•.r itsg,. 'as �i. '. :.:r:. '� :nrn :.?w,: - i V :FIkK f€c M E •{' >w ', r/, Yr3`rn I�flt,:'i f /f r , \ d � I I u!I 0 1 2 #' #& a` rw Is;:I{,e.l;3, #f'r• r.�;{ ,$.:. x". Hi!# /.:_. ,I,,Y,L Ifr.,3,t•,.Yz #: ;, se€E :i) '�€ Rn>� 3 # :F4f FrY.J. flI i I, I, I 1I I I It II i,I Il I "ri I , « I II� .,i' fl. .'y:�`3. <',�, ,.1»,�> „G.•:Sci•'•s'# 1,I, ./ ruy'ssj s L,YEal :6 airs 3r<!f£k£ c €, {<#32#' I .�',.1 i{�#{ a qq'3:', .¢ ;S4k•i€e,k u✓`.,', "���Y Z:: ss#es,l,a 'E'Ew'cF•E i §• ##E ',i ::k i 3 E _', !W, f: #€<#,,{3.£^ #rs#II^ €€ II€z €£¢ fi'%k# # w 3 r••31 ,# a:yru S f ^ ,i Y Yn` f r5 y. ' J R l' f kf ,Sk�. /��� ^1 Y"`•. / h 5 q L. K. MCLEAN ASSOCIATES / ENGINEERING & SURVEYING D.P.C. CONSULTING ENGINEERS 437 SOUTH COUNTRY RD.,BROOKHAVEN,NEW YORK 11719 ONr PHOTO 1 PHOTO#2 PHOTO #3 PHOTO #4 PHOTO. PHOTO#6 PHOTO#7 PHOTO J8 IT IS A VIOLATION OF THE LAW FOR ANY PERSON, UNLESS ACTING UNDER THE DIRECTION OF A LICENSED ARCHITECT ENGINEER,TO ALTER IN ANY WAY ANY ITEM ON THESE DRAWINGS. IF AN ITEM BEARING THE SEAL OF AN ARCHITECT/ ENGINEER IS ALTERED,THE ALTERING ARCHITECT\ENGINEER SHALL AFFIX TO HISMER ITEM THEIR SEAL AND THE NOTATION "ALTERED BY" FOLLOWED BY HIS/HER SIGNATURE AND THE DATE OF SUCH ALTERATION, AND A SPECIFIC DESCRIPTION OF THE ALTERATION ON THE DRAWING. " THE PLANS AND SPECIFICATIONS HEREIN ARE INTENDED FOR THE SUBJECT PROJECT ONLY AS A RESULT OF CONTRACTUAL NEGOTIATIONS BETWEEN THE OWNER AND L.K. KEY NOTES: 1 MCLEAN ASSOCIATES, PC. THESE PLANS AND SPECIFICATIONS WILL BE THE 1 1 15 SUBJECT OF A COPYRIGHT PETITION AND MAY NOT BE RFVISED OR REUSED BY ANYONE WITHOUT WRITTEN AUTHORITY OF L.K.MCLEAN ASSOCIATES,PC REMOVEEXISTING TOILETS AND _,.._.._._..____.,m_, „- _ _..._ ___...,,,,,,.__,..__..__ _.._,,,,,,,,,,,,,,,,,,,,_,.,,,,_, ___,,.,..,.,,,_,_,.. _._,.._ _ -.....,,_.......,_..,..,,,,,,,,_,,,,.,__,_,,,_„___,__,_,..,._.,,.___.___...,,.,...,._,_,.,,.,_.,.,,_.,,.,,.,._,_..._..._,,._...,,, —M ASSOCIATED PLUMBING TYP. �"""""•" � �M 'T�'��I r""'m'µ'�""" rm '�T a�"�""" € E ,,.,,�,,,,,,,,,,,,,,,,, � L.K. MCLEAN ASSOCIATES ENGINEERING &SURVEYING D.P.C. REMOVE EXISTING URINALS AND 16 ��r -� I - - -I- - - - - - - -I- - - -1 1- - - - - - - - - - - -I- - - O � . f-� -H4ur 2 ASSOCIATED PLUMBING TYP. I I I /Q 16 , ;F, I PROJECT: REMOVE EXISTING HAND SINK AND VANITY ; _ _ _ _ _ _ E OVE EXISTING J' 4 = _ — — _ _ _ _= 1- 1 F - - -r — — -- CONCR T FLOOR SLAB I AND ASSOCIATED PLUMBING � \ � / 6 I IIF1 II I I IIIIFI I 4 £ ` TOWN OF SOUTHOLD 4 REMOVE EXISTING TOILET PARTITIONS TYP. 9 I I I _ _ _ 1 L - - -L __ __ J _ -� — — -� -�- - I �__ « 7 SUFFOLK COUNTY NY ' I I I �I I �J�` L dry,,,,, ' J L € # E VE EXISTING J L T.... „_,,,J -•... REMOVE EXISTING FIXED WALL, AND ASSOCIATED __—— _——_ I I I I I I i I I I I IPE VIF, TYP. �:::�W..-�-�r.�.-.- rj PLUMBING. DO NOT DAMAGE STACK VENT PIPING AT 6 € I � I I- - —�—�- - - -II- - ROOF PENETRATION, TYP. - II 7 I . .�.•.'_�'� I - - - Yjn2 REMOVE EXISTING CEILING GRID AND TILES I E S O UTHOLD3 � II F2I IF2 JIF1r- 3 � RECREATION CENTER 7 EXISTING LIGHT FIXTURE TO BE REMOVED AND ASSOCIATED BRANCH I I "�' I 9 II II +' II "' CIRCUIT WIRING TO BE REMOVED BACK TO SUBPANEL PP2 t ILL , H— -LINE F SAWCUT TYP. 1.,,_,,,,. BATHROOM SAWCUT AND REMOVE EXISTING SLAB, ADJUST FLOOR 8 I �/II�I n J IUI I� I IDRAIN AND SANITARY PIPE V.I.F. - - - - - - - - - - - - -I- - - - - - - - - - - t � 6 RENOVATIONSJ o ( LI— J € REMOVE EXISTING FLOOR TILE AND MUD SETTING BED /i......__,....... „ -- _. LL_ 9 DOWN TO EXISTING CONCRETE SLAB, VIF. EXISTING __. _._ _._...... ._....,._.. .� _ _ �_ _. _ _ _.. _ .,_,_..�.. "f FLOOR DRAIN TO REMAIN UNDAMAGED. A14 REMOVE EXISTING VCT FLOOR TILE DOWN TO EXISTING =c/) 6 7 12 6 c/) 10 `�- I CONCRETE SLAB, PROVIDE SAW CUT LINE AGAINST. t t i - ' 970 PECONIC LANE OUTSIDE EDGE OF NEW WALL BOTTOM TRACK, VIF. lD I ( I I I I PECONIC NY 11958 - - - - - - - - - - - - 10 13 L_ - - - - - - -- — — — — — — ......._.._,_.__._ SALVAGE EXISTING CHAIR RAIL CUT AND ALIGN WITH 1 1 NEW WALLS 14 11 ISSUES/REVISIONS �12 REMOVE AND REPLACE EXISTING T-STAY 5 SIMILAR 5 Description No. Date SIMILAR PERMIT RENEWAL: FINISH COLORS 1 01-10-2025 13 EXISTING LIGHT SWITCH BACK BOX TO REMAIN; DEMOLITION PLAN REFLECTED CEILING PLAN DEMOLITION CONCRETE FLOOR TRENCHING PLAN PHOTO LOCATION PLAN EXISTING BRANCH CIRCUIT TO REMAIN. 1 SCALE: 1/4" = 1 -0" 2 SCALE: 1/4" = 1' —on 3 SCALE: 1/4" = 1'-0" 4 SCALE: 14 REMOVE EXISTING DOOR FRAME AND HARDWARE.. 1 5 REMOVE EXISTING BASE BOARD HEATER 1 6 REMOVE EXISTING TILE FINISH AND GYPSUM BACKER. V.I.F. LEGEND: �J REMOVE EXISTING TOILET f Mali � I t REMOVE EXISTING URINAL 1 STATUS: 3 IL=I► Q II REMOVE EXISTING SINK NOT FOR CONSTRUCTION DRAWING TITLE: ( 0 I REMOVE EXISTING VANITY fu � � o REMOVE EXISTING 2X4 LIGHTING o _ _ REFERENCE RHOTOS a� FI� _ _ _ REMOVE EXISTING WALL LIGHT a SEAL RE: Design By: JG 4 FX� REMOVE EXISTING SUPPLY AIR DUCT 0���. Drawn By: JR U — — — — Scale: AS NOTED Approved By: CFD E — — — — � EXISTING BASE BOARD HEATER TO BE REMOVED a a, *..\ o try ,d , . Date: JAN. 2025 u, o File No: 21193.000 0 o �% Sheet No. F o��Ss D m e 1 FULL SIZED PLOT SIZE:24"x 36" j CEILING HEIGHT CEILING HEIGHT CEILING HEIGHT CEILING HEIGHT ' ELEV 8'-6" ELEV 8'-6" ELEV 8'-6" ELEV 8'-6" ` . .... ...,.... ........ .................. _6n HOLD CLEAR FROM PER .... wlNoow FRAME ... ............... LOCATION ... WET WALL ... . j V,LF, A7 xY � 7 TA \ TYP A A5 T A ,A TA r` q TA kA4 . TAl 00 _ 00 ^°K , _ . TA A ;. ,III FIN FLOOR TA1 r FIN FLOOR FIN FLOOR FIN FLOOR ELEV 0'-0" ELEV 0'-0 ELEV 0—0" ELEV 0'-0" MEWS INTERIOR ELEVATION MEN'S INTERIOR ELEVATION MEN'S INTERIOR ELEVATION MEWS INTER�OR�ELEVATION ' 11 SCALE: 1/4" = 1'-0" 1 SCALE: 1/4" = 1'-0" 9 SCALE: 1/4" = 1'-0" SCALE: CEILING HEIGHT ELEV 10'-0" V.I.F. CEILING HEIGHT CEILING HEIGHT CEILING HEIGHT CEILING HEIGHT VESTIBULE CEILING . f n f n f n , n ELEV 8—6 ELEV 8—6 ELEV 8—6 ELEV 8—6 HEIGHT BEYOND ,. ,. ELEV 8—0 RAISED ACRYLIC SYMBOLS LOCATION MAP ...... WET WALL N.T.S. TYP. A z ` A A ni :.... ................. ...: .. ... TA o ENGINEER: A5 A p � - _ o o .... �. .. .. .. . ... o . oLO _ > : FIN FLOOR ;: '.... ! TA1 FIN FLOOR FIN FLOOR I. FIN FLOOR FIN FLOOR A4 A6 Vn ELEV 0-0 ELEV 0-0 ELEV 0-0 ELEV 0"-0` ELEV 0'-0" WOMEN'S INTERIOR ELEVATION MEN'S INTERIOR ELEVATION WOMEN'S INTERIOR ELEVATION WOMEN'S INTERIOR ELEVATION BATHROOM ENTRANCE ELEVATION 7 SCALE: 1/4' = 1'—C" (D-SLCALE- 1/4" = 1'-0" 5 SCALE: 1/4" = 1'-0" 4 SCALE: 1/4' = 1'-0" 3 SCALE: 1/4" = 1'-0" L. K. MCLEAN ASSOCIATES ENGINEERING & SURVEYING, D.P.C. CONSULTING ENGINEERS 437 SOUTH COUNTRY RD.,BROOKH"EN,NEW YORK 11719 IT IS A VIOLATION OF THE LAW FOR ANY PERSON, UNLESS ACTING UNDER THE DIRECTION OF A LICENSED ARCHITECT ENGINEER, TO ALTER IN ANY WAY ANY ITEM ON THESE DRAWINGS. IF AN ITEM BEARING THE SEAL OF AN ARCHITECT/ ENGINEER IS ALTERED,THE ALTERING ARCHITECT\ENGINEER SHALL AFFIX TO HIS/HER ITEM THEIR SEAL AND THE NOTATION 'ALTERED BY" FOLLOWED BY HIS/HER SIGNATURE AND THE DATE OF SUCH ALTERATION, AND A SPECIFIC 12 1 1 12 KEYNOTES. DESCRIPTION OF THE ALTERATION ON THE DRAWING. " THE PLANS AND SPECIFICATIONS HEREIN ARE INTENDED FOR THE SUBJECT PROJECT ONLY AS A RESULT OF CONTRACTUAL NEGOTIATIONS BETWEEN THE OWNER AND L.K. 6'-6 " 9 '2j" NEW FLOOR MOUNTED ADA COMPLIANT SUBJEc OF AASSOCIATES, PC. THESE OPYRIG T PETITIONPLANS AND AND MAY NOT BEFICATIONS WILL BE THE REVISED OR REUSED BY `�- �`- 1 TOUCHLESS TOILET TYP. ANYONE WITHOUT WRITTEN AUTHORITY OF L.K.MCLEAN ASSOCIATES,PC NEW WALL HUNG ADA COMPLIANT ° ii, K. MCLEAN ASSOCIATES ENGINEERING &SURVEYIN P.0 i � / I I TOUCHLESS URINAL TYP. ©L G D y I-I i i �4 .0 3 NEW FRP TOILET PARTITIONS TYP. PROJECT: ° NEW ADA COMPLIANT TOUCHLESS ..-_ _ �...:.._..... . / `C _ —— — 4 INTEGRATED HAND SINK TO LD n ° 16 16 SUFFOLK COUNTY, NY LINE OF NEW WOOD CHAIR RAIL TO MATCH EXISTING 4_ // ° _4 NEW HUNG CEILING USE ROCKFON SQUARE LAY IN 3 1 / 1 MINERAL WOOL OR APPROVED EQUAL ° 3 b Ox ° .... ........ .... .... F F AND 115/16 WHITE CEILING GRID I° 6 YG S SOUTHOLD ° a NEW LED CEILING LIGHT FIXTURE - I RECREATION CENTER R NEW LED WALL LIGHT FIXTIRE ° - ... .- .................... ...� ..,....-.... ............ ... ..i. 0 BATHR 1 ELEV=8'-6" / ELEV=8'-6" 2 N Aft i j NEW WHITE SUPPLY CEILING DIFFUSER. CONNECT TO RENOVATIONS ° j N R . ° ....... WHITE ALUMINUM BY CARNES OR 9 I DUCTWORK, VIE _ FC a 4 . USE MODEL SFAB, / APPROVED EQUAL _......... . ... ......... ........ _....... °. . NEW RECESSED BABY CHANGING STATION 10 970 PECONIC LANE ° - _ _ _ - _ LER °GFC �N 9 NEW H.M. DOOR, FRAME AND HARDWAREPECONIC, NY 11958 9 ° 5 11 8 10Y. a EFD f 4 1 _ GFCI a ° ° �' ° 1 1 NEW 4' BASE BOARD HEATER TO MATCH EXISTING. � I USE SLANTFIN OR APPROVED EQUAL. V.I.F.. T ,- - E u ISSUES/REVISIONS /f F a � Description No. Date RELOCATE EXISTING LIGHT FIXTURE c., = PERMIT RENEWAL: FINISH COLORS 1 01-10-2025 4 FCl / EXISTING FIRST AID KIT SALVAGE AND REINSTALL F2 ° ,Y, 4 ADA SIGNAGE A-2.. _i. ° /�; PROVIDE NEW 150 CFM CEILING FAN AND WALL 1 1 . r 1 1 / 16 SWITCH OCCUPANCY SENSOR: 6 INCH DUCT WITH GFCI 44 ° . _ . a ° 44 PT ———— F -- T - T F HOODED WALL CAP DISCHARGE. SEE DETAIL 3/MP-1 ' BRAILLE-- — — — — — — — — — — — BAILEE - — — — — — — � °. � / .._..—._.,_.._.__........._._....... .._.� / SIGNj SIGN LEGEND: ' ELEV=8'-0" NEW GYPSUM PARTITION SEE WALL TYPES N ON SHEET A-2 I j GYPSUM PIER 6 GY M EXISTING 2'X4' LIGHTING FIXTURE "D ' PSU PIE/ i F3 F3 � � EF1 15/ ... ................ _. ........... ............. I. /.......................... ... .. ..... .......... — — INSTALL NEW 2'X4' LIGHTING; H E WILLIAMS EDGE-LIT 5 5 r —— —— — — —— — _ r — — — — — — - — F1 FLAT PANEL - 2'X4'LP-24-L50/835-QS-DIM-UNV } / IEF1 I IEF1 — — — — — — — — -- E ..... ......... � — — — — — — — — — — - / / II INSTALL NEW 6"X24" WALL LIGHTING; STATUS: /� / - -i% / - //�J 777//%/ / / ' / ' ' HDR=7'-O" /; , '! / %/ I © H.E. WILLIAMS ARCHITECTURAL WALL MOUNT - LED - 2' NOT FOR CONSTRUCTION 3 L — — — — — — — — -- — — — — — — — _ ......._.. ............ ..... .... . .... —— —— —— —— .. .. ..... ......._.. — — — — — — — —— -�I 2 WMA-2-L40/835-AF-DI M-U NV F EF1 13 13 EF1 OF3 INSTALL NEW 4"0 RECESSED LIGHTING; H E WILLIAMS mold DRAWING TITLE: 3 4PR-TL L20/835 DIM1 UNV LW OF-WH-N-F1 fu 3 CONSTRUCTION OO EFD ADJUST TO MEET NEW ra EXISTING FLOOR DRAIN; FLOOR TILE FINISHES. PLANS °o PROPOSED LIGHT SWITCH WITH VACANCY/OCCUPANCY SENSOR AND ADJUSTABLE TIMING GFCI DUPLEX GFCI RECEPTACLE S Drawn Bsign y JR fu u _..: _. .. ....- ........ ........ _.._._. -...... _ _ ...... - -.:. -_........_ DUPLEX RECEPTACLE ON NEW DEDICATED GFCI Q�4~P" Y` y: Ifu u Approved By: CFD N u CIRCUIT BACK TO SUBPANEL IN MAIN ELECTRIC N c TI 0 Date: JAN. 2025 �; " CONSTRUCTION PLAN PROPOSED RCP CLOSET � t: � -Scale: AS NOTED Ln 0 1 2 �T THERMOSTAT-REPLACE EXISTING WITH NEW ^� %V* File No: 21193.000 0 o SCALE: 1/2" = 1'-0" SCALE: 1/2" = 1'-0" PROPOSE FAN SWITCH WITH OCCUPANCY SENSOR CFN 5`�* Sheet No. °,' AND ADJUSTABLE TIMING 0 O (4 F ® 1 C / f0 FULL SIZED PLOT SIZE:24"x 36" " TOILET ACCESSORIES PROJECT , SEE INTERIOR ELEVATIONS LOCATION " # ACCESSORY MANUF. / MODEL # FINISH REMARKS '" WOOD STUD INSERT WOOD STUD INSERT SURFACE MOUNTED BOBRICK B-4221 STAINLESS STEEL SURFACE MOUNTED - SEE INT. ELEVS. " X SEAT-COVER DISPENSER / ^ EXIST. ASS/F NO 8 X 1-1 2 L EXIST.ROOF ASEMBLY NO 8 X 1-1/2" L STAINLESS STEEL FASTENER, STAINLESS STEEL FASTENER, AND CUP WASHER H.C. MIRROR BOBRICK B-165 STAINLESS STEEL SURFACE MOUNTED - SEE INT. ELEVS. AND CUP WASHER \ / / PAPER TOWEL DISPENSER ` \ \ / / CEILING HE13HT „ „ 3-1/2" X3-1/2" STAINLESS \ \ / TA3 & WASTE RECEPTACLE BOBRICK B-369 STAINLESS STEEL RECESSED - SEE INT. ELEVS. 3-1/2 X3-1/2 STAINLESS STEEL CORNER GUARD WITH \ \ / P INGVENT V.LF. STEEL CORNER GUARD WITH ^ I I ' 0 STANDARD DRILLING 6 O.C. \ \ / / FASTEN TOP TRACK TA4 TOILET TISSUE HOLDER BOBRICK B-2888 STAINLESS STEEL SURFACE MOUNTED - SEE INT. ELEVS. STANDARD DRILLING 6" O.C. AND 3 INCHES FROM EDGE \\ \\ // / I I TO EXIST CEILING . AND 3 INCHES FROM EDGE ENDWALL \ I I / 2X4 BRACING TO ROOF I 16 CORNER \ / " TA5 GRAB BARS BOBRICK B-6806 STAINLESS STEEL LENGTH 30 & 18 - SEE INT. ELEVS. " STRUCTURE 48 O.C.,VIF I I SURFACE MOUNTED SANITARY TA6 BOBRICK B-270 STAINLESS STEEL SURFACE MOUNTED - SEE INT. ELEVS. NAPKIN DISPOSAL 5/8" GYP. , TA7 HEAVY-DUTY CLOTHES HOOK BOBRICK B-211 NICKEL-PLATED WALL MOUNTED - MOUNT 48" ON INSIDE TOILET 1 WOOD STUD INSERT BACK TO BACK STUD I I STALL DOORS, TYP. 5/8" GYP. 2" ;. CEILING HEIGHT RECESSED BABY CHANGING ATCH EXIST VI - - ...: I I . _.. . __.., ELEV:9'-0" I I CEILING HEIGHT TA8 STATION KOALA KARE KB311-SSRE STAINLESS STEEL RECESSED - SEE INT. ELEVS. BOTTOM TRACK I I ELEV:8'-0" LOCATION M A P TOILET FIXTURES �" TOILET ROOM TOILET ROOM N.T.S. s HIGH BAY PRIVACY VESTIBULE SEE PROPOSED FLOOR PLAN � s 5l8"MOLD AND MOISTURE RESISTANT TYPE-X GYPSUM # FIXTURE MANUF. / MODEL # FINISH REMARKS ENGINEER: i; N BOARD BOTH SIDES ^ STEEL BACKER PLATE AT ALL TF1 WALL MOUNT SINK BRADLEY VERGE - LVQ-SERIES BRUSHED STAINLESS WALL-HUNG LAVATORY; ADA COMPLIANT • 1j" VIF 14" WALL HUNG ACCESSORIES TF2 TOUCHLESS SINK FAUCET BY BRADLEY SATIN STANLESS WALL-HUNG LAVATORY; AUTOMATIC A.C. OPERATION, ADA COMPLIANT 3-5/8"MTL.STUD 20 GA. O TOUCHLESS SINK FAUCET BELOW SINK AC POWER SUPPLY PER J01 JAMB 16"OC TYP. 3-5/8"MTL,STUD 18 GA. TF2A BY BRADLEY N/A H01 HEAD 12"OC TYP. POWER SUPPLY MANUFACTURER REQUIREMENTS TF3 SINK P-TRAP BY BRADLEY POLISHED CHROME INCLUDES CLEAN-OUT PLUG AND BRUSHED STAINLESS STEEL REMOVABLE APRON • I I , TF4 URINAL SLOAN VITREOUS CHINA yyIII� WALL HUNG; REINFORCE WALL HUNG URINAL PER L. K. McLEAN ASSOCIATES LIGHT GAGE FRAMING AND DOOR BUCK DETAILS ( I 5/8"GLASS MAT WATER I I . WASHDOWN URINAL SU-1009 MANUFACTURE INSTRUCTIONS. RESISTANT GYPSUM BACKER 518"TYPE-X LEVEL FOUR ENGINEERING & SURVEYING, D.P.C. • I I ° I I ' BOTH SIDES;LEVEL FOUR ADA COMPLIANT; AC POWER SUPPLY TOUCHESS CONSULTING ENGINEERS 437 SOUTH COUNTRY RD.,BROOKHAVEN,NEW YORK 11719 • I I • BOARD BEHIND TILE,TYP. I I : FINISH. TF5 URINAL FLUSH VALVE SLOAN ROYAL 186 ESS STAINLESS STEEL / I I OPERATION I I TF6 URINAL STRAINER KOHLER NO-K-9183 STAINLESS STEEL BEEHIVE GRATE FOR CAULKING 2" PIPE. _ 3/8"CERAMIC SUBWAY WALL I I NEW WOOD CHAIR RAIL TO TOILET BOWL KOHLER HIGHCLIFF ULTRA TOP WHITE FLOOR MOUNTED ADA COMPLIANT IT IS A VIOLATION OF THE LAW FOR ANY PERSON, UNLESS ACTING UNDER THE TILE MATCH EXISTING TF7 SPUD FLUSHOMETER BOWL DIRECTION OF A LICENSED ARCHITECT ENGINEER,TO ALTER IN ANY WAY ANY 2XIi SUBWAY TILE TOP / I I ITEM ON THESE DRAWINGS. IF AN ITEM BEARING THE SEAL OF AN ARCHITECT/ K-96057-SS BULL NOSE / I I ENGINEER IS ALTERED, THE ALTERING ARCHITECT\ENGINEER SHALL AFFIX TO KOHLER HIGHCLIFF ULTRA TOP HIS/HER ITEM THEIR SEAL AND THE NOTATION 'ALTERED BY" FOLLOWED BY / I I I I TF8 TOILET BOWL WHITE FLOOR MOUNTED NON-ADA COMPLIANT HIS/HER SIGNATURE AND THE DATE OF SUCH ALTERATION, AND A SPECIFIC / I I I I SPUD FLUSHOMETER BOWL DESCRIPTION OF THE ALTERATION ON THE DRAWING. " THE PLANS AND / I I 5-96057 SPECIFICATIONS HEREIN ARE INTENDED FOR THE SUBJECT PROJECT ONLY AS A ELECTRIC J-BOX TYP. NEW 'WALLS: J"MOLD AND / / 6" I I RESULT OF CONTRACTUAL NEGOTIATIONS BETWEEN THE OWNER AND L.K. ALIGN TO FACE OF GYPSUM �y`j" TF8.1 TOILET BOWL FLUSHOMETER SLOAN ROYAL Ill ESS STAINLESS STEEL ADA COMPLIANT; AC POWER SUPPLY TOUCHLESS McLEAN ASSOCIATES, PC. THESE PLANS AND SPECIFICATIONS WILL BE THE MOISTURE RESISTANT / a SUBJECT OF A COPYRIGHT PETITION AND MAY NOT BE REVISED OR REUSED BY GYPSUM BOARD I 7 I I „ I OPERATION ANYONE WITHOUT WRITTEN AUTHORITY OF L.K.McLEAN ASSOCIATES,PC / GYPSUM WALL FINISH / I „ I TF9 TOILET BOWL SEAT KOHLER ELONGATED WHITE OPEN FRONT SEAT WITHOUT LID 8 O COMMERCIAL HEAVY DUTY SEAT CONTINUOUS MTL.RUNNER I I 6"VINYL WALL BASE, NO-K-4731-CA ©L.K. MCLEAN ASSOCIATES ENGINEERING &SURVEYING, D.P.C. SECURED TO EXIST FLOOR I I TO MATCH EXISTING HIGH STRENGTH ACRYLIC PROJECT: POLYMER TILE ADHESIVE , / I CONTINUOUS MTL.RUNNER TOILET P A R TI TI ON /SCREEN /COM P A R TM EN TS MOUNT ACCESSORY ON / I I SECURED TO EXIST FLOOR SHIMS AND PROVIDE . / BACKER ROD AND / . I I SEALANT BOTH SIDES SEALANT AT ALL GAPS •• I SEALANT BOTH SIDES # COMPARTMENT MANUF. / MODEL # FINISH REMARKS TOWN OF S O UTH O LD / • I I � WHITE LATICRETE SPECTRA LOCK / :.o TP1 TOILET PARTITION GENERAL PARTITIONS 0381-60 FASHION GREY FLOOR MOUNTED OVERHEAD BRACED, SUFFOLK COUNTY, NY EXISTING CONCRETE FLOOR O SERIES 40 FRP PARTITION SURFACE MOUNTED GROUT, OR APPROVED EQUAL / EXISTING CONCRETE FLOOR WALL TILE / FTP2 URINAL SCREEN GENERAL PARTITIONS D381-60 FASHION GREY WALL MOUNTED 12 INCHES ABOVE WALL TYPE SERIES 40 FRP SCREEN FINISH FLOOR, CONTIUOUS CLIP WALL TYPE / SCALE:NTS 2 S O U T H O L D / SCALE:NTS FINISH SCHEDULE EXIST. STUD WALLS: FACE EXIST. TOILET ROOM ACCESSORY / RECREATION CENTER STUDS WITH J" MOLD AND MOISTURE i / RESISTANT CLASS MATT GYPSUM j;, � / # ASSEMBLY MANUF. / MODEL # FINISH REMARKS BATHROOM BOARD. j + / CT-1 EXIST CONCRETE FLOOR TRAFFIC MASTER VIGO GRI (GREY) INCH X 24 INCH HOME"�REY APPROVED EQUAL RENOVATIONS I 0 NG D GROU / M CT-1 GYP WALL WAINSCOTT DAL TILE CLASSIC COLOR WHEEL 3 INCH X 6 INCH SUBWAY WWW.DALTILE.COM OR APPROVED / TILE COLOR (0190); ARTIC WHITE NTH GREY GROUT EQUAL CT-2 GYP WALL WET WALL DAL TILE CLASSIC COLOR WHEEL 3 INCH X 6 INCH SUBWAY TILE WWW.DALTILE.COM OR APPROVED / ELECTRIC C BOX TYP.LE - COLOR (0169); WATERFALL WITH GRAY GROUT QUAL ALIGN TO FACE OF TILE 970 PECONIC LANE PT-1 NEW/EXIST GYP WALL SUBMIT MANUFACTURER STANDARD APPROVED EQUAL COLORS FOR OWNER APPROVAL PECONIC, NY 11958 15-1/4/ 15 1/4" PT-2 HM DOORS AND FRAMES; WOOD SHERWIN WILLIAMS OR SEMI-GLOSS SUBMIT MANUFACTURER STANDARD MILLWORK APPROVED EQUAL COLORS FOR OWNER APPROVAL ACCESSORY WALL INTERFACE 20 ISSUES/REVISIONS / \ Description No. Date / � PAINT SCHEDULE p / WET WALL TILE PT-1, NEW GYPSUM, TOILET ROOM. PERMIT RENEWAL: FINISH COLORS 1 01-10-2025 SUBWAY TILE STACK BOND; / '\ 3X6 SU / '* PRIMER. HIGH PERFORMANCE FINISH PRIMER ProMar 200 ZERO VOC LATEX PRIMER B28W2600 11 COURSES AT WAINSCOTT �" 82. 5s" 4s' `� IST COAT: PRO INDUSTRIAL PRE CATALYZED WATER BASED EPDXY GLOSS, B73-300 SERIES. 27 COURSES AT WET WALL / 2X6 WAINSCOTT 48„ \ 47" 2ND COAT: PRO INDUSTRIAL PRE CATALYZED WATER BASED EPDXY GLOSS, 873-300 SERIES. // TOP BULL NOSE \ 60" \ PT-2, MISCELLANEOUS METALS, DOORS AND FRAMES. 4X6 'SANITARY TILE BASE N ,\ / PRIMER: SEMI-GLOSS FINISH PRIMER; PRO INDUSTRIAL PRO CRYL UNIVERSAL PRIMER B66-310 SERIES. F1.00R TILE ON / `� IST COAT: PRO INDUSTRIAL ACRYLIC SEMI-GLOSS, B66-650 SERIES. MI=DIUM SETTING BED 2ND COAT: PRO INDUSTRIAL ACRYLIC SEMI-GLOSS, B66-650 SERIES. 18" ` 18' \ 12' 12" `12 1/2- TURN UP \ WATERPROOF MEMBRANE / AT WALLS TYPICAL / INSIDE CORNER FRONT ELEVATION SIDE ELEVATION WALL HUNG URINAL SCREEN WITH CONTINUOUS FLANGE - - - - -�- - a - - - a^ 2 CIERAMIC TILE DETAILS, WALL TOILET PARTITION ELEVATIONS ' • ' ` ' SCALE: 3" = 1'-0° SCALE: NTS STATUS: � GREY , OR APPROVED O ECTRALOCK EXISTING METAL DOOR NOT FOR CONSTRUCTION .a GROUT, OR APPROVED EQUAL ni 12 X 24 FLOOR TILE SEE FINISH SCHEDULE Q RAISE EXISTING PROFILE OF EXISTING NEW FLOOR TILE DRAWING TITLE: rn POLYMER MODIFIED HIGH MEDIUM BEAD FLOOR DRAIN, VIF FLOOR FINISH AND -- STRENGTH LARGE TILE ADHESIVE; I THRESHOLD TO BE REMOVED. BEIGE MARBLE DETAILS�i USE 4-XLT RAPID BY LATICRETE OR APPROVED EQUAL THRESHOLD REMOVE EXISTING PENNY TILE; AND D ELASTOMERIC SEALANT -}- AND DOOR THRESHOLD �IJ LIQUID RUBBER MEMBRANE; USE HYDRO BAN AT GAP ELASTOMERIC SEALANT EXISTING VCT AND SCHEDULES �I� REMOVE EXISTING MUD SETTING BED o DS -663-1021 BY LATICRETE OR APPROVED EQUAL 1 AT GAP NEW OLD LINE OF SAW CUT, �I _ —\ — — — — '1 VIF CONCRETE ON-GROUND, EXISTING CONCRETE ON-GROUND r _ �Id- Imo- EXPOSE SURFACE AS PROPER Design B JG - SUBSTRATE FOR NEW TILE S UR 9 Y $7EE1F ! Drawn By: JR - - ao u ■ r. r. r. r. I : G � 1=��� Approved By: CFD d a N o Scale: AS NOTED � o Q Q. �I� Q a i Date: - - - JAN. 2025 V v Ln o Q- Q > �` '1 File No: 21193.000 oM Sheet No. VscALE: ERAMIC TILE DETAILS, FLOOR NSF F oN^ a 6° = 1'-0° FULL SIZED PLOT SIZE:24"x 36" EXIST. ROOF ASSEMBLY, V.I.F. PROJECT: EXIST WALL CORE 6-1/2 INCH BUTYL WATER PREFABRICATED BUTYL WATER STAINLESS STEEL CAULK ALL JOINTS LOCATION DIAMETER ROUND HOLE CUTOFF TAPE HOODED WALL CAP CUTOFF TAPE COVER PLATE. SCREW IN FINAL ASSEMBLY UNISTRUT TRAPEZE; CONNECT TO , CENTIRED ON PANEL. WITH CORROSION USE SHEET METAL SCREWS MINIMUM 3 PURLJNS TYPICAL PACK ALL VOIDS WITH MINERAL RESISTANT SHEET WITH SELF SEALING ` WOOL INSULATION. METAL SCREWS AND WASHERS ; r0 THREADED ROD RUBBER WASHERS EXIST. METAL PANEL WALL ASSEMBLY, CORE CUT ROUND HOLE CENTERED BETWEEN PANEL SEAMS. V.I.F. LOCATION OF ALL ABOVE CEILING PURLINS, PRIOR TO CUTTING MINERAL WOOL INSULATION AT ANNULUS TYPICAL HOODED WALL CAP. FASTEN TO METAL PANEL PER. °u MANUFACTURER INSTRUCTIONS. SEAL BACK SIDE OF CAP k ? r FLANGE TO AGAINST METAL PANEL WITH NON-SKINNING ' BUM TAPE. SEE WALL PENETRATION DETAIL. - i 6 INCH DIAMETER ROUND DUCT. LOW PROFILE, DIRECT DRIVE CEILING EXHAUST FAN ;y. USE: GREENHECK NO� ] .SP-B150-QD, 92-160 CFM D OR APPROVED EQUAL. i d LOCATION M A P MBRA11ON ISOLATOR N.T.S. �! CEILING HEIGHT HUNG CEILING 8-C ENGINEER: EXHAUST FAN GRILLE, COLOR TO WALL PENETRATION DETAIL MATCH CEILING CE_I LI N G EXHAUST FAN L. K. MCLEAN ASSOCIATES 3 N.T.S. ENGINEERING & SURVEYING, D.P.C. CONSULTING ENGINEERS 437 SOUTH COUNTRY RD.,BROOKHAVEN,NEW YORK 11719 IT IS A VIOLATION OF THE LAW FOR ANY PERSON, UNLESS ACTING UNDER THE DIRECTION OF A LICENSED ARCHITECT ENGINEER,TO ALTER IN ANY WAY ANY ROOF 4" VENT THROUGH ROOF, VIF ITEM ON THESE DRAWINGS. IF AN ITEM BEARING THE SEAL OF AN ARCHITECT/ ENGINEER IS ALTERED,THE ALTERING ARCHITEC-R ENGINEER SHALL AFFIX TO HISMER ITEM THEIR SEAL AND THE NOTATION "ALTERED BY' FOLLOWED BY HISMER SIGNATURE AND THE DATE OF SUCH ALTERATION, AND A SPECIFIC DESCRIPTION OF THE ALTERATION ON THE DRAWING. ' THE PLANS AND SPECIFICATIONS HEREIN ARE INTENDED FOR THE SUBJECT PROJECT ONLY AS A RESULT OF CONTRACTUAL NEGOTIATIONS BETWEEN THE OWNER AND L.K. EXISTING SANITARY RISER EXISTING SANITARY VENT MCLEAN ASSOCIATES, PC. THESE PLANS AND SPECIFICATIONS WILL BE THE SUBJECT OF A COPYRIGHT PETITION AND MAY NOT BE REVISED OR REUSED BY ANYONE WITHOUT WRITTEN AUTHORITY OF L.K.MCLEAN ASSOCIATES,PC ©L.K. MCLEAN ASSOCIATES ENGINEERING &SURVEYING, D.P.C. PIPE PROJECT: 2" 2" 2" 2" 1 " PREFABRICATED RUBBER FLASHING j BOOT AND STAINLESS STEEL HOSE CLAMP TOWN OF SOUTHOLD UR UR ROOF PANEL VIF SUFFOLK COUNTY, NY VERIFY WITH SPECIFICATION VERIF" WITH SPECIFICATION LAV LAV / 1�) ®; FIELD CUT HOLE 1" MIN. LARGER THAN PIPE. ® � LOCATE ALL PIPE IN THE BROAD FLAT OF S O U T H O L PANEL; ALTERNATE VIF EXISTING HOLE WC WC WC WC --- ------� =/ RECREATION E FLOOR / �14 SCREW WITH CORROSION RESISTANT MEET C NTER FD FD / / METAL SCREWS AND RUBBER WASHERS BATHROOM If 2" 2" 2" 4" 4" 4" 4" RENOVATIONS 2" SUBSTRATE OPENING MUST BE 1" LARGER 3" 3" THAN BASE OF ROOF JACK; ALTERANT VIF EXISTING HOLE ROOF PENETRATION DETAIL 970 PECONIC LANE 4" 4" PECONIC, NY 11958 CONNECT TO EXISTING WASTE LINE. ISSUES/REVISIONS MODIFY AS REQUIRED Description No. Date PERMIT RENEWAL: FINISH COLORS 1 01-10-2025 SANITARY RISER DIAGRAM 2 N.T.S. ROOF CONNECT TO EXISTING WATER TO EXISTING PIPING AND —cW c cW cw—cw —cW—cWTcw—cw—c cw—cw—cw— VW—cW c cW—cW cW—cw 2"�IFcw cw ;k 3 3, 3 �HW-HW HW- HW-Hey-HW-HW?-HW-HW- W- W-HW- W HW-HW- W-HW-HW HW-HW 3HW- -HW U U 1 VIF = I I I TP TP 1 3 ujWHA 3 WHA I WHA I WHA I WHA WHA a WHA WHA WHA WHA STATUS: U u u LIST OF ABBREVIATIONS " _ , " ," I " I " " " " = 3 " 1" ," 1" NOT FOR CONSTRUCTION 3 ' U U' TP = TRAP PRIMER I U U U WC = WATER CLOSET DRAWING TITLE: am SHWR = SHOWER 3 I U U NOTES: FD = FLOOR DRAIN PLUMBING I 1. PROVIDE INSULATION AT ALL DOMESTIC HOT WATER PIPING UR = URINAL fu 2. PROVIDE INSULATION AND VAPOR BARRIER AT ALL COLD WATER SUPPLY PIPING HWS = HAND WASHING STATION D � G R A IVY S AND 03. PROTECT ALL INSULATED PIPING WITH PVC JACKETING LAV = LAVATORY CEILING n DF = DRINKING FOUNTAIN/BOTTLE FILLER au HB = HOSE BIB WHA = WATER HAMMER ARRESTOR Design B JG E � LAV WC UR UR LAV WC WC WC ,��' f Drawn By: JR '0 u FLOOR r,Q 4Q DO a m to Approved By: CFD p = Scale: AS NOTED T I o FD FD i Date: JAN. 2025 N a l/ 9� a File No: 21193.000 " N M ce DOMESTIC WATER RISER DIAGRAM Sheet No. O� N N.T.S. MF ® 1 r, a FULL SIZED PLOT SIZE:24"x 36" LEGAL NOTICE INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals are sought and requested for the following: "SOUTHOLD TOWN RECREATION CENTER ADA BATHROOM RENOVATIONS" Definite specifications may be obtained at the Southold Town Clerk's Office beginning January 16, 2025. PLACE OF OPENINGS: Southold Town Clerk's Office 53095 Main Road Southold,NY 11971 DATE & TIME OF OPENING: February 20, 2025 at 2:00 PM t CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME &ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions,which outline bidding rules of the Town of Southold. Upon submission of bid,it is understood that the bidder has read,fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check(payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 10:OOAM on February 4,2025 at the Southold Town Recreation Center located at 970 Peconic Lane in Peconic,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. Dated: March 29, 2022 TB Meeting Denis Noncarrow, Town Clerk STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) Denis Noncarrow, Town Clerk of the Town of Southold,New York being duly sworn, says that on the 13th day of January,2025, a notice of which the annexed printed notice is a true copy was affixed, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County,New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold,New York and the Southold Town Website: www.southoldtomma.gov Recreation Center ADA Bathroom Renov ions id enis onca Southold Town Clerk Sworn to before me on the 131h day of January, 2025 'Aw Notary Public SABRINA M BORN Notary public,State of New York No.011306317038,Suffolk CouijtV Commission Expires Dec.22,20AIe Invoice rM MEDIA GROUP Invoice number DECO2879-0034 Date of issue January 13,2025 Date due January 15,2025 Check payable to: Times Review Media Group Line count: 65 Suffolk Times Bill to 7555 Main Road sabrina.born@town.southold.ny.us PO Box 1500 Mattituck, New York 11952 United States +1631-298-3200 Ibazata@timesreview.com $81.54 USD due January 15, 2025 Pay online Confirmation Id: b47560a5 Description Qty Unit price Amount Publication date: 01/16/2025 1 $56.54 $56.54 QAC Affidavit 1 $25.00 $25.00 Subtotal $81.54 Total $81.54 Amount due $81.54 USD DECO2879-0034•$81.54 USD due January 15,2025 Page 1 of 2 Check payable to:Times Review Media Group Click this link for Ad copy: https://gacmainstorage.blob.core.windows.net/notices/NY/The_Suffolk_Tim es/Suffolk_County/Publicnotice_b47560a5.pdf Ad Text: LEGAL NOTICE INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals are sought and requested for the following "SOUTHOLD TOWN RECREATION CENTER ADA BATHROOM RENOVATIONS" Definite specifications may be obtained at the Southold Town Clerk's Office beginning January 16, 2025. PLACE OF OPENINGS Southold Town Clerk's Office 53095 Main Road Southold, NY 11971 DATE&TIME OF OPENING February 20, 2025 at 2 00 PM CONTACT PERSON Michael Collins, P.E.Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES, PLEASE PRINT ON THE FACE OF ENVELOPE 1) NAME&ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read,fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check (payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 10 OOAM on February 4, 2025 at the Southold Town Recreation Center located at 970 Peconic Lane in Peconic, New York. The Town of Southold welcomes and encourages minority and women- owned businesses to participate in the bidding process. Dated March 29, 2022 TB Meeting Den DECO2879-0034 $81.54 USD due January 15,2025 Page 2 of 2 LEGAL NOTICE INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals are sought and requested for the following: "SOUTHOLD TOWN RECREATION CENTER ADA BATHROOM RENOVATIONS" Definite specifications may be obtained at the Southold Town Clerk's Office beginning January 16,2025. PLACE OF OPENINGS: Southold Town Clerk's Office 53095 Main Road Southold,NY 11971 DATE&TIME OF OPENING: February 20,2025 at 2:00 PM CONTACT PERSON: Michael Collins,P.E. Town of Southold,631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME&ADDRESS OF BIDDER 2)BID NAME BID MUST BE ACCOMPANIED BY A 5% BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders,and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid,it is understood that the bidder has read,fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package,and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order,cash or business check(payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 10:00AM on February 4,2025 at the Southold Town Recreation Center located at 970 Peconic Lane in Peconic,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. Dated:March 29,2022 TB Meeting Denis Noncarrow,Town Clerk LEGAL NOTICE INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals are sought and requested for the following: "SOUTHOLD TOWN RECREATION CENTER ADA BATHROOM RENOVATIONS" Definite specifications may be obtained at the Southold Town Clerk's Office beginning January 16,2025. PLACE OF OPENINGS: Southold Town Clerk's Office 53095 Main Road Southold,NY 11971 DATE&TIME OF OPENING: February 20,2025 at 2:00 PM CONTACT PERSON: Michael Collins, P.E. Town of Southold,631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME&ADDRESS OF BIDDER 2)BID NAME BID MUST BE ACCOMPANIED BY A 5% BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications,Instructions to Bidders,and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid,it is understood that the bidder has read,fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package,and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order,cash or business check(payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 10:00AM on February 4,2025 at the Southold Town Recreation Center located at 970 Peconic Lane in Peconic,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. Dated: March 29,2022 TB Meeting Denis Noncarrow,Town Clerk TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 /FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "SOUTHOLD TOWN RECREATION CENTER ADA BATHROOM RENOVATIONS" Definite specifications may be obtained at the Southold Town Clerk's Office beginning January 16, 2025. PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD February 20, 2025 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD,NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check(payable to the Town of Southold). A non-mandatory_pre-bidder's conference will be held at 10:00AM on February 4, 2025 at the Southold Town Recreation Center located at 970 Peconic Lane in Peconic,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to-participate in the bidding process.