HomeMy WebLinkAboutTransfer Station Contract AI~;LIZAIgETH A. NEVILLE
TOV~'N C LEIIlK
S,_,ttthold, New York
E~t_x ~ ~:~ 1, 765-~ 14~5
Telel}[1,Jlle ~ ~a 1 ,
soutcholdtown.nvr t htbrk, net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 437 OF 2005
WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BO)dID
ON JULY 12, 2005:
RESOLVED, that the Town Board of the Town of Southold hereby accepts the bid of Robbins
and Cowan Inc. in the amount of $2~929~972.58~ as part of the renovation of the Solid
Waste Management District Transfer Station, as modified in accordance with the
recommendations of L.K. McLean Associates, P.C., as reflected in thc attached Memorandum
(See resolution V436 attachment), and authorizes and directs SupetMsor Joshua Y. H'~rton to
sigm an agreement with Robbins and Cowan Inc. effectuating the acceptance of such bid and
completion of such work, subject to the approval of the Town Attorney.
Elizabeth A. Neville
Southold Town Clerk
Robbins & Cowam [uc.
179 New ~/'ol'k Avenue
Hnntington. New York 1 1743
Att: John A. Robbins, President
Jnly 19, 2005
CO P'r'
Re;
Town of Southold: Transfer Station Expansion & Site lmprovemefits
Notice of Award - Contract "A'
LKMA Project #: 04050.000
Dear Mr. Robbins:
As Consulting Engineers to the Town of Southold, our office has attached Town Board Resolution No.
436 of 2005 adopted on Jnly 12, 2005 thus awarding Contract "A' of the above referenced project to
Robbins & Cowan. As you are aware, the Town of Southold has deleted some of the"items associated
with Contract "A" in order to meet the budget limitation on the project (please refer to the attached Bid
Breakdown for Contract "A" for details}. The bid amount received on April 21, 2005 was decreased from
$3,457,956.00 to $2,929,972.58.
The Town of Southold is eager to commence construction on this project and expects to procure an
executed a~-eement with )'our office as soon as possible. Our office is in the process of conforming the
bid proposals submitted on the bid date (April 21, 2005~ to reflect the modifications to the awarded items.
Once the copies are made by our office we will coordinate the signing of the Contract Agl'eement within
the contbnned copies for distribution to all involved parties. Please prepare to furnish the Town of
Southold Clerk's Office with all necessary bonding and insurance documents as defined in the
Instructions to Bidders within the Contract Specifications. The Bid Security furnished by your office shall
be returned upon filing'approval of the Performance Bond and completion of ten percent (10%) of the
work under the contract. Attached you will find a cop)' of the Resolution adopted on Jul,',' 12, 2005 by the
Town.
Once again, our office appreciates your prompt attention to the contract requirements for a contract to be
fully executed between your office and the Town of Southold. Once all conformed copies are prepared
and contract requirements are furnished by your office, the Town will review all contract documents and
schedule a contract signing with your office. Upon completing all contract procurement procedures, the
Town of Southold will schedule a Pre-Construction Meeting with all involved parties.
If xou. should have any questions regarding this correspondence, please do not hesitate to contact this
office directly.
CFD:cfd
Enc. (2) Bid Breakdown Spreadsheet, Iown Resolntion
CC: Southold Town Board Members w/enc
Patricia Finnegan, Southold Town Attorney w/enc.
LICMA File Copy w/enc.
Very truly, yours,
Cln'istophet: E. Dxvyer --
Associate
L
TOWN OF SOUTHOLD
SOUTHOLD TOWN LANDFILL
"TRANSFER STATION AND RESIDENTIAL DROP-OFF"
CONSTRUCTION SPECIFICATION
SOUTHOLD, SUFFOLK COUNTY. NEW YORK
LKMA Project No: 04050.00
Prepared For:
TOXkqq OF SOUTHOLD
53095 Main Road
Southold. New York 11971
Contract A
MARCH 2005
Prepared B}':
L.K. McLEAN ASSOCIATES, P.C.
Consulting Engineers
437 South Country Road
Brookhaven, New York 1 l 719
(631) 286-8668
TABLE OF CONTENTS
SOUTHOLD TOWN LANDFILL
TRANSFER STATION AND RESIDENTIAL DROP-OFF
Title Page
Invitation to Bid
Table of Contents
Instructions to Bidders
NYS Wage Rates
Standard Insurance Requirements
General Conditions
Conditions of Contract
Proposal Form Package
Qualification of Bidders
Contract Agreement
Questions Page
Specifications
General Construction Drawings (Separate)
Site Electrical Drawings (Separate)
Fire Well Drawing (Separate)
Sanitary Drawings (Separate)
Waste Oil Tank Permit Drawings (Separate)
Water Distribution Drawing (Separate)
Boring Plan & Logs ISeparate)
IB-I thru IB-6
SIR-1 thru SIR.2
GC-1 thru G-C. 12
CC-1 thru CC-20
Proposal Form Package 1.-22
QS-1 thru QS4
A-1 thru A-3
Q-1
Divisions 1 -Division 16
1 of 41 thru41of41
E-1 thru E-3
FW-1
S-1 thru S-3
W-1 and W-2
WD-1
B-1 tb_m B-3
TOWN OF SOUTHOLD
53095 MAIN ROAD,· SOUTHOLD, NEW YORK 11971'
PHONE: 631-765-1938 / FAX:.631-765-3136
INVITATION TO BID
NOTICE IS HEREBY GIVEN THAT SEALEDPROPOSALS ARE SOUGHT AND
REQUESTED FOR THE FOLLOWING:
BID NAME: SOUTHOLD TOWN LANDFILL - "TRANSFER STATION AND
RESIDENTIAL DROP-OFF"
Definite specifications may be obtained at the Southold Town Clerk's Office beginning
MARCH 24; 2005
PLACE OF OPENING: DATE OF OPENING:r TIME OF. OPENING:
TOWN OF SOUTHOLD APRIL 21, 2005 10:00 AM
TOWN CLERKS OFFICE
53095 MAIN ROAD
SOUTHOLD, NY 11971
CONTACT PERSON: Christopher F. Dwyer.
L;K. McLean Associates, 63%286-8668 (X245)
VENDORS MUST SUBMIT BID IN SEALED ENVELOPE.
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 $50.00 will be charged for plans and specifications. Payment
can be made by either money order, cash or check (payable to the Town of Southold).
A non-mandatory pre-bidder's conference will be held at 11:00am on April 7, 2005 at the
Southold Town Landfill in Cutchogue (Route 48 & Cox Lane).
The Town of Southold welcomes and encourages minority and women-owned
businesses to participate in the bidding process.
INSTRUCTIONS TO BIDDERS
INDEX
})
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
18.
19.
Receipt and Opening of Bids
Form, Preparation and Presentation of Proposal
Bid Security
Qualifications of Bidders
Rej ecfion of Bids
Bidders Responsibility
Construction Tcu-ms and Conditions
Security for Faith_fid Performance
Bid Reservations
Non-Collusive Statement
Addenda and Interpretations
Method of Award
Single Price Bid Analysis
Municipal Exempt Status
Labor Law
Wage Rates
Insurance Required by the Town of Southold
Quantifies
MBE\WBE-EEO Requirements
· )
INSTRUCTIONS TO BIDDERS
1. RECEIPT AND OPENING OF BIDS
The Town of Southold invites bids on the forms herein provided for the Town of Southold
Transfer Station and Residential Drop-off Facility construction in Southold, New York. Sealed
bids shall be received by the Town Clerk of the Town of Southold at 53095 Main Road,
Southold, New York no later than 10:00 AM prevailing time on Thursday, April 21, 2005 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 del/very, 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 Clerk shall be completely ~led in, in black ink or
typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices
must be filed 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 f'dled in on the bid proposal form may be
disqua:lified 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 until ill/rig and approval of the Performance Bond and until completion of
five percent (5%) of the work under the Contract.
· r lB-2
INSTRUCTIONS TO BIDDERS
CO) The successful bidder, upon Iris failure or refusal to execute and deliver the Contract and
bonds 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 t/me 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 ii' 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.
CO) 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.
Co) No representation is made as to the existence or nonexistence of groundwater, xvhich 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 judgement as to
the nature and mount 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 faihire 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 enfomed.
8. SECURITY FOR FAITHFUL PERFORMANCE AND MAINTENANCE
The successful bidder shall be required to execute a Performance Bond equal to one hundred
percent (100%) of the amount bid, such bonds to be executed by a New York licensed insurance
carrier/surety company with an A rating or better from A.M. Best & Co. and acceptable to the
Owner; or bonds secured by collateral; or securities approved by the Owner. The Performance
Bend shall be written so as to remain in full force and effect as a maintenance bond for a period
of not less than one (1) year after the date of final acceptance of the work.
The successful bidder, upon failure to execute and deliver the bonds required within ten (10)
days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such
failure or refusal, the security deposited with his bid, and he will be liable for and he agrees to
pay to the Owner on demand, the difference between the price bid and the price for which such
contract shall subsequently be relet including the cost of such reletting less the amount of such
deposit. No plea of mistake in such accepted bid shall be available to the bidder for recovery of
his deposit or as a defense to any action upon accepted bid unless said mistake can be proven by
documentary evidence acceptable to the Town.
After approval of the bonds and execution of the Conlzact and after ten (10) percent of the work
has been completed, the bid security accompanying the bid will be returned.
0,1)
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 Town Clerk.
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 writ'mg to the Clerk Town of Southold 53095 Route 25 P.O. Box 1179
Southold, N.Y. 11971, and to be given any coasideration, 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 EXEMt'T STATUS
The Town is exempt fi:om the payment of Federal, State and local taxes. Taxes must not be
included in proposal prices.
113-5
INSTRUCTIONS TO BIDDERS
15. LABOR LAW
The Contractor and each and every subcontractor performing work at the site of the project to
wkich th/s 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/Umbrel~a Insurance '
(d)Workmen% Compensation Insurance
(e) 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 trait prices quoted.
19. MBE/XVBE-EE O RE QUIREMENTS
This contract is subject'to the provisions of Article 15-A of the Executive Law. Therefore, the
winning bidder may be required to submit an 1V[BE/WBE Equal Employment Opportunity
Program and a Utilization Program within ten days of being notified of award, and make good
faith efforts to achieve goals established by the Town of Southold and the New York State
Enviromnental Facilities Corporation for the participation of various business enterprises as Sub-
Contractors and Suppliers on the Contract will be required.
IB-6
ADDENDUM NO. 1
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
SOUTHOLD TOWN LANDFILL - TRANSFER STATION & RESIDENTIAL DROPOFF"
TO: ALL Contractors
FROM: L.K. McLean Associates, P.C.
DATE: March 28, 2005
Acknoxvledge receipt of this Addendum No. 1 by inserting its number and date in the place
provided for same in the Proposal Package 7 of 22. Failure to do so may subject the bidder to
disqualification. This addendum forms part of the Contract Documents and modifies them as
follows:
Proposal Package
Please note the following clarification:
On Page 2 of 22 within the Section of the Contract Specifications titled" Proposal Package", the
2nd checklist item "A Bid Deposit in the amount of Ten Percent of Bid Price as required in the
Invitation to Bid" shall be changed to read "A Bid Deposit in the amount of Five Percent of Bid
Price as required in the Invitation to Bid"
ADDENDUM NO. 1 - Page 1 of 1
ADDENDUM NO. 2
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
SOUTHOLD TO~VN LANDFILL - TRANSFER STATION & RESIDENTIAL DROPOFF"
TO:
ALL Contractors
FROM:
L.K. McLean Associates, P.C.
DATE: March 29, 2005
Acknowledge receipt of this Addendum No. 2 by inserting its number and date in the place
provided for same in the Proposal Package 7 of 22. Failure to do so may subject the bidder to
disqualification. This addendum forms part of the Contract Documents and modifies them as
follo~vs:
Proposal Package
Please note the following clarification:
The itemized proposal forms in the Proposal Package, specifically pages 8 through 15, shall be
completed for all interested in bidding the Contract A - General Construction of the Project. The
total amount of Items 1 through 45 shall be used for the purpose of determining the lowest
responsible bidder for Contract "A". The following page, Proposal Package 16 of 22, is
altemate items associated with Contract "A". The sole purpose of filling out the three Add-
Alternate Items, A1 through A3, is for the Town to receive pricing on each item and not to be
used in determining Contract "A". The Town shall decide whether or not to award those items to
the lowest responsible bidders of Contract "A". Item A1 would be used to substitute for Item 41
(see Item 41 's Notes 1 & 2 for measurement and payment) of the Contract "A' while Items A2
and A3 are additional items (add-on's) to the Contract "A". All three (3) contracts, Contract
",4 '- General Construction, Contract "C" - Plumbing Construction and Contract "D" -
Electrical Construction of the project shall be awarded separately by the Town.
· ADDENDUM NO. I - Page I of 1
ADDENDUM NO. 3
TO~VN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
SOUTHOLD TOWN LANDFILL - TRANSFER STATION & RESIDENTIAL DROPOFF'
TO:
ALL Contractors
FROM:
L.K. McLean Associates, P.C.
DATE: April 8, 2005
Acknowledge receipt of this Addendum No. 3 by inserting its number and date in the place
provided for same in the Proposal Package 7 of 22. Failure to do so may subject the bidder to
disqualification. This addendum forms part of the Contract Documents and modifies them as
follows:
Di~ion 2
Please note the following clarification:
In Division 2 - Site Work on page 3 of 67 under the section titled "ITEMS TO BE SALVAGED
FOR REUSE BY THE TOWN" part "D" needs to be excluded from the bid specification
document. The To~m no longer intends to salvage the structural members of the existing
building. Therefore, any additional language in the contract that indicates the To~xm's intentions
to salvage parts of the existing building is not applicable or binding to the contracted work.
In "Division 2 - Site Work" on page 2 of 67 under the section titled "DEMOLITION
DESCRIPTION AND DETAILS" part "A" specifically the second sentence where it states "All
materials and debris to be demolished shall be removed and disposed of off-site" shall be
changed to read "All materials and debris to be demolished shall be removed and disposed of
off-site with the exception of removed and segregated metal (steel, aluminum, etc..) and debris.
The Contractor shall dispose of the specified materials on-site to a location determined by the
Owner (either in containers or a staging area within the landfill property). All material shall
be reduced to a maximum length of 20' with ali other dimensions reduced in a manner to fit
inside of standard 40 cubic yard roll-off containers."
Metal Building wall sections
Please note the following change to the building sections:
The rigid flame is "flush" with the outside edge of the foundation wall with the wall girts mounted
between the columns as shown on the follo~4ng sketch.
ADDENDUM NO. 1 - Page 1 of 1
·
ADDENDUM NO. 4
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
SOUTHOLD TOWN LANDFILL - TRANSFER STATION & RESIDENTIAL DROPOFF"
TO:
ALL Contractors
FROM:
L.K. McLean Associates, P.C.
DATE: April 13, 2005
Acknowledge receipt of this Addendum No. 4 by inserting its number and date in the place
provided for same in the Proposal Package 7 of 22. Failure to do so may subject the bidder to
disqualification. This addendum forms part of the Contract Documents and modifies them as
follows:
Please note the following clarification:
In the Proposal Package - under Pay Item A1 "Modified Domestic Water SenSce 3" SDR 9
HDPE" within the "Description of Item" column the unit should read "LS" instead of"LF".
In the Proposal Package - under Pay Item A1 "Modified Domestic Water Service 3" SDR 9
HDPE' within the terms of payment No. 1 and No. 2 should read:
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and
specifications and as approved by the Engineer.
2. All costs associated with layout, earthwork, excavation, backfilling, installation of
main service piping, distribution branch service piping, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according
to the plans, specifications and/or as directed by the Engineer shall be included in
the unit price bid for this Item.
In the Proposal Package - under Pay Item No. 1 for Contracts A, C and D within the terms of
pa3anent specifically No. 2 it should read" Payment for this item will be made in three (3)
pa)xnents" instead of"Payment for this item will be made in ~'o (2) payments".
In Division I - General Requirements - Section 01590 - the General Contractor under Contract
"A" shall furnish the Engineer's Office (complete with utilities and furnishings).
In Division 1 - General Requirements - Section 01500 -
~' the Electrical Contractor under Contract "D" is responsible for the installation of the
proposed Temporary Electrical service and metering at the proposed transfer station
~ the General Contractor under Contract "A" shall pay for all temporat3r electrical power
usage at this meter
~ the General Contractor under Contract "A" shall furnish Telephone Service
ADDENDUM NO. 1 -Page l of 2
ADDENDUM NO. 4
the Plumbing Contractor under Contract "C" shall furnish Temporary. Water Service as
specified
the General Contractor under Contract "A" shall furnish Temporary Sanitary. Facilities.
In the Proposal Package - under Contract A - General Construction ~ Pay Items 37, 38 and 39,
and Contract D - Electrical Construction - Pay Item 4 - the General Contractor is to provide
complete un-energized systems including all associated conduit and wiring. The Electrical
Contractor is to tie in, or energize the systems installed by the General Contractor.
In the Proposal Package - under Contract A - General Construction - Pa3' Item 41 "Domestic
Water Service - Complete" the General Contractor is to supply and install the specified items to
the building footprint and leave a 10 foot coil for the Plumbing Contractor to complete the
plumbing connections.
Drawing WD-1 does not show the water distribution piping in the "Site Plan". Refer to Drawing
S-4 for the plan view of the water distribution piping.
Disconnection of Utilities - the Electrical Contractor is responsible for disconnecting the
electrical power at the existing transfer station. This electrical power can be used to feed the
proposed temporary electrical service and metering (the Electrical Contractor's responsibility) at
the proposed transfer station. The General Contractor shall pay for all temporary electrical power
usage at this meter. The General Contractor is responsible for all other utility, disconnects. This
includes electrical power at the buildings to be relocated.
In Division 2 - Site Work - Section 02050 "Demolition" - the General Contractor under
Contract "A' shall include disposal fees.
ADDENDUM NO. I - Page 2 of 2
ADDENDUM NO. 5
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
SOUTHOLD TOWN LANDFILL - TRANSFER STATION & RESIDENTIAL DROPOFF"
TO: ALL Contractors
FROM: L.K. McLean Associates, P.C.
DATE: April 18, 2005
Acknoxvledge receipt of this Addendum No. 5 by inserting its number and date in the place
provided for same in the Proposal Package 7 of 22. Failure to do so may subject the bidder to
disqualification. This addendum forms part of the Contract Documents and modifies them as
follows:
Please note the following clarification:
Drawing 14 - Weigh Facility Plan & Details
Section A-A - The foundation wall and footing derail should have the same
reinforcement as shown in Section B-B (directly below). A vertical tie of#4 ever), 18" on
center extending from the footing into the xvall with two (2) #4 bars continuous through
the length of the poured footing.
All concrete shall have a compressive strength of 4,000 PSI at 28 days.
Drawing 15 - Site Weigh Scale Details: note the following
Plan Viexv for Scale Foundation: Change scale from 1" = 6' to l" = 8'
The approach ramps shall be reduced to 20' long (typical of 4) and 30' overall length. All
footing, elevations and slab information will remain the same.
Section A-A: Change scale from 1" = 5' to l' = 6'
All concrete shall have a compressive strength of 4,000 PSI at 28 days.
Drawing 17 - Gas Venting Plan & Details
In the End View of the Gas Migration Trench Extension Detail (bottom of sheet) the
width of the trench should be 3'-0" minimum.
The stone aggregate used to surround the slotted and solid PVC pipe should be sub-
angular stone furnished by the Oxvner.
ADDENDUM NO. 1 - Page l of 2
ADDENDUM NO. 5
Dra~ving 40 - Site Details
All structural concrete and concrete used to manufacture drainage structures shall have a
compressive strength of 4,000 PSI at 28 days.
Drawing E-1 - Electric Site Plan
The feeders for the New 600 Amp Trans S and the MBP Panel shall be 4-500 MCM in 4"
conduit.
Emergency lights are called out in Spec. Section 16510, Item 3, and page 24 of 36.
Site lighting, all poles shall be single head only - no t~vo head poles.
Reconnection of the generator shall be to the proposed Mechanical Room ~vithin the
Transfer Station and location of the MBP Panel.
ADDENDUM NO. 1 - Page 2 of 2
ADDENDUM NO. 6
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
SOUTHOLD TOWN LANDFILL - TRANSFER STATION & RESIDENTIAL DROPOFF"
TO: ALL Contractors
FROM: L.K. McLean Associates, P.C.
DATE: April 20, 2005
Acknowledge receipt, of this Addendum No. 6 by inserting its number and date in the place
provided for same in the Proposal Package 7 of 22. Failure to do so may subject the bidder to
disqualification. This addendum forms part of the Contract Documents and modifies them as
follows:
Please note the following clarification:
Drawing E-I & E-2- Site Electric
The feeders for the New 600 Amp Trans S and the MBP Panel shall be two (2) sets of 4-
350 MCM in 4" conduit.
For the emergency generator, the intent is to provide emergency power to the Scalehouse,
Information Booth and Administration Trailer during poxver outages.
· ADDENDUM NO. 6 - Page I of 1
NEN YORK STATE DEPARTMENT OF LABOR
BUREAU OF PUBLIC HORK
STATE OFFICE CAMPUS, BLDG. 12
ALBANY, NY 122q0
SCHEDULE 200q
Date 02/15/05
TOHN OF SOUTHOLB
CHRISTOPHER F. DNYER, ASSOC.
L.K. MCLEAN ASSOCIATE,P.C,
q37 SOUTH COUNTRY ROAD
BROOKHAVEN NY I1719
PRC 0502031 SUFFOLK COUNTY
Location and Type of Project
PROJECT ID #: NONE
SOUTHOLD TRANSFER STATION
S RESIDENTIAL DROPOFF
ROUTE ~8, MIDDLE ROAD
TOHN OF SOUTHOLD
In response to your request, enclosed is ~he schedule of ~he prevailing
hourly wage rates and the prevailing hourly supplements for the above
prodect, ~oge~her wi~h copies of the Notice of Contract Let (PH-16) for
THE SCHEDULE MUST BE ANNEXED TO AND FORM A PART OF THE SPECIFICATIONS
FOR THIS PROJECT HHEN IT IS ADVERTISED FOR BIDS.
These schedules have been p~epared and forwarded in accordance with
Article 8 of ~he NYS Labor Law, which provides tha~ i~ shall be the
duty of ±he fiscal officer ~o ascertain and determine ~he schedules
of supplements ~o be provided and wages ~o be paid to workers, laborers
and mechanics employed on public work projectsz and to file such
schedules Ni~h the Oepar±ment having jurisdiction.
This schedule is effective from July 1, 200~ through June 30, 2005. Ail
updates, corrections and future copies of the annual determination are
available on the Department s website (www.labor.state.ny.us).
The attached rates are based on the lates~ information available to the
Department of Labor, Bureau of Public Hork. Care should be taken to
review the rates for obvious errors. Any corrections should be brought
~o the Department s attention immediately. It is the responsibility of
~he public work .contractor to use the proper rate. If there is a
question on ~he proper classification to be used, please call the
district office located neares~ the project.
O1
NOTICE TO CONTRACTING AGENCIES:
Upon cancellation or'completion of this project, enter the necessary
information and return this page to:
New York State Departmen~ of Labor
Bureau of Public Hork
State Office Campus, Bldg. 12
Albany~ NY 122~0
PROJECT HAS BEEN COMPLETED/CANCELLED=
Date
Signature
Title
For additional information, contact our local District Offices:
Albany (518) q57-Z7q~ Syracuse (315) fi28-~056
Binghamton (607) 72~-8005 Rochester (716) 258-~505
Buffalo (716) 8q7-7159 Utica ($15) 79~-251~
Garden City (516) ZZ8-3915 Hhi~e Plains (9lq) 997-9507
Ne~ York City (21~) 352-~0B8
PH-200 (6-03)
GENERAL PROVISIONS OF LAMS COVERING WORKERS ON PUBLIC HORK CONTRACTS
INTRODUCTION
The Labor Law requires public work contractors and subcontractors to pay
laborers, workers or mechanics employed in the performance of a public
work contract not less than the prevailing rate of wage and supplements
· (fringe benefits) in the iocalit¥ where the work is performed.
RESPONSIBILITIES OF THE DEPARTMENT OF JURISDICTION
A Department of Jurisdiction (Contracting Agency) include's a state
department, ·agency, board or commission; a county, city, town or village.
a school district~ board of education or board of cooperative educational
services; a sewer, water, fire, improvement and other district corporation;
a public benefit corporation; and a public authority awarding a public work
contract.
The Department of Jurisdiction (Contracting Agency) awarding a public work
contract MUST obtain a Prevailing Rate Schedule listing the hourly rates of
wages and supplements due the workers to be employed on a public work
project. This scheduie may be obtained by completing and forwarding a
Request for Hege and Supplement Information form [PN-39) to the Bureau
Public Hork. The Prevailing Rate Schedule MUST be included in the
specifications for the contract to be awarded end is deemed pan~ of the public
work contract.
· Upon the awarding of the contract, the law requires that the Department of
Jurisdiction [Contracting Agency) furnish the following in.formation to 'the
Bureau: the name and address of the contractor, the date the contract was
let and the approximate dollar value of the contract. To facilitate
compliance with this provision of the Labor Law, a copy of the Department's
Notice of Contract Let form (PH-16) is provided with the original Prevailing
Rate Schedule.
The Department of Jurisdiction (Contracting Agency) is required to' notify the
Bureau of the completion or cancellation of any public work pro~ect. The
Oeoar~ment's PH-200 form is provided for that purpose.
HOUrs
No laborer, worker or mechanic in the employ of a contractor or subcontractor
engaged in the performance of any public work project shall be permitted to
work more than eight hours in any day or more than five days in any week.
e×cept in cases of extraordinary emergency. The contractor and the Department
of Jurisdiction (Contracting Agency) may appIy to the Bureau of Public Mork
for a dispensation permitting workers to work additional hours or days per week
on a particular public, work pro~ect. ·
HAGES AND SUPPLEMENTS
The wages and supplements to be paid and/or provided to laborers, workers and
mechanics employed on a public work pro~ect shall be not be ieee than those
listed in the current Prevailing Rate Schedule for the locality where the work
is performed. If a prime contractor on a public work project has not been
provided with a Prevailing Rate Schedule, the contractor must notify the
Department of Jurisdiction (Contracting Agency) who in turn must request an
original Prevailing Rate Schedule from the:
New York S~ate Department of Labor
Bureau of Public Hork
State Office Campus~ 81dg. 12
Albany, NY 12240
'Upon receiving the original schedule, the Department of Jurisdiction
(Contracting Agency) is required to provide complete copies to all prime
contractors who in turn must provide copies to each subcontractor and
obtain an affidavit certifying such schedule was received.
Page 1
The Commissioner of Labor makes an annual determination of the prevailing
rates. This determination is in effect from July 1 thru June 30 of the
following year. The annual determine±ion is available on the Department o+
Labor webszte (wH~.~abor.skate.nv.us). The prime contractor is required by
law ko provide coples of ali applicable counky schedules to each subcontractor
and ko obkain from each and every subconkractor an affidavik cerkifying khak
such schedules were received. If the original schedule expired, khe contractor
may obtain a copy of the new annual determination from the Department's
websike.
PAYROLLS AND PAYROLL RECORDS.
Every contractor and subcontrackor must keep original payrolls or transcripts
subscribed and affirmed as krue under penalty of perjury. Payrolls must
be maintained for at leask khree years from the project s date of completion.
A± a minimum, payroiIs musk show khe following information for each person
empIoyed on a public work project:
~ Name
~ Classification(s) in which khe worker was empIoyed
~ Hourly wage rate(s) paid
M Supplements paid or provided
~ Daily. and weekly number of hours worked in each classification,
Every conkractor and subconkrackor shall submit
Jurisdickion (Contracting Agency), within khirty (~0) days after issuance of
its first payroll and avery thirty
original payrolls, subscribed and affirmed as krue under penalky of perjury.
The Department of Jurisdiction (Conkracting Agency) shall receive and
maintain such payrolls.
In addition, the Commissioner of Labor may require contrackors to furnish,
~ikhin ten days of a request, payroll records sworn to as kheir validity
and accuracy for public Nork and private work. Payroll records include, but
are nok iimiked to, time cards, work description sheets, proo~ that
supp.lemenks were provided, cancelled payroll checks and payrolls. Failure to
provide the requesked information within the allotted ken days wiii result in
the Nikhhoiding of up ~o 25~ of the contract, not to exceed one hundred
khousand dollars. If the contractor or subconkractor does not maintain a place
of business in New York State and the amount of the contract exceeds $25,000,
payroll records and cerkificakions must be kept on the project worksite.
The prime contractor is responsible for any underpayments of prevailing ~ages
or suppiemenks by any subconkractor.
Ail contractors or their subcontractors shall provide to kheir subcontrackors
a copy of the Prevailing Rate Schedule specified in khe public Hork contrac±
as weii as any subsequenkiy issued schedules. A failure ko provide these
schedules by a contractor or subcontractor is a vioiakion of Article B of ~he
Labor Law. See Seckion
Ali subcontractors engaged by a public work gro~ect contrackor or its
subconkractor, upon receipk of the original schedule and any subsequently
issued schedules, shall provide to such contractor a verified statement
attesting that khe subcontractor has received the Prevailing Rate Schedule
and ~ili pay or provide khe applicable rates o~ wages and supplements
specified therein. See Section 2ZO-a.
~ETERMINATION OF PREVAILING HAGE AND SUPPLEMENT RATE UPDATES APPLICABLE TO ALL
UUNI£~5
The we~es and supplements contained in the annual dekerminakion become
effectzve Ju~y 1st whether or not the new determination has been received by a
given contractor. Care shouid be kaken to review the rates for obvious errors.
Any corrections should be broughk ko the Deparkment~s attention immediately. It
is the responsibility of the public Hork conkractor to use the proper rates.
If there is a question on khe proper classification to be used, please call
the district office locakad nearesk the project. Any enrors in the annual
determinakion wilI be correcked and posked to the Deparkment~s website on the
first business day of each month. Conkrackors are responsible for paying these
updated rates as well, rekroactiva to July 1st.
Hhen you review the schedule for a particular occupation, your attention
should be directed to the dakes above the column of rates. These are the
dates for which a given set of rakes is effective. To the exkent possible, the
Page
Department posts 'rates in its possession that cover periods of time beyond the
July 1st to June ~Oth time frame covered by a particular annual determznation.
Rates that extend beyond that instant time period are informationai only and
may be updated in future annual determinations that actuaiiy cover the then
appropriate July 1st to June ~Oth time period. '
HITHHOLDING OF PAYMENTS
Hhen a complaint is filed with the Commissioner of Labor alleging the failure
of a contractor or subcontractor to pay or provide the prevailing wages or
supplements, or when the Commissioner of Labor believes that unpaid wages or
supplements may be due, payments on the public work contract shaI1 be withheld
from the prime contractor zn a sufficient amount to satisfy the alleged unpaid
wages and supplements, including interest and civil penalty, pending a final
determination. ·
Hhen the Bureau of Public Hork finds that a contractor or subcontractor on a
public work project ~ailed to pay or provide the requisite prevailing wages or
supplements, the Bureau is aUthOrized by Sections 220-b and 255.2 of the Labor
Law to so notify the financial officer of the Department of Jurisdiction
(Contracting Agency) that awarded the public work contract. Such officer MUST
then withhold or cause to be withheld from any payment due the prime contractor
on account of such contract the amount indicated by the Bureau as sufficient to
satisfy the unpaid wages and supplements~ including interest and any civil
penalty that may be assessed by the Commzssioner of Labor. The withholding
continues until there is a final determination of the underpayment by the
Commissioner of Labor or by the court in the event a legal proceeding is
instituted for review of the determination of the Commissioner of Labor.
The Department of Jurisdiction [Contracting Agency) shall comply with this
order of the Commissioner of Labor or of the court with respect to the release
of ~he ~unds so withheld. -
SUMMARY OF NOTICE POSTING REQUIREMENTS
The current Prevailing Rate Schedule must be posted in a prominent and .
accessible place on the site of the public work pro~ect..The prevailing wage
schedule must be encased in, or constructed of, materials capable of
withstanding adverse weather conditions and be titled "PREVAILING RATE OF
HAGES" in letters no smaller than two (2) inches by two (2) inches.
Every employer providing workers~ compensation insurance and disability
benefits must post notices of such coverage in the format prescribed by the
Horkers~ Compensation Board in a conspicuous place on the ~obsite.
Every employer sub~ect to the New York State Human Rights Law must
conspicuousiy post at its offices, places of employment, or employment
training centers notices furnished by the State Division of Human Rights.
Employers liable for contributions under the Unemployment Insurance Law must
conspzcuously post on the 5obsite notices furnished by the New York State
Department of Labor.
Employees cannot be paid apprentice rates unless they are individuaily
registered in a program registered with the New York State Commissioner of
Labor. The allowable ratio of apprentices to ~ourneyworkers in any craft
classification can be no greater than the statewide building trade ratios
promulgated by the Department of Labor and included with the Prevailing Rate
Scheduze. An employee listed on a payroll as an apprentice who is not
registered as above or is performing work outside the classification of work
for which the apprentice is indentured~ must be paid the prevailing
~ourneyworker's wage rate for the classification of work the employee is
actually performing.
Article 8.of the New York State Labor Law requires that only apprentices
individually registered with the New York State Department of Labor may be paid
apprenticeship rates on a public work pro~ect. No other Federal or State Agency
or office registers apprentices in New York S~a~e.
Page
Persons Nishing to verify the apprentice registration of any person must do so
in writing to ~he:
New York State Department of Labor
Office of Employability Development/Apprenticeship Training
S~ate Office Campus, Bldg. 12
Albany, NY 12240
Fax (518) 457-7154
All requests for verification must include the name and social security number
of the person for Nhom Aha information is reques%ed.
The only conclusive proof of individual apprentice registra±ion is Hri~ten
verification from the Albany Apprenticeship Training'Central Office. Neither
Federal nor State Apprenticeship Training offices outside Albany can provide
conclusive regis±ration information.
It should be no,ed ~hat ~he exis±ence of a registered apprenticeship program is
not conclusive proof ~ha± any person is registered in tha~ program.
Furthermore, the exis%ence or possession of walle~ cards, iden%ification cards
or copies of s~a%e forms is not conclusive proof of ~he registration of any
person as an apprentice.
INTEREST AND PENALTIES
In the event ±hat an underpayment of wages and/or supplemen±s is found:
~ Interest shall be assessed at the rate ~hen in effect, as prescribed by
~he Superin~enden~ of Banks pursuant to section 14-a of the Banking La~,
per annum from the date of underpayment ~o %he date res±itu±ion is
made.
~ A Civil Penalty may also be assessed, not %o exceed 25~ of the total of
wages, supplements and interest due.
DEBARMENT
Any con~ractor or subcon%ractor and/or i±s successor sha~! be ineligible to
submit a bid on or be aHarded any public Hork con~ract or subcontract with any
state, municipal corporation or public body for a period of five years when:
w THO Hillfu1 determinations have been rendered against that contractor or
subcontractor and/or its successor within any consecu±ive six-year
period.
~ There is any Hillfu1 de%ermina±ion ~hat involves the falsification of
payroll records or the kickback of wages or supplements.
CRIMINAL SANCTIONS
Willful violations of the Prevailing Wage Law (Article 8 of the Labor LaH)
constitute a misdemeanor punishable by fine or imprisonment, or bo~h.
OISCRININATION
No employee or applicant for employment may be discriminated against on account
of age, race, creed, color, national origin, sex, disabili%y or marital status.
No contractor, subcontractor nor any person acting on its behalf, shall by
reason of race, creed, color, disability, sex or national origin discriminate
against any citizen of %he Sta~e of Ne~ York who is oualified and available ±o
perform the work to which the employment relates. See Section 220-e(a).
No contractor, subcontractor nor any person ac~ing on its behal+, shall in an~,
manner, discriminate against or intimidate any employee on account of race,
creed, color, disabili%y, sex or national origin. See Section 228-e(b).
The Human Rights Law also orohibits discrimination in employment because o~
age, marital s~atus or religion.
Page
There may be deducGed from Ghe emounG Payeble to the contractor under the
dontrect a penalty of fifGy dollars for each calendar day during which such
person ~as discriminated againsG or inGimidaGed in violation of the provisions
of Ghe contract. See eecGion 220-e(c).
The contract may be cancelled or terminaGed by Ghe StaGe or municipaliGy. All
monies due or to become due thereunder may be forfeited for a second or any
subsequenG violaGion of Ghe terms or condiGions of Ghe anGi-discriminetion
secGions of the'contracG. See Section
Every employer sub,ecG Go the HaH York State Human Eights Law must
conspicuously posG aG iGs offices, places of employmenG, or employmenG training
centers notices furnished by the State Division of Human RighGs.
HORKERS~ COMPENSATION
In accordance HiGh Section lq2 of Ghe StaGe Finance LaH~ the contractor shall
maintain coverage during Ghe life of the conGract for Ghe benefit of such
employees as required by Ghe provisions of the NeH York SGate Horkers~
CompensaGion LaH.
A ConGractor Hho is aHerded a public work conGracG must provide proof
woPker$~ compensation coverage prior to being alloHed Go begin work.
The insurance policy musG be issued by a company authorized to provide Horkers~
compeneaGion coverage in NeH York StaGe. Proof of coverage must be on form
C-105.2 (CertificaGe of Horkers Compensation Insurance) and must name this
agency as a certificaGe holder.
If NaN York StaGe coverage is added to an existing out-o.f-sGaGa policy, iG can
only be added to a policy from a company auGhorized to Hrite workers!
compensation coverage in Ghie state. The coverage must be lisGed under item 3A
o~ Gbe informaGion page.
The conGracGor musG maintain proof that subcontracGors doing HoPE covered under
this conGract secured and mainGained a workers~ compeneaGion policy for all
employees Horking in New York
Every employer providing workers compensaGion insurance and disability
benefiGs mueG posG noGices of such coverage in Ghe format prescribed by the
Horkers~ CompensaGion Board in a conspicuous place on
UNEMPLOYMENT INSURANCE
Employers liable for contributions under Ghe Unemployment Insurance LaH must
conspicuously posG on Ghe ~obsite notices furnished by Ghe NeH York State
DepartmenG of Labor. . · '
PH-203 [6/01) Page 5
TOHN OF SOUTHOLD
NEW YORK STATE DEPARTMENT OF LABOR
Bureau of Public Work
State Office Campus, Bldg. 12
Albany, NY 12240
CHRISTOPHER F. DNYER, ASSOC.
L.K. I'~LEAN ASSOC[ATE,P.C.
457 SOUTH COUNTRY ROAD
BROOKHAVEN NY 11719
SUFFOLK COUNTY
AGY. OF J[~IS. = TONN
NAT. OF PROJECT= NEH BUILDING
Schedule Type
Date O2/lS/OS
Prevailing Rate Case No.
PROJECT ~D R= NONE
SOUTHOLD TRANSFER STATION
& RESiDENTiAL DROPOFF
ROUTE 48, HIDDLE ROAD
Copies of the wage and supplement schedule for the Public Work project identified above are enclosed herewith.
Sec. 220.3a of the Labor Law requires that certain information be furnished to the Commissioner of Labor.
Accordingly, you MUST complete ONE of these requests for EACH pdme contract let immediately upon
notifying a successful bidder for this Public Work project. Photocopy as many blank forms as required to
supply one for each contractor.
Return this request to the address given above
[] Project CANCELLED, POSTPONED or assigned to agency's own employees. If reactivated, new rates and
· supplements will be requested.
[] CONTRACT AWARDED: (check one and indicate date of first legal instrdment which bound agency to contract.)
[] Letter of Intent [] Contract Signed [] Resolution
Work to be done by this pdme contractor:
Type of Contract: CHECK APPLICABLE TYPE
[] (01) General Construction [] (02) HeatingNentilation [] (03) Electrical
[] (04) Plumbing [] (05) Other
Contractor Information: ALL INFORMATION MUST BE SUPPLIED
Federal Employer Identification Number:
Name:
CONTRACTOR'S TELEPHONE #:
( ) -
Address:
City: State: Zip:
Amount of Contract
Approximate Completion Date: /
Estimated Date Entire Project Wilt be Completed:
Approximate Starting Date:
/ /
/ /
CONTRACTS NOT YET AWARDED
Type of Contract (Check all applicable contract types)
[] (01) General Construction
[] (04) Plumbing
Signature
[] (02) HeatingNentitation
[] (05) Other
[] (03) Electrical
Date
Page 01
Prevailing· Rate ScheduIe
New York State Department of Labor
.................................. Casa Number ..................................
0502031
SUFFOLK 200q
Suffolk County GeneraI Construction Rates
Prevailing Nape Rates for 07/01/0q - 06/30/05
INFORMATION ABOUT PREVAILING RATE SCHEDULE
This information is provided to assist you in the interpretation of particular
requiremen*s for each classification of worker contained in the attached
Schedule of Prevailing Rates.
CLASSIFICATION
It is the duty of the Commissioner of Labor to make the proper classification
of Horkers taking into account whether the work is heavy and highway, building,
sewer and water, tunnel work, or residential, and to make a determination of
wages and supplements to be paid or~rovided. It is the responsibility of the
public work contractor to use the proper rate. If there is a question on the
proper classification to be used, please caii the district office located
nearest the probect. District office locations and phone numbers are
listed below.
PAID HOLIDAYS
Paid Holidays are days for which an eligible employee receives a regular day's
pay, but is not required to perform work. If an employee works on a day listed
as a paid holiday, this remuneration is in addition to payment of the required
prevailing rate for the work actually performed.
OVERTIME
Overtime holiday pay is the premium pay that is required.foP work performed on
specified holidays. It is only required where the employee actually performs
work on such holidays.
The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate
of pay for these covered holidays can be found in the OVERTIME PAY section
listings for each classification.
SUPPLEMENTAL BENEFITS
Particular attention shouId be given ~o the supplemental benefit requirements.
Although .in most cases the payment or provision of supplements is for each
hour worked, some classifications require the payment or provision of
supplements for each hour paid (inc[uding paid holidays on which no work is
performed) and/or may require supplements to be paid or provided at a premium
rate for premium hours'worked.
EFFECTIVE DATES
Hhen you revieH the schedule for a particular occupation, your attention
should be directed to the dates above the column of rates. These ape the
dates for Hhich a given set of rates is effective. The rate listed is valid
until the next effective rate change or until the nan annual determination
which takes effect on July 1 of each year. All contractors and
subcontractors are required to pay the current prevailing rates of wages and
supplements. If you have any questions please contact the Bureau of Public
Hork or visit the New York State Department of Labor website
(HHH.labor.state.ny.us) for current Hage rate information.
APPRENTICE TRAININS RATIOS
The following are the allowable ratios of registered Apprentices to Journey-
workers.
For example, the ratio i:l,l:3 indicates the allowable initial ratio is one
Apprentice to one Journeyworker. The Journeyworker must be in place on the
pro~ect before an Apprentice is allowed. Then three additional Journeyworkers
Prevailing Rate Schedule
New York State Department of Labor
.................................. Case Number ...................................
0502051
SUFFOLK 2004
are needed before a second Apprentice is allowed, The last ratio repea±s
indefini±ely. Therefore, three more JourneyHorkers mus~ be presen± before a
third Appren±ice can be hired, and so on.
Please call Appren±ice Training Central Office at (5lB) ~57-6B20 if you have
any questions.
Title (Trade) Ratio
Boilermaker
Mason
Carpan±er
Electrical (Ou±side) Lineman
Electrician (Inside)
Elavator/Escala*or Construction & Modernizer
Glazier
Insulation A Asbestos Worker
Iron Worker
Laborer
Op Engineer
Painter
Plumber A Steamfitter
Roofer
Sheet Metal Worker
Sprinkler Fit±er
l~l~l:q
l:l,l:q
l:l,l:q
1:1,1:2
1:1,1:5
1:1,1:2
l:l,l:q
1:1,1:6
1:1,1:3
1:1,1:5
1:1,I:3
I:l,l:Z
1:1,1:2
1:1,1:3
1:1,1:2
Bureau of Public Work - Albany
Bureau of Public Work .Bingham±on
Bureau of Public Work Buffalo
Bureau of Public Work - Garden City
Bureau of ?ublic Work Nam York Czty
Bureau of Public Work - Rochester
Bureau of Public Work - Syracuse
Bureau of Public Work - Utica
Bureau of Public Work - White Plains
Bureau of Public Work - Can±tel Office
If you have any questions concerning the at±ached schedule or mould like
additional information, please contact the nearest BUREAU of PUBLIC WORK
District Office or mri±e to:
Nam York S*a~e Depar~men± of Labor
Bureau of Public Work
State Office Campus, Bldg. 12
Albany, NY 122~0
District Office Locations: Telephone # FAX #
518-q57-27~ 518-qB5-02~0
607-721-8005 607-721-B00~
716-8q7-7159 716-8q7-7650
516-~8-3915 516-79~-5518
212-552-6088 212-352-6580
585-258-~505 585-258-q708
315-~28-~056 315-~28-q671
315-793-231~ 515-793-251~
91~-997-9507 91Q-997-9523
518-q57-5589 518~q85-1870
(7/01/200~) NOTES Admin.
OVERTIME/HOLIDAY CODES
OVERTIME
Following is an explana±ion of ±he code(s) listed in ±he OVERTIME section
each classification contained in ±he attached schedule. Addi±ional
requirements may also be listed in ±he HOLIDAY section.
A ) Time and one half of the hourly rate after 7 hours per day.
AA) Time and one half of the hourly rate after 7 and one half hours
per day.
B ) Time and one half of the hourly rata after 8 hours per day.
0,>
Page
Prevailing Rate Scheduie
New York State Department of Labor
.................................. Case Number ..................................
0502031
SUFFOLK ZO0~
(Bi) Time and one half of Aha hourly rate for Aha 9th A lOth hours
week days and the isa B hours on SaAurday. Double the hourly rate
for all addiAional hours.
( C ) Double the hourly raAe al±er 7 hours peF day.
C1) Double Aha hourly reAe afAer 7 and obe half hours per day.
D)
Double the hourly raAe afAer 8 hours per day.
D1) Double the hourly rate after 9 hours per day.
((E )El) Time and one half of the hourly rate on SeAurday.
Time and one half 1st 4 hours on SaAurday. Double the hourly rate
all addiAional Saturday hours.
(E2) SaAurday may be used as a make-up day at sAraighA time when a day
is losA during AhaA week due to inclemenA weaAher.
ES) BeAween NovemBer ist and March Srd Saturday may be used as a make-up
day aA sAraight time when a day is losA during Ahat week due
inclemenA weather, provided a given employee has worked
and 32 hours Ahat week.
E4) SaAurday and Sunday may be used as a make-up day aA straighA time
when a day is iosA during Ahat week due Ag inclement
F Time and one half of the hourly raAe on SaAurdey and Sunday.
G Time and one half of Aha hourly rate on SaAurday and Holidays.
Time and one half of the hourly rate on Saturday, Sunday, and Holidays.
Time and one half of the hourly rate on Sunday.
d Time and one half of Aha hourly raAe on Sunday and Holidays.
Time and one half of the hourly rate on Holidays.
Double the hourly rate on SeAurday.
Doubie the houriy raAe on Saturday and Sunday.
Doubie the hourly rate on SaAurday and Hoiidays.
Double the hourly rate on Saturday, Sunday, and Holidays.
Double the hourly rate on Sunday.
il)Two and one half times the hourly rate for Holidays, if worked.
Double the hourly rate on Sunday and Holidays.
Double Aha hourly rate on Holidays.
Two and one half times the hourly rate the firsA 8 hours on Sunday or
Holidays. 'One and one half times Aha hourly raAa all addiAional hours.
Four Aimes the hourly rate for Holidays, if worked.
~ Triple the hourly raAe for Holidays, if worked.
$
) Including benefiAs aA SAME PREMIUM as shown for overAime.
H ) Time and one half for benefiAs on all overAime hours.
NOTE:BENEFITS are PER HOUR HORKEB,for each hour worked, unless otherwise noAed
HOLIDAYS
PAID Holidays:
Paid Holidays are days for which mn eligible employee receives a regular day's
pay, buA is noA required to perform work. If an employee works on a day lisAed
as a paid holiday, this remuneraAion is in addition Ao paymenA of the required
prevailing raAe for Ahe work actually performed,
OVERTIME Holiday Pay:
OverAime holiday pay is the premium pay Ahat is required for work performed on
specified holidays, It is only required where Aha employee actually performs
work on such holidays, The applicable holidays are lisAed under HOLIOAYS:
OVERTIME, The required.rate of pay for these covered holidays can be found in
the OVERTIME PAY secAion lisAings for each classificaAion,
Following is an explanation of ±he code(s) lisAed in Aha HOLIDAY section of
each classificaAion contained in Aha atAeched schedule, The Holidays as lisAed
below are Ag be paid aA the wage rates aA which Aha employee is normally
classified,
( 1 ) None,
( 2 ) Labor Day.
01¸
Page 06
Prevailing Re±e Schedule
New York S~ate Department of Labor
.................................. Case Number ...................................
0502051
SUFFOLK 200q
.................................................................................
Memorial Oay end Labor Oay.
Memorial Day end July 4th.
Memorial Day, July 4th, and Labor Day.
i Lincoln's Birthday, Washington's Birthday, and Veterans Day.
New Year's Day, Thanksgiving Day, and Christmas Day.
Good Friday.
Lincoln's Birthday,
10 Weshington~s Birthday.
11 Columbus Cay.
12 Election Cay.
Presidential Election Day.
14 172 Day on Presidential Election Day.
15 Veterans Oey.
16 Day after Thanksgiving Day.
17 JuIy 4th.
lB 172 Day before Christmas Gay.
172 Day before New Years Day.
20 Thanksgivin~ Day.
21 New Year's uey.
22 Christmas Day.
Day before Chris±mas.
Day before New Year's Day.
25 Presidents' Day.
26 Martin Luther King, Jr. Bay.
................................................................................
Asbestos Worker
NASSAU COUNTY: Entire County
SUFFOLK COUNTY: Entire County
NEW YORK CITY: Entire 5 Boroughs
WAGES: (per hour)
1/02/05
Asbestos Worker/ Insuletor ....... $41.81
(Insulating Only)
1/03/05-
6130105
$41.56
OVERTIME: .... See C, O, V ) ON OVERTIME PAGE.
HOLIDAY:
Paid: ........ See 1 ) ON HOLIDAY PAGE.
Over±ime: .... See ( SM, 6, 11, 15, 16, 25, 26 ) on HOLIDAY PAGE.
For Rem./Abatement: See ( 1 ) on HOLIDAY PAGE.
~ When working on Labor Day ~riple (3) ±ime is paid.
APPRENTICES:( 1 )yeer terms at the following percentage of Journeyman's
rates.
1st 2nd 3rd 4th
40% 60% 70% 80%
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman .............. $ 21.74 $ 23.86
Apprentices ............. Same % as Same % as
wages of wages of
$ 21.74 $ 23.86
WAGES (per hour) 7/01/04
R'emoval S Abatement only~ ...... $ 24.45
~ Page 05
Prevailing Ra~e Schedule
New York S~a~e Depar~men~ of Labor
.................. ~ ............... Cese Number ..................................
0502031
SUFFOLK 200~
nM On mechanical systems .~ha~ are NOT ~o be scrapped. ALL
o~her removal or abe~emen~ refer ~o Building Laborer Ca~agory
Excep~ for Re-Roofing refer ~o Roofer Category.
OVERTIME: See (B) ON OVERTIME PAGE.
HOLIDAYS:
Paid: See ( I ) ON HOLIDAY PAGE.
Overtime: See ( 5, 6, ~ ) on HOLIDAY PAGE.
~ Eas~er is paid a~ ~ime and one-half if Horked.
APPRENTICES: 1000 hour ±erm$ a~ ~he following percentage of
ls~ 2nd ard ~±h
78% 80% 8~% 89%
SUPPLEMENTAL BENEFITS: (per hour worked)
Rem & Aba~emen~ .......... $ 7.I0
9-i2a
Boilermaker
DUTCHESS COUNTY: Entire County
NASSAU COUNTY: Entire County
NEH YORK CITY: Entire 5 Boroughs
ORANGE COUNTY: Entire County
PUTNAM COUNTY: Entire County
ROCKLAND COUNTY: Entire Coun±y
SUFFOLK COUNTY: Entire County
SULLIVAN COUNTY: Entire County
ULSTER COUNTY: Entire County
NESTCHESTER COUNTY: Entire County
WAGES: [per hour)
7-01-0~- i-Oi-05-
12-51-0q B-$1-05
Boilermaker ........... $ 57.90
$ $9.62
OVERTIME PAY: See ( D,O ) on OVERTIME PAGE.
HOLIDAY:
Paid: ........ See ( 8, 16, 25, 2q ) on HOLIDAY PAGE.
Overtime: .... See (q; 6, 11, 12, 15, 25 ) on HOLIDAY PAGE.
APPRENTICES: ( 1/2 ) year Aerms a~ *he following percen±age of
~ourneyman~s wage.
ls~ 2nd ~rd 4~h 5th 6~h 7th 8~h
~5% 65% 70% 75% 80% 85% 90% 95%
SUPPLEMENTAL BENEFITS: (per hour worked)
~age 0~
Frevail~ng ~ate ScheduIe
New York S±ate Department of Labor
.................................. Case Number ..................................
0502031
SUFFOLK 2004
$ 7.81 + $ 8.02 +
48 Z of 48 % of
wage Pate wage rate
4-5
Carpenter - Building and Heavy Highway
NASSAU COUNTY: En±ire County
SUFFOLK COUNTY: Entire
WAGES: (per hour) C°UT-D1-04
Building
Carpenter ............. $ 33.32
Heavy/Highway:
Carpenter ............. $ 33.32
OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE.
NOTE: ON NEW YORK STATE DEPARTMENT OF TRANSPORTATION AND OR,
ANY GOVERNMENT MANDATED OFF SHIFT WORK THE FOLLOWING
RATE(S) SHALL APPLY:
Monday thru Friday
4:00pm to 12:00am ...... $ 36.3i
HOLIDAY:
Paid: ......
Overtime:..
See ( 18,19 ) on HOLIDAY PAGE.
See ( 5,6,16,23,24,25 ) on HOLIDAY PAGE.
APPRENTICES : ( 1 ) year terms at the following
Percentage of Journeyman's Wage:
Building Heavy/Highway
ls± yr 40% 40%
2nd yr 55% 55%
3rd yr 65% 65%
4~h yr 75% 75%
SUPPLEMENTAL BENEFITS:
Journeyman
Appr 1st ~ 2nd terms
Appr 3rd ~ ~h ~erms
(per hour worked)
$ 2q.21
12.45
12.45
[04)Reg.Council Nass/Su~f
Carpenter - Bockbuilder
BUTCHES5 COUNTY: Entire County
NASSAU COUNTY: Entire County
NEH YORK CITY= Entire 5 Boroughs
ORANGE COUNTY= Entire County
PUTNAM COUNTY= Entire County
ROCKLAND COUNTY: Entire County
SUFFOLK COUNTY: Entire County
WESTCHESTER COUNTY: Entire County
WAGES: (per hour)
7/01/04 7/01/05
Piledriver ................ $ 38.79
Dockbuilder ............... 38.79
Addle.
$ 2.82
per hr.
Page 07
Prevailing Ra~e Schedule
New York S~a~e Oepar~men~ o~ Labor
.................................. Case Number ..................................
0502051
SUFFOLK 2004
OVERTIME: .... See ( B, E2, 0 ) on OVERTIME PAGE.
HOLIDAY:
Paid: ........ See ( I8, I9 ) on HOLIDAY PAGE.
Paid: ........ See ( 5, 6, 11, I5, 16, 18, lg, 25 ) for ls~ & '2nd yr. Appren±ices
Overtime: .... See ( 5, 6, Ii, 15, 16, 18, I9, 25 ) on HOLIDAY PAGE.
APPRENTICES:
wage..
lsd.
year ~erms a~ ~he folIoHing percentage o~ Journeyman's
Znd. 5rd. 4~h.
50Z 65% 80%
SUPPLEMENTAL BENEFITS: (per hour paid)
Journeyman ............... $ 27.86
Apprentices .............. 18.9~
9 - 1456
NASSAU COUNTY:
NEW YORK CITY:
ORANGE COUNTY:
PUTNAM COUNTY:
ROCKLAND COUNTY:
SUFFOLK COUNTY:
HESTCHESTER COUNTY:
WAGES: (per hour)
Carpenter - Floor Coverer
DUTCHESS COUNTY: Entire County
Entire County
Entire 5 Boroughs
Entire Coun±y
Entire County
Entire County
Entire Coun±y
Entire County
7/01/04
Carpe~/Resilien~
Floor Coverer .............. $ AB.00
7/01/05
Addi~.
$2.96/hr,
OVERTIME: .... See B, E, q ) on OVERTIME PAGE.
HOLIDAY:
Paid: ........ See
Paid: ........ See
Overtime: .... See
18, 191i o~5~OLIDAY PAGE.
11, 15, 16, 18, 19, 25 ) on HOLIDAY PAGE.
APPRENTICES:
Hage.
lsd.
( 1 I year {arms a± {he ~ollowing percentage o~ Journeyman's
2nd. 5rd.
BOX 65% 80%
SUPPLEMENTAL BENEFITS: {per hour paid)
Journeyman .............. ;. $ 26.05
Apprentices ............... 17.80
9 - 2Z87
Carpenter - Marine Cons~ruc±ion/Biver
0,)
Page 08
Prevailing Rake Schedule
New York S~a~e Depar±men± of Labor
.................................. Case Number ..................................
0502031
SUFFOLK 200q
OUTCHESS COUNTY: Entire County
NASSAU COUNTY: En±ire Coun±y
NEH YORK CITY: Eniire 5 Boroughs
ORANGE COUNTY: Entire County
PUTNAM COUNTY: Entire Coun±y
ROCKLAND COUNTY: Entire County
HESTCHESTER COUNTY: Eh±ire County
SUFFOLK COUNTY: Entire County
HAGES: (per hour) 7/01/0~
Marine Construction:-
Marine Diver ............. $ ~7.85
" " Tender ........ $ 35.15
OVERTIME:. .. See B, E, E2, Q ) on OVERTIME PAGE.
HOLIDAY:
Paid: .....
Paid: .....
Over±ime:.
· See
· See
See
18, lg ) on HOLIDAY PAGE.
5,6, 10, 11, 13, 16, 18,
10, 11,
19 ) for ls~ & 2nd yr. Appren±ices
19 ) on HOLIDAY PAGE.
APPRENTICES: (1) year ~erms ak ±he following percentage of ±he ~ourneyman's
Nage.
ls± 2nd 3rd q~h
qO% 50% 65% 80%
SUPPLEMENTAL BENEFITS: (per hour paid)
Journeyman ................. $ 27.86
Appren*ices ............... 18.9q
9 - lq56
Carpenter - Miii.Hrigh~
NASSAU COUNTY: Entire County
NEH YORK CITY: Entire County
PUTNAM COUNTY: Entire Coun±y
ROCKLAND COUNTY: Entire County
SUFFOLK COUNTY: Entire County
NESTCHESTER COUNTY: Entire County
HAGES: (per hour) 7/O1/Oq
Building:
Miilwrigh~ ................... $ 39.99
OVERTIME:... See ( B, E, E2, Q ) on OVERTIME PAGE.
HOLIDAY:
Paid: ....... See 18, 19 ) on HOLIDAY PAGE.
Paid: ....... See 5, 6, 11, 13, 16, 18, 19, 25 ) for 1st & Znd yr.Appren~ices
Overtime:... See 5, 6, 11, 13, 16, 1B~ lg, 25 ) on HOLIDAY PAGE.
APPRENTICES: ( 1 year ~erms ak ±he following percen±age of Journeyman's
wage.
lsd, 2nd. 3rd. q~h.
55% 65% 75% 95%
Page 09
Prevailing Rate Schedule
New York State Department of Labor
.................................. Case Number ..................................
0502031
SUFFOLK 200q
SUPPLEMENTAL BENEFITS: (per hour paid)
Journeyman ................. $ 30.q6
Appr 1st ~erm ............. 19.6~
Appr 2nd term ............. 21.67
Appr 3rd term ............. 2q.q9
Ap~r ~th ±ecm ............. 27.7~
9-7~0.1
Carpenter - Timberman
NASSAU COUNTY: Entire County
NEW YORK CITY: Entire 5 Boroughs
SUFFOLK COUNTY: Entire County
WESTCHESTER COUNTY: Entire County
WAGES: (per hour)
7/01/0q 7/01/05
Timbermen .......... $ 37.~7 Addit. $3.26/hr,
OVERTIME=.,. See
HOLIDAY:
Paid: ....... See
Paid: ....... See
Overtime:... See
APPRENTICES: ( 1
Yst. 2nd.
qOZ 50Z
B, E, E2, Q ) on OVERTIME PAGE.
18, 19 ) on HOLIDAY PAGE.
5, 6, 11, 13, 16, IS, 19, 25 ) for 1st & 2nd yr. Apprentices
5, 6, 11, 13, 16, 18, 19, 25 ) on HOLIDAY PAGE.
year terms, at the following percentage of Journeyman's
65% 80%
SUPPLEMENTAL BENEFITS: (per hour paid)
Journeyman ................ $ 26.05
Apprentices ................ 17.80
9 - 1536
Core Driller
ORANGE COUNTY: South of but including ~he ~ollowin9. Weterloo Mills, Slate
Hill, New Hampton, Goshen, Blooming Grove, Mountainvzlle, east to the Hudson
River.
PUTNAM COUNTY: South of bu~ including the following, Cold Spring~ Tompkins
Corner, Mahopac, Croton Falls, east to Connecticut border.
SUFFOLK COUNTY: West of Port
the Atlantic Ocean.
NASSAU COUNTY: Entire County
NEW YORK CITY: Entire 5 Boroughs
ROCKLAND COUNTY: En~ire County
NESTCHESTER COUNTY: Entire County
WAGES: (pen hour)
7/O1/Oq 10/~7/05
Core Oriiling:
Driller .................. $ 27.60 Addit. $1.96/hr
Assistant ...... ........... Z2,88 Addit, $1,71/hr
Prevailing Ra~e Schedule
New York S±a~e Department o~ Labor
.................................. Case Number ..................................
0502031
SUFFOLK 2004
...............................................................................
No±e: Hazardous Was±e Pay Differential: For Level C, an additional 10% above wage ra~e per hour
For Level B, an additional 10% above wage ra±e per hour
For Level A, an addi±ionel 10% above wage ra±e per hour
No±e: When required ~o work on wa±er: an addi±ional $ 0.50 per hour.
OVERTIME:... See ( B, E, K*, P, R~ ) on OVERTIME PAGE.
HOLIDAY:
Peid~ ....... See ( 5, 6 ) on HOLIDAY PAGE.
Over±ime:... ~ See ( 5, 6 ) on HOLIDAY PAGE.
.... ~ See (8; lO, 1i, I3 ) on HOLIDAY PAGE.
Assis±an±: One (1) year incremen±s at ±he following percen±age of Assis±an±
Hages. This is no± an appren±iceship for Driller.
is± Year 2nd Year 3rd Year q±h Year
70% 80% 90% 100%
SUPPLEMENTAL BENEFITS: (per hour worked)
Driller $ 10.36
Assis±an± 10.36
9-1536
Elec±rician
NASSAU COUNTY= En±ire Coun±y
SUFFOLK COUNTY: En±ire
WAGES: (per hour) C°un±Y7-ol-04- 4-30-05
4-29-05
Elec±rician ............ $ 42.00
Fire Alarm ............. 42.00
HVAC Con±rols .......... 42.00
43.00
43.00
43.00
OVERTIME PAY: See B,E,Q,V~ ) on Over±ime Page.
HOLIDAY:
Paid: ........
Over±ime: ....
APPRENTICES:
is± 2nd
35% 40%
SUPPLEMENTAL BENEFITS:
Journeyman
Apo 1st yr
App 2nd yr
App 3rd yr
See 1 ) on HOLIDAY PAGE.
See 5,6,16,25 ) on HOLIDAY PAGE.
( 1 ) year ±erms e± ±he following percen±age of Journeyman's wage.
3rd 4±h 5±h 6±h
45% 50% 60% 70%
(percen±s based on hourly Nage (above), plus
dollar amoun*s)
43.5% + 44.5% +
$ 5.89.~ $ 6.40~*
15.0% + 15.0% +
24.5% + 24.0% +
$ 4,07~* ~ 4.40**
43.5% + q4.5% +
$ 5.89.~ ¢ 6.40**
Page 11
Prevailing Ra~e Schedule
New York S~e~e Depar~men~ of Labor
............................... · ---Case Number ................................ ~-
0502051
SUFFOLK 200q
App 5~h yr 43~5~ + 4q.5% +
$ 5.89~ $ 6.q0NN
App 6th yr · q~.5% + 4q.5% +
$ 5.89~ $ 6.40
PUMP 8 TANK WORK
7-Ol-Oq
35.20 ·
OVERTIME; See [ B, E, Q ) on OVERTIME PAGE.
HOLIDAY:
Paid: ...... See ( 1 ) on HOLIDAYS PAGE.
Over~ime~.. See ( 5, 6, 16, 25 ) on HOLIDAYS PAGE.
APPRENTICES: One [ 1 ) year ~erm$ e~ ~he following percen~ of journeyman's
rake.
15~ 2nd 3rd 4~h 5~h
40% 50% 60% 70% 85%
SUPPLEMENTAL BENEFITS: per hour worked.
50.5'% of houriy ra~e above,
q-25
Electrician - Linemen
NASSAU COUNTY: Entire County
SUPPOLK COUNTY: £n~ire County
For Utility Ois~ribu~ion B Transmission Line Construction.
WAGES: (per hour] 7-01-04
Lineman / Splicer ............... $ 55.20
Material Man .................... 30.62
Heavy Equip.Opera,or ............ 28.16
Groundmen ....................... 21.12
Flagman ......................... 15.84
OVERTIME PAY: See ( B,Q ) on OVERTIME PAGE.
HOLIDAY:
Paid: .......
Overtime:...
See [ 5,6,8,16,23,25,26 ) on Holiday page.
See [ 1 ] on Overtime Pege.
APPRENTICES: 1000 hour Periods a~ ~he following Percentage of Journeyman's
Wage.
ls±. 2nd. 3rd. 4~h. 5±h. 6~h. 7~h.
60% 65% 70% 75% 80% 85% 90%
Page [2
Prevailing. Rate Schedule
NaN York S~a~e Depar±men± of Labor
.................................. Case Number ..................................
0502031
SUFFOLK 20Oq
SUPPLEMENTAL BENEFITS: [percen±s based on gross wages-o~hers per hour)
24% + (of Hourly Ra~e)
5.91
Underground Natural Gasline Mechanic (2" or less):
Journeyman U.G.Mechanic .......
OVERTIME: See B,
HOLIDAYS::
7-01-04- 2-27-05
2-26-05
$ 29.41 $ 50.59
Paid: See
Over, imm: See
5, 6, 8, 16~ 23, 25, 26 ) on Holiday Page.
1 ) on Over±ime Page.
Supplemental Benefits:
( per hour worked )
12% + 14% +
$ 5.96 $ 5.96
4-10q9 Line/Gas
Electrician - Maintenance
NASSAU COUNTY: Entire Coun±y
SUFFOLK COUNTY: Entire Coun±y
"PLEASE NOTE"
Apmiicabie ~o elec±rical maintenance of axis±lng elec±ricai systems
including, bu~ no± limited ~o ~raf~ic signals S s~ree~ lighting.
HAGES: (per hour) 7-01-04
Journeyman ........ ~ 32,30
OVERTIME PAY: See
HOLIOAY:
Paid: ....... See
Overtime: .... See
B, H, ) on OVERTIME PAGE.
1 ) on HOLIDAY PAGE.
5, 6, 16, 25 ) on HOLIDAY PAGE.
APPRENTICES: (
is± 2nd
40% 50%
1 ) year ±arms aX ~he following wage.
~rd q~h 5±h
60% 70% 80%
SUPPLEMENTAL BENEFITS: (percent(s) based on hourly wage (above), plus
dollar amount)
35.5% +
2.71
4-25m
Page 13
Prevailing Rate Schedule
New York State Department o~ Labor
.......................... ; ....... Casa Number ..................................
0502051
SUFFOLK 20O4
Electrician - Teleda~a
NASSAU COUNTY: Entire County
SUFFOLK COUNTY: Entire County
"PLEASE NOTE"
This rate classification applies to all Voice. Data & Video Hork; excluding
Fire Alarm Systems and Energy Management [HVAC Controls), in those cases the
regular Electrician rate applies. To ensure proper rate please call the
Garden City District Office at (516) 228-5915.
HAGES= (per hour)
7-01-04
(Telephone and Integrated
Tala-Data Systems)
Journeyman .............
$ 30.69
OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE.
HOLIDAYS:
Paid: See (1) on HOLIOAY PAGE.
Overtime= See (5,6,11,12,16,25)) on HOLIDAY PAGE.
SUPPLEMENTAL BENEFITS: (percent(s) based on hourly wage (above), plus
dollar amount)
Journeyman 47.5% +
$ 1.41
4-25tala
Electrician - Tree Trimmer
NASSAU COUNTY: Entire County
SUFFOLK COUNTY: Entire County
HAGES: (per hour) 7-01-04- 1-05-05
1-02-05
(TREE TRIMMER)
Line Clearance Specialist .......... $ 22.2B $ 23.06
OVERTIME: See ( B, E, P, T ).on OVERTIME PAGE.
HOLIDAY:
Paid: .... See ( 5, 6, 8~ 9. 10. 1l. 16, ) on HOLIDAY PAGE.
Overtime: See (1 ) on OVERTIME PAGE.
SUPPLEMENTAL BENEFITS:
(per hour worked)
14,5% + of 15.5%+ of
q.37 hourly $ 4.71 hourly
rate rate
4-1049/Tree
Elevator - Constructor
Prevailing Rate Schedule
New York State Department of Labor
.................................. Case Number ..................................
0502051
SUFFOLK ZOOt
ROCKLAND COUNTY: Entire County except for the Township of Stony Point
NESTCHESTER COUNTY: Entire County except for fha Townships of Bedford,
Lewisboro, Cortland, Mt. Kisco, North Salem, Pound Ridge.
Somers and Yorktown.
NASSAU COUNTY: Entire County
NEN YORK COUNTY: Entire 5 Boroughs
SUFFOLK COUNTY: Entire County
HAGES: (pep hour)
7/01/04
Elevator Constructor .............. $ 40.89
"Modern. ~ service ............ $ 52.755
OVERTIME:.. CONSTRUCTOR. See ( C, 0 ) on OVERTIME PAGE.
OVERTIME:.. MOOERN./SERV.See ( B, H ) on OVERTIME PAGE.
HOLIOAY:
Paid: ...... See ( 5, 6, 9, 11, 15, 16, 25 ) on HOLIDAY PAGE.
Overtime:.. See [S; 6, 9, 11, 1S, 16, 22 ) on HOLIDAY PAGE.
APPRENTICE: [1] year terms at the following percentage of Journeyman's wage.
ls~ 2nd 5rd
CONST, $16.60 22.56 26.45 50.50 $0.50
MOD & SVC $16.32 17.88 21,13 24.58 24,58
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman and Apprentices:
Construction ................... $ 19.970
Appr, 1st year ................ 14.508
Appr, 2nd year 15,GB7
Appr, ~rdyear ................ 16,q78
Appr. ~th ~ Sth year .......... I7,q70
Modern./Service ................ 1B.91g
Appr, 1st year ................ 14.210
Appr. 2nd year ................ i~.907
Appr. 5rdyear ................ 15,795
Appr. qth & 5±h year .......... 16.679
Glazier
DUTCHESS COUNTY:' Entire county
NASSAU COUNTY: Entire county
NEW YORK CITY: Entire 5 b~roughs
ORANGE COUNTY: Entire county
PUTNAM COUNTY: Entire county
ROCKLAND COUNTY: Entire county
SUFFOLK COUNTY: Entire county
SULLIVAN COUNTY: Entire county
ULSTER COUNTY: Entire county
HESTCHESTER COUNTY: Entire county
HAOES: (per hour)
07/Oi/Oq
Glazier ................. $ 59.15
OVERTIME:... See ( C*, D~ 0 ) on OVERTIME PAGE,
~ Denotes if an optional 8th hour is required same will be at the
Page 15
Prevailing Rate Schedule
New York State Department of Labor
.................................. Case Number ..................................
0502051
SUFFOLK 200q
regular rate of pay, If 9th hour is worked ~hen both hours or more
( Bth and gth or more ) will be a~ the double time rate of pay.
HOLIDAY:
Paid: ...... See ( 1 ) on HOLIDAY PAGE.
Overtime:.. See ( 5, 6, 16, Z5 ) on HOLIDAY PAGE.
APPRENTICES: ( 1 ) year terms at ±he foliowing wage rates.
$ 1~.~9 $ 19.60 $ 23.51 $ 31.33
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman ............. $ 17.qZ
Appr let term ..... 6.95
Appr 2nd term ..... ~'r'',.., 11.29
Appr 3rd ±arm .......... 1Z.51
Appr qth term .......... lq.97
9-1281
(OC9 NYC)
Ironworker - Derrickman/Rigger
NASSAU COUNTY= Entire County
NEW YORK CITY: En±ire 5 Boroughs
SUFFOLK COUNTY: Entire County
HESTCHESTER COUNTY: Eh±ire'County
HAGES: (per hour) 07/01/04
Derrickman/Rigger .......... $ 38.13
OVERTIME:.. See ( Ax, D1, E~, Q, V ) on OVERTIME PAGE.
~Time and one-half shall be paid for all work in excess of seven (7)'
hours a~ the and of a work day to a maximum of ~wo hours on any regular
work day (the eighth (8~h) and ninth (g) hours of work) and double time
shall be paid for all Hork thereafter.
~Time and one-half shall be paid for all work on Saturday up ~o seven
(7) hours and double ~ime shall be paid for all work ~hereaf~er.
HOLIDAY:
Paid: ...... See ( 1 ) on HOLIDAY PAGE.
Overtime:.. See ( 5, 6, 8, 10 )'on HOLIDAY PAGE.
APPRENTICES:
50%
( 1/2 ) year terms at the following percentage of ~ourneyman's
Znd 3rd ~h 5~h 6th
60% 70% 80% 90% 90%
SUPPLEMENTAL BENEFITS: (per hour worked)
$ 30,07
g-lg7
Ironworker - Ornamental
NASSAU COUNTY: Entire Count~
NEH YORK CITY= Entire 5 Boroughs
SUFFOLK COUNTY: Entire County
HESTCHESTER COUNTY: Entire County
HAGES: (per hour)
7/01/04- 01/01/05
12/31/0q
Page 16
Prevailing Rate Schedule
New York State Department of Labor
.................................. Case Number ..................................
0502031
SUFFOLK 200q
OrnamentaI ................. $ 38.59
Chain Link Fence ........... 38.59
Guide RaiI Ins~aIla~ion .... 38.59
Addi~ionai
2.35/
Hour
OVERTIME:... See ( AX, D1, E~, Q, V ) on OVERTIME PAGE.
~Time and one-half shall be paid for ali work in excess of seven ~7~
hours at the end of a work day to a meximum of ~wo hours on any regular
work day (the eig~t~ (Bth) and ninth (9~h) hours of work} and double
time shei1 be paid Tot all work thereafter.
M~Time and one-half shalI be paid for ail work on Saturday up to seven
(7) hours and double time shaII be paid for ail work thereafter.
HOLIDAY:
Paid: ........ See ( 1 ) on HOLIDAY PAGE.
Overtime: .... See ( 5, 6, 8 ) on HOLIDAY PAGE.
APPRENTICE (1/2) year ~erms a~ the foliowing percentage of Journeyman's
1st. 2nd. 3rd. qth. 5±h. 6th..
60Z 65% 70% BOZ 85Z 95Z
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman .............. $ 29.ql
Appr 1st term ........... 17.65
Appr 2nd term ........... 19.11
Appr 3rd term ........... 20.58
Appr qth term ........... 25.53
Appr 5th term ........... 2~.99
Appr 6th term ........... 27.9~
9-580
Ironworker - Reinforcing
ROCKLAND COUNTY: Southern Section
NASSAU COUNTY: Entire County
NEW YORK CITY: Entire 5 Boroughs
SUFFOLK COUNTY: Entire County
HESTCHESTER COUNTY: Entire County
HAGES: (per hour) 7/O1/Oq
Reinforcing &
Metal La~hing ............. $ql. O0
OVERTIME: .... See
HOLIDAY:
Paid: ........ See
Overtime:... See
( A~, E~, Q, V ) on OVERTIME PAGE.
~ AIl overtime in excess of ten (
shall be paid at double wage.
10 ) hours
i ) on HOLIDAY PAGE.
5, 6, 8, 107 11, 13, 18, lg ) on HOLIDAY PAGE.
APPRENTICES: ( 1 ) year ~erms at the following wage rates.
1st 2nd 3rd qth
$2q.00 $27.50 $31.50 $35.50
Page 17
Prevailing Rate ScheduIe
New York State Department o~ Labor
....................... ~ .......... Case Number .............. r ...................
0502051
SUFFOLK 2004
SUPPLEMENTAL BENEFITS: (per hour worked)
' Journeyman ............ $ 26,23
Apprentices:
1st term .............. 18.23
2nd term .............. 19.73
3rd term .............. 20.73
4~h term .............. 21.73
Ironworker - Structural
NASSAU COUNTY: Entire County
NEH YORK CITY: Entire 5 Boroughs
SUFFOLK COUNTY: Entire County
HESTCHESTER COUNTY: Entire County
WAGES: (per hour) 7/O1/Oq 1/O1/OE
Structural ................ $ 38.95 Addi±ional
Riggers ................... 38.95 $2.25
Machinery Movers .......... 38.95 per hour
" " Erectors ........ 38.95
OVERTIME:... See (BM, EMM, ~, V ) on OVERTIME PAGE.
M Time and one-hal~ shall be paid ~or all work in excess o~ (8) eight
hours a~ the end o~ a work day ~o a maximum o~ ~wo hours on any
regular work day (~he ninth (gth) and ~enth (lO~h) hours o~ Nork)
and double ~ime shall be paid for all Hork ~herea~er.
~ Time and one-half shell be paid ~or all Honk on Saturday up to eigh~
(8) hours and double time shall be paid ~or ali work thereafter.
HOLIDAY:
Paid: ...... See ( 1 ) on HOLIDAY PAGE.
Overtime:.. S~e ( S, 6~ 8, I8, 19 ) on HOLIDAY PAGE.
APPRENTICES: ( 1/2 ) year ~erms a~ ~he following
lsd. 2nd. 3rd. q~h. 5~h. wage6~h.'
$ 19.40 20.00 20.00 20.60 20.60 20.60
SUPPLEMENTAL BENEFITS: (per hour Horked)
Journeyman ................ $ $8.~3
Apprentices ............. 27.18 9-~0/361
Laborer - Building
NASSAU'COUNTY: Entire County
SUFFOLK COUNTY: Entire County
WAGES: (per hour) 7-01-0~
Building Laborer: $ 25.85
~(For Asbestos Removal Ra~e See Below)
OVERTIME PAY: See ( A, E, E2, ~ ) on OVERT~ME PAGE.
HOLIDAYS:
Paid: ........ See ( 1 ) on HOLIDAY PAGE.
Overtime: .... See ( 5~6,7,11,12 ) on HOLIDAY PAGE.
SUPPLEHENTAL BENEFITS: (per'hour worked)
$ 19.44
Page lB
Prevailing Ra~e Schedule
New York S~a~e Depar~men± of Labor
.................................. Case Number ..................................
0502031
SUFFOLK 2004
APPRENTICES: Regular Hour Terms ( No~ available for Aba±emen± Honk)
TERMS NAGES/HR SUPPLEMENTS/HR
i hr. ~o 1000 hfs ............ $ iS.Si $ 7.70
lOOi hfs, ±o 2000 hrs, 1B.iO 8,79
2001 hrs. ~o 3000 hrs. 20,6B 8,9q
3001 Hrs. ~o 4000 hfs, 23.27 9.I0
~ASBESTOS REMOVAL ONLY 7-01-04
(Re-Roofing see Roofer Category)
Asbestos Removal Honker:
$ 25.50
SUPPLEMENTAL BENEFITS: (per hour worked)
$ 9.91
Laborer - Excavation
NASSAU COUNTY: En*ire Coun*y
NEH YORK CITY: Entire Coun±y
SUFFOLK COUNTY: Entire Coun±y
HAGES: [per hour)
7/01/04 7/01/05
Laborer/Excavation:
Basic .......................... $ 32.Gq $ 33.59
Flagman ........................ 32.~ 33.59
Pipelayer ...................... 32.q~ 33.59
Tree Honk, Landscape ........... 32.q~ 33.59
OVERTIME:... See B, E, Q ) on OVERTIME PAGE.
HOLIDAY:
Paid= ...... See 2, 20 ) on HOLIDAY PAGE.
Overtime:.. See 5~ 6~ ll, 13 ) on HOLIDAY PAGE.
APPRENTICES: 10.00 hour ~erms a± ±he following percen±age of journeyman's
wage.
ls~ 2nd 3rd ~h
50% 60% 75% 90%
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman & A~pren~ices: $ 17.56 $ 18.69
9-731Ex
Laborer - Free Air
NASSAU COUNTY: Entire Coun±y
HEN YORK CITY~ Entire 5 Boroughs
SUFFOLK COUNTY: Entire County
GROUP A: BIas~ers.
GROUP B: Tunnel workers ~
~ (including Miners, Drill Runners, Iron Men, Maintenance Men, Conveyor Hen,
Safe~y Miners, Riggers, 8lock Layers, Cemen~ Finishers, Rod Men, Caulkers,
Powder Carriers, ~zners' Helpers, Chuck Tenders, Track Men, Nip~ers, Brake
Men,Derail Men, Form Men, BoAAom Bell. Top Bell or Signal men, Form Horkers.
Movers, Concrete Honkers, Shaf~ Men~ Tunnel Laborers and Caulkers' Helpers)
Page I9
Prevailing Ra±e Schedule
New York State Department of Labor
.................................. Case Number ..................................
0502031
SUFFOLK 200q
GROUP C: Powder Hatchmen, Top Laborers and Changehouse Attendants.
HAGES: (per hour) 7/O1/Oq
Laborer (Tunnel)-FREE AIR:
Group A ....................... $ 52.52
Group B ...................... $ 31.11
Group C ...................... $ 28.7q
Small Bore Micro Tunnel Machines 80% of rates above
For Repairs on Existing Hater Tunnels 90Z of rates above
For Repairs of Sewer & D~ainage Tunnels 85% of .rates above
For Repair S Maintenance of all Subway S 80Z of rates above
Vehicular Tunnels
OVERTIME: ..... For Laborer (Free Air) See ( D, M, Ex ) on OVERTIME PAGE.
For Repair Categories See ( B, F, RM ) on OVERTIME PAGE.
~ Micro Tunneling
~ Straight time first 8 hours, double time a~ter 8 hours.
HOLIDAY:
Paid~ ....... See (
Overtime:... See (
SUPPLEMENTAL BENEFITS
GROUP A $ 3Z.78 par
0.28 per
3.00 per
0.i6 per
GROUP B
per
0.28 per
5.00 per
0.16 per
GROUP C $ 28.92
per
0.28 per
3.00 per
0.I6 per
Small Bore Micro Tunnel Mechinee
For Repairs on Ex~st~ng Hater Tunnels
For Repeirs of Sewer & Drainage Tunnels
For Repair
Vehicular Tunnels
11, 12, 15, 25 ) on HOLIDAY PAGE.
11, 1Z, 15, 25 ) on HOLIDAY PAGE.
hour paid +
hour Horked +
day +
overtime hour.
hour paid +
hour ~orked +
day +
overtime hour.
hour paid +
hour worked +
day +
overtime hour.
80% of rates above
90% of rates above
85% of rates above
BO% of rates above
9-1~7Tnl/Free
Laborer - Heavy HighHay
NASSAU COUNTY: Entire County
SUFFOLK COUNTY: Entire County
Laborer (Heavy/Highway):
GROUP # 1: Asphal~ Rakers and Formsetter$.
GROUP # Z: Asphalt Shovelers, Roller Boys and Tampers.
GROUP # '~: Basic Laborer, Power Tool~ Trackmen, Landscape, Pipelayer,
Jackhammer and Concrete, Traffic Control Personnel.
Page 20
Prevailing Rate Schedule
New York State Oepertment of Labor
.................................. Case Number ..................................
0502051
SUFFOLK 200q
WAGES: (per hour)
7-01-04- 6-01-05
5-31-05
Laborer:
GROUP # 1 ............. ~ 29.00 ADD $ 1.67/Hr,
GROUP # 2 ............. 28,25 ADD $ 1,64/Hr.
GROUP # ~ ............. 25.90 ADD $ 1.56/Hr.
NOTE: PREMIUM PAY 20Z-on a±raight time hours for NEW YORK STATE D.O,T
and other GOVERNMENTAL MANDATED off-shift work.
NOTE: Additional IOZ Hourly Wage for Hazardous Material Work.
APPRENTICES: ( 1 ) year terms at the following Percentages
of Journeymans Wage.
1st year .......... 80Z
2nd year .......... 90%
OVERTIME PAY: See B, E2, F ) on OVERTIME PAGE.
HOLIDAY:
Paid: ........ See 1 ) on HOLIDAY PAGE.
Overtime: .... See 1 ) on HOLIDAY PAGE.
SUPPLEMENTAL BENEFITS: (per hour worked)
$ 17.12
(After forty hours paid)
$ 10.67
4-1298
Laborer - Tunnel Compressed Air
NASSAU COUNTY: En±ire County
NEW YORK CITY: Entire 5 Boroughs
SUFFOLK COUNTY: Entire County
GROUP 1: Blasters, Mucking and Machine Operators.
GROUP 2: Tunnel Workers* * (including Miners, Drill Runners,Iron Men,
Maintenance Men, Inside Muck Lock Tender, Pumpman, Eiectricien$, Cement
Finishers, Rod Men, Caulkers, Carpenters, Hydraulic Men, Shield Drivers,
Monorail Operators, Motor Men, Conveyor Men, Safety Miners, Powder Carriers,
Pan Men, Riggers, Miner's Helpers, Chuck Tenders, Track Men, Nippers, Brake
Men, Form Workers, Concrete Workers, Tunnel Laborers, Caulker's Helpers),
Hose Men, Grout Men, Gravel Men, Derail Men and Cable Men.
GROUP $: Top Nipper
GROUP q: Outside Man Lock Tender, Outside Muck Lock Tender, Shaft Men,Gauge
Tender end Signal Men.
GROUP 5: Powder Watchmen, Top Laborers and Changehouse Attendants.
WAGES: (per hour)
7/01/04
Laborer(Compressed Air):
GROUP 1 ..................... $ 5q. Og
GROUP 2 ..................... 52.89
GROUP 3 ..................... ~2.2B
GROUP q ..................... 31.69
GROUP 5 ..................... 27.12
Page 21
PrevaiIing Ra~e Schedule
New York Sta~e Dep~rtment of Labor
.................................. Case Number ..................................
05020~1
SUFFOLK 200q
OVERTIME: .... See ( D, M, R~ ) on OVERTIME PAGE. NOTE: Time and one-half to
be paid for all overtime repair-maintenance work on existing
equipmen~ and facilities.
~ Straigh± time firs~ 8 hours, double ~ime after 8 hours.
HOLIDAY:
Paid: ....... See ( 5, 6, 9, Ii, 12, 15, 25 ) on HOLIDAY PAGE..
Overtime:... See (5' 6' 9' ii, i2, 15, 25 ) on HOLIDAY PAGE.
SUPPLEMENTAL 8ENEFIT~ :
GROUP I $ 54.$q per hour paid +
0.28 per hour worked +
5.00 per day +
0.16 per overtime hour .
GROUP 2 $ 55.20 per hour paid +
0.28 per hour worked +
5,00 per day +
0,16 per overtime hour
GROUP 5 $ 52.57 par hour paid +
0.28 per hour worked +
5.00 per day +
0.16 per overtime hour
GROUP 4 $ 51.98 per hour paid +
0'28
per hour worked +
5.00 per day +
0.16 per overtime hour
GROUP 5 $ 50.54 per hour paid +
0'28
per hour worked +
5,00 per day +
0.16 per overtime hour
9-1q7Tnl/Comp Air
Mason - Building Bricklayer
NASSAU COUNTY: Entire County
NEH YORK CITY: Entire 5 Boroughs
SUFFOLK COUNTY: Entire County
HAGES: (per hour)
7/O1/Oq
Building:
Bricklayer ................. $ 58.42
OVERTIME=... See ( A, E, Q ) on OVERTIME PAGE.
HOLIDAY:
Paid: ....... See ( 1 ) on HOLIDAY PAGE.
Overtime:... See ( 5, 6, 25 ) on HOLIDAY PAGE.
APPRENTICES: ( 750 hour ) ~erms at ~he following percentage of Journeyman's
wage.
ls~ 2nd 5rd qth 5TH [500 Hms) 6TH [500 Hfs)
50% 60% 70% 80% 90% 95%
SUPPLEMENTAL BENEFITS= (per hour worked)
Journeyman: .................... $ 18.05
Apprentice: .................... lO.qO
9-1Brk
Prevailing Ra~e Schedule
New York S~e~e Oeper±men~ o~ Labor
.................................. Case Number ..................................
0502031
SUFFOLK 200~
Mason - Building Mosaic and Terrazzo Worker
NASSAU COUNTY: En~ire County
NEW YORK CITY: Entire 5 Boroughs
SUFFOLK COUNTY: Entire County
WESTCHESTER COUNTY: Entire Coun±y
WAGES: (per hour)
Building: 7/01/04
Mosaic &
Terrazzo Worker .......... $ 41.$8
" Finisher ........ $ 40.57
OVERTIME: . See ( A, E, 9, V~ ) on OVERTIME PAGE. ~ ADD ~' 8.05 per hour ±o supplements on ~ime & one-hal~ overtime hours.
~ ADD $ 10.05 per hour ~o supplements on double-~ime overtime hours.
HOLIDAY:
Paid: ...... See ( 1 ) on HOLIDAY PAGE.
OverAime:.. See ( 5, 6~ B~ 11, 15, 16, 25 ) on HOLIDAY PAGE.
APPRENTICES: (750 Hour) ~erms a~ ~he ~ollowing percentage o~ ±he ~ourneymans
wage.
ls~ 2nd 5rd ~h 5~h 6~h
50% 55% 65% 70% 80% 95%
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman: $ iB.55
Apprentices: Same percentages as wages.
9-7/3
Mason - Building Tile Sea,ers
Entire Coun±y
NASSAU COUNTY:
NEW YORK CITY:
ORANGE COUNTY:
PUTNAM COUNTY:
ROCKLAND COUNTY:
SUFFOLK COUNTY:
NESTCHESTER COUNTY:
WAGES: (per hour)
Entire 5 Boroughs
Entire County
Entire Coun*y
Entire County
Entire County
Entire County
7/01/0~ 12/01/04 6/01/05 12/01/05
Building:
Tile Sea,ers ........ $ ~B.85 $ ~9.B5 $ 41.51 $ ~2.Z7
OVERTIME:... See A, E, Q ) on OVERTIME PAGE.
HOLIDAY:
Paid: ...... See 1 ) on HOLIDAY PAGE.
Overtime:.. See 5, 6, 8, 10, 11, 15~ 16 ) on HOLIDAY PAGE.
APPRENTICES: ( 750 hr)±erms a~ Aha ~ollowin9 percentage o~ ~ourneyman~s ~age.
1,~ 2nd 3rd q~h S~h 6~h
50% 55% 65% 75% 85% 95%
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman: ........ $ 18.12 $ 18.q5 $ 18.78
Apprentice $ 9.4~ + 9.45 + 9.43 +
wage percentage o~ $ 8.45 9.00 9.55
19.28
9.95 +
9.35
9-7/52
Page 23
Prevailing Rate Scheduie
New York State Department of Labor
.................................. Case Number ..................................
0502031
SUFFOLK 200q
Mason - Cement
NASSAU COUNTY: Entire County
NEH YORK CITY: Entire 5 Boroughs
SUFFOLK COUNTY: Entire County
HAGES: (per hour)
7/O1/Oq
Cement Mason ............ $ 39.00
OVERTIME:... See C, O, V ) on OVERTIME PAGE.
HOLIDAY=
PAID: ....... See
OVERTIME:... See
1 ) on HOLIDAY PAGE.
5, 6, 8, 11, 13, 25 )
on HOLIDAY PAGE.
APPRENTICES: ( 1/2
wages and fringes.
1st 2nd
50% 60%
year ~erms at the folloHing Percentage of Journeyman's
3rd ~th 5th 6~h
70% BOZ 90Z
SUPPLEMENTAL BENEFITS: (per hour worked)
~ 19.60
Apprentices:
1$t term 13.73
2nd term 1~.93
3rd term 16.1~
~th term 17.3~
5th term 18.55
6th term i9.2~
9-780
Mason - Marble
NASSAU COUNTY: Entire County
NEN YORK CITY: Entire 5 Boroughs
SUFFOLK COUNTY: Entira County
HESTCHESTER COUNTY: Entire County
HAGES: (per hour)
7/O1/Oq 1/01/05 7/0i/05 1/01/06
Building:
Marble/ Sawyer, Rubber
& Polisher ................... $ 3q.63 $ 35.28 $ 35.93 $ 36.58
Marble Restoration
Finishers .................... 18'.06 18.26 18.46 18.66
OVERTIME:.. See ( A, E, 9, V ) on OVERTIME PAGE.
HOLIDAYS:
Paid:'. ..... Journeymen receive 1/Z days pay for Labor Day.
Cleaner, Maintenance and 1ST ~hree ~erms of Apprentices
See ( 5. 6, 11. 15 )
on HOLIDAY PAGE.
All others See ( 1 ) on HOLIDAY PAGE.
Overtime=.. See ( 5, 6, 11, 15 ) on HOLIDAY PAGE.
APPRENTICES:
wa~ 2nd
50% 55%
( 1/Z ) year ~erms at the folloNihg percentage of Journeyman's
3rd qth 5th 6±h 7th 8th
60% 65% 70% 80% 90% . 95%
Prevailing RaGe Schedule
New York Sta~e Oepar±men± of Labor.
.................................. Case Number ..................................
0502051
SUFFOLK 200q
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman-Polisher ......... $ 15.95 $ lq.28
-Finisher ......... 5.55 5.65
Apprentice .................. 7,15 + 7.50 +
wage percentage of $ 6.78 6.78
lq.63 $ lq.g8
5.95 8.25
7.85 + 8.20
6.7B 6.78
9-7/2q
Mason - Marble CuP,ers and Se~ters
NEH YORK CITY: Entire 5 Boroughs EXCEPT for pro~ec~s ~ha± fall wi±him
a fifty-mile radius of Columbus Circle in New York Cz±y.
HESTCHESTER COUNTY: Entire county
HAGES: (per hour)
7/01/04 1/01/05 7/01/05 1/01/06
Building:
Marble Cut~er$ 8
Set,ers ................... $ 4q. O0 $ 45.10 $ 46.20 $ 47.50
OVERTIME: See ( B, O, V ) on OVERTIME PAGE a~tached.
HOLIDAY:
Paid: .... Journeymen receive 172 days pay for Labor Day.
Apprentices 1st ~hree Germs See ( 5, 6, 8, 11, 15 ) on
HOLIDAY PAGE,
Plus any day following a Thursday or Sunday Holiday.
MAll o~hers See ( 1 ) on HOLIDAY PAGE.
Overtime: See ( 5, 6, B, 11, 15, ) on HOLIDAY PAGE.
APPRENTICES: ( 1/Z ) year Germs aG ~he ~ollowing percentage of journeyman's
ls~ Znd 5rd 4±h 5th
50Z B5Z 65% 70% 80Z 95~
SUPPLEMENTAL BENEFITS= (per hour worked)
Journeyman ................ $ 17.00 $ 17.40 $ 17.80 $ 18.20
Appren±ice ................ 7.25 + 7.60 + 7.95 + 7.95 +
wage percentage of $ 9.75 9.80 9.85 9.85
9-7/q
Mason - Marble Rigger
NASSAU COUNTY: Entire Coun±y
NEW YORK CITY: En~ire 5 Boroughs
SUFFOLK COUNTY: Entire County
HESTCHESTER COUNTY: Entire County
HAGES: (per hour)
7/01/04 1/01/05 7/01/05 1/01/06
Marble-Riggers,
Crane & Derrickman ....... $ 57.13 $ 57.83 $ 58.58 $ 39.25
OVERTIME:... See ( C, 0, V ) on OV~RTIME PAGE.
HOLIDAY:
Paid: ...... 1/Z Day for Labor Day.
Overtime:.. See ( 5, 6, 8, 11, 15, 25 ) on OVERTIME PAGE.
APPRENTICES: ( 1/2 ) year Germs aG the +ollowing percentage of Journeyman's
wage.
1st 2nd 3rd 4th 5th 6~h
50% 55% 65% 75% 85% g5z
SUPPLEMENTAL BENEFITS: (~er hour worked)
Page 25
Prevailing RaGe Schedule
New York SGaGe DaparGment of Labor
.................................. Case Number ..................................
0502031
SUFFOLK 2004
Journeyman ............... $ 17.77 $ 1B.1Z $ 1B.q7, $ 18.82
Apprentice ............... $ 7.60 + 7.95 + 8.30 + 8.65 +
wage percentage of $ 10.17 10.17 10.17 10.17
9-7/20
Mason - Paver
NASSAU COUNTY: EnGire CounGy
MEW YORK CITY: EnGire 5 BorougHs
SUFFOLK COUNTY: Entire CounGy
~ Shall include bug nog limited to: ~irad clay brick pavers, pre-casG con-
crete slabs (london waiks), p~essad concreGe paver$~ cobble stone, all
types of ~lagging, asphalt concraGe pavers- asphaltic cement sand and
stone aggregaGe, unit safety surface.
WAGES: (per hour)
7/01/2004
Journeyman ........................ $ 2~.12
Ap~renGice ( one year term ) ...... 20.27
OVERTIME: ..... See B, E, Q ) on OVERTIME PAGE.
HOLIBAY:
Paid: ......... See 1 ) on HOLtBAY PAGE.
OverGime: ..... See 5, 6~ 25 ) on HOLIDAY PAGE.
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman ........................ $ 10.76
Appr .............................. 6.08
9-1 Paver
Mason - PoinGer/Caulker/Cleaner
NASSAU COUNTY: Entire CounGy
NEW YORK CITY: EnGire 5 Boroughs
SUFFOLK COUNTY: EnGire CounGy
WAGES (Der hour)
7/01/04
PoinGer, Cleaner,&
Caulker (Mason) ........... $ 33.~6
OVERTIME:... See B, H, E2 ) on OVERTIME PAGE.
HOLIDAY:
Paid: ....... See
OverGime:... See
1 ) on HOLIDAY PAGE.
5, 6 ) on HOLIDAY PAGE.
APPRENTICES: ( 1
lSG 2nd
$16.80 19.69
year terms at the following wage rates.
25.75 31.S0
SUPPLEMENTAL BENEFITS: (Der hour worked)
Journeyman ............. $ 15.9~
Appr 1st term ... ....... 2.50
Appr 2nd Germ .......... B.91
Appr 3rd Germ .......... 6.50
Appr qth Germ .......... 6,50
Page 26
Prevailing Ra~e Schedule
New York S±a*e DeparAmen~ of Labor
.................................. Case Number ....................................
05020~1
SUFFOLK 200q
9~iPCC
Mason - S~one Se±±ers
NASSAU COUNTY: Entire Coun±y
NEW YORK CITY: Entire County
SUFFOLK COUNTY: Entire County
HAGES: (per hour)
770170q
S~one Se~er ........... $ q2.SB
OVERTIME:... See ( C~,E~,Q ) on OVERTIME PAGE.
~ On weekdays ~he eighth (8~h) and ninth (9~h) hours are ~ime and
one-half all work ~herea~er is paid a~ double ~he hourly ra~e.
~ The ~irs~ seven (7) hours on Saturday is paid a± ~ime and one-half
ail work ~hereaf~er is paid a~ double ~he hourly ra~e.
HOLIDAY:
Paid: ....... See ( 8, 25 )
Overtime:... See ( 5, 6 )
on HOLIDAY PAGE.
on HOLIDAY PAGE.
APPRENTICES: ( 750 hour
la±. Znd. ard.
50% ~0% 70%
±erma a~ ~he following percentage o~
q~h. 5~h. 6~h.
80% 90% 100%
SUPPLEMENTAL BENEFITS: (per hour paid)
Stone Set,er ............ $ 25.q$
Stone Tender ............ 10.95
1st year apprentice ..... 15.06
9-1S~n
Mason - Tile Finisher
NASSAU COUNTY:
NEH YORK CITY:
ORANGE COUNTY:
PUTNAM COUNTY:
ROCKLAND COUNTY:
SUFFOLK COUNTY:
WESTCHESTER COUNTY:
WAGES: (per hour)
Entire County
Entire 5 Boroughs
En±ire County
Entire County
Entire County
Entire Coun±y
Entire County
7701/Oq 12/01/0~
~/01/05 12/01/05
Building:
Tile Finisher ............. $ 52.19 $ ~.Z9 $ ~.$9 $ ~q. O0
OVERTIME: .... See A, E, Q ) ON OVERTIME PAGE.
HOLIDAY:
Paid: ....... See 1 ) on HOLIDAY PAGE.
Overtime:... See 5, ~, 8, 10, il, 15, i6 ) on HOLIDAY PAGE.
APPRENTICES: ( 750 hour ) ~erms a± ~he ~ollowing percentages o~ dourneyman's
ls± Znd Srd q~h 6~h 7~h 8~h
50% 55% 65% 70% 75% B5% 90% g5%
Page 27
Prevailing Ra*e Schedule
New York S±a~e Depar~men~ of Labor
.................................. Case Number ............ ~ .....................
0502031
SUFFOLK 20Oq
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeymen ................ $ 15.35 $ 15.35 $ 16.35 $ 16.85
Apprentices .............. '.$ 7.00 + 7.00 + 7.00 + 7.50 +
wage percentage of $ 8.35 8.35 g.~o 9.35
9-7/88
Opera~ing Engineer - Building
NASSAU COUNTV~ Entire County
SUFFOLK COUNTY= Er±ire County
BUILDING CATEGORIES:
CLASS" AA "CRANES: Crane. Truck Crane, Derrick, Dragline~ Dredge, Crawler Crane, Tower Crane & Pile Orzver.
CLASS "A": Asphal~ Spreader. Backhoe Crawler, Boiier, Boring Machine~ Cherry
Picker (over 50 ~ons), Concrete Pump, Gradall, Grader, Ho~s~,
Loading Machine (10 yds. or more). Milling Machine, Power Hinch-
S~one Se~ing/S~ruc~ural S~eel & Truck Moun~ed. Powerhouse. Road
Paver, Scoop-Carryall-Scraper in Tandem, Shovel, Sideboom Tractor,
S~one Spreader (self-propelled), Tank Hork, Tower Crane Engineer.
CLASS "B": Backhoe, Boom Truck, Bulldozer, Borin9 Machine/Auger, Cherry
Picker (under 50 Tons)~ Conveyor-Mul~s. Dinkey Locomotive,
Fork Lif±. Hois~ (Z Drum), Loading Machine & Fron~ Loader~
Mulch Machine (Machine Fed), Power Hinches (No~ Included sn
Class !'A"), Aaphal~ Roller, Hydraulic Pump wi~h Boring Machine,
Scoop. Carryall, Scarer, Maintenance Man on Tower Crane,
Trenching Machine, Vermeer Cu~er, Hork Boa~.
CLASS "C": Curb Machine~ Mai.n~enance Engineer (Small Equip. & Hell Point).
Field Mechanzc, M.illing Machzne (Small). Pulvi Mixer, Pumps (all),
Roller (dir~), Ridge Cu,±er, Vac-A11, Sho~blas*er, S~riping
Machine, In~erior Hois~ Concrete Finish Machine, Concrete
Spreader, Conveyer, Curzng Machine, Hois~ (one drum).
CLASS 'D': Concrete Breaker, Concrete Saw/CuP,er, Fork Life or.Halk
Behind (power opera~ed), Generator, Hydra Hammer, Compactors
(mechanical or hand opera~ed), Pin Pulier, Portable Hea±ers,
Power Booms, Power Buggies, Pump (double action diaphragm).
CLASS "E': Ba~chin~ Plan~, Generator, Grinder, Mixer, Mulching Machine,
Oiler, ~ump (gypsum), Pump (singie action diaphragm)~ S±ump
Chipper, Trace Tamper, Tractor [ca~erpilier or wheel), Vibrator,
Deckhand'on Horkboa~. · '
HAGES: (per hour) 7-01-0q
Class "AA" ............... $ q5.06
Cranes:~ Boom length ove~ 100 fee~ ad~
' 150
" " " 250
" " " 350
Class "A" ............... $
~Add $3.50 for Hazardous Has~e Nork
Class "B" ................ $
~Add $2.50 for Hazardous Ha$~e Hork
Class "C' ................ $
1.00 per hour
1. B0 " "
2.00 "
3.00 " "
Page 28
Prevailing Rate Schedule
New York State Department of Labor-
.................................. Case Number .................................
0502051
SUFFOLK
~Add $1.50 for Hazardous Haste Hork
Class "O" ................
CIass "E" ................
OVERTIME PAY: See ( D, 0 )
HOLIDAYS:
$ $3.58
52.20
on OVERTIME PAGE.
Paid: ........ See ( 5, 6, 8, 9, i5, 25 ) on HOLIDAY PAGE.
"NOTE": Employee must be empioyed day before and day after a
holiday to receive holiday pay.
Overtime: .... See ( 5, 6, 8, 9, I5, 25 ) on OVERTIME PAGE.
APPRENTICE ( I ) year terms at the foilowing retes;
1st yr ................... $ 19.90
2nd yr ................... 20.70
3rd yr ................... 21.33
SUPPLEMENTAL BENEFITS: (per hour worked)
ALL CLASSES .............. $ 25.79
Note: OVERTIME AMOUNT ..... 20.60
APPRENTICES .............. $ 15.lq
Note: OVERTIME.AMOUNT ..... 5,60
4-138
Operating Engineer ~ Heavy Highway
NASSAU COUNTY: Entire County
SUFFOLK COUNTY: Entire County
HEAVY/H.IGHHAY CATEGORIES:
CLASS "AA" CRANES: Crane, Truck Crane, Derrick, Dragiine, Dredge, Crawler Crane, Tower Crane, Pile Driver.
CLASS "A": Asphalt Spreader. Backhoe Crawler, Boiler Cherrypicker
(over 50 tons), Concrete Pump, Grader. Gradall, Hoist
Loading Machine 10 yds. or more), Milling Machine, Power
Hinch-Stone Setting/S±ructural Steel or Truck Mounted,
Powerhouse, Road Paver, Scoop-Carryell-Scaper in Tandem,
Shovel, Sideboom Tractor, Stone Spreader (self propelled),
Tank Hork, Track Alignment Machine.
CLASS "B": Backhoe, Boom Truck, Bulldozer, Boring Machine/Auger, Cherry
Picker (under 50 tons), Conveyor-MuItl, Oinky Locomotive,
Fork Lift, Moist (2 drum), Loading Machine & Front Loader,
MuIch Machine (machine fed)~ Power Hinches (ail others not
included in CLASS A), Asphalt Roller, Hydraulic Pump with
Boring Machine, Scoop, Carryall, Scaper, Maintenance Man on
Tower Crane, Trenching Machine, Vermeer Cutter, Hork Boat.
CLASS "C": Curb Machine, Maintenance Engineer (Small Equip. S Hell Point),
Field Mechanic, Milling Machine (Smai1), Pulvi-Mixer, Pumps,
Roller (Dirt), Var-All, Melding/Burning. Compressor (Structural
Steei& 2 or more Batteries), concrete Finish Machine, Concrete
Spreader, Conveyor, Curing Machine. Fireman. Hoist (One Drum),
Ridge Cutter, Striping Machine, Helding Machine (Structural
Steel & Pile Hork).
CLASS "O": Compressor (Pile,Crane4Stone Setting), Concrete Saw Cutter/
Breaker, Hork Lift (Haik Behind. Power Operated), Generator
(Pile Hork),Hydra Hammer, Hand Operated Compactor, Pin Puller~
Page 29
PrevaiIing RaGe Schedule
Ne~ York SGaGe Depar~menG of Labor
.................................. Case Number ..................................
0502051
SUFFOLK 200q
PorGable HeaGer, PoNered Broom/Buggy/Grinder, Pump (Single
Ac±ion-1 ~o 3 Inches/Gypsum/Double Action Diaphragm),
Hand Trenching Machine, Nelding Machine.
CLASS "E": BaAchin~ PlanG, Genera±or, Grinder, Mixer~ Mulching Machine,
Oiler, Pump (CenGrifuga! up Go $ In.), Roo~ Cu±~er, S±ump
Chipper, Oiler on To~er Crane, Track Tamper, Tractor, VibreGor,
Deckhand on Nork BoaA.
HAGES (per hour)
7-Ol-Oq
Class "AA' ............... $ ~6,15
Cranes: Boom Length over 100 feeG add $ '1.00 p~r h~ur
n " 150 " " $ 1.50
" " " 250 " " $ 2.00 "
,7 . " 350 " " $ 3.00
Class 'A" ................ $
MAdd $5.50 for Hazardous Has~e Hork.
Class "B' ................ $ 38.09~
MAdd $2.50 for Hazardous HasAe Hork.
Class 'C" ................ $ 36.72~
~Add $1.50 for Hazardous HasGe Hork
class "0" ................ $ 5~.99
Class 7'E" ................ 32.62
"NOTE": PREMIUM PAY 20Z on e~raigh~ ~me hours for NEH YORK STATE-
D.O.T. and oGher GOVERNMENTAL MANDATED o~f-shif~ Hork.
OVERTIME PAYi See ( D, 0 ) on OVERTIHE PAGE.
HOLIDAY:
Paid: ........ See ( B, 6, 8, 9, 15, 25 ) on HOLIDAY PAGE.
NOTE": Employee musG be employed day before and day after a
holiday Go receive holiday pay..
OverGime: .... See ( 5, 6, 8, 9, 15, 25 ) on OVERTIME PAGE.
APPRENTICE ( I ) year Germs a~ Ghe ~olloHing ra~es;
lsG yr .................. $ 19.90
2nd yr .................. 20.70
3rd yr ..................
SUPPLEMENTAL BENEFITS: (per hour ~orked)
ALL CLASSES ............. $ 23.79
NoGe: OVERTIME AMOUNT... 20.60
APPRENTICES ............. $ 15.lq
NoGe: OVERTIME AMOUNT... 5.60
q-138
OperaGing Engineer - Harine ConsGruc(ion
ALBANY COUNTY: EnGire CounGy ONEIDA COUNTY: Entire CounGy
ALLEGANY COUNTY: EnGire CounGy ONONDAGA COUNTY: EnGire CounGy
BROOME COUNTY: Entire County ONTARIO COUNTY: EnGire CounGy
CATTARAUGUS COUNTY: Entire County ORANGE COUNTY: EnGire CounGy
CAYUGA COUNTY: EnGire County ORLEANS COUNTY: EnGire CounGy
CHAUTAUQUA COUNTY: EnGire CounGy OSHEGO COUNTY: Entire CounGy
Page
PrevaiIing Rate ScheduIe
New York Stake Oeparkment o~ Labor
.................................. Case Number
0502031
SUFFOLK 2004
CHEMUNG COUNTY: Enkire Counky
CHENANGO COUNTY: Enkire Counky
CLINTON COUNTY: Entire Counky
COLUMBIA COUNTY: Enkire Counk¥
CORTLAND' COUNTY: Enkire Counky
BELANARE COUNTY: Entire Counky
BUTCHESS COUNTY: Entire County
ERIE COUNTY: Enkire Counky
ESSEX COUNTY: Enkire Counky
FRANKLIN COUNTY: Entire Counky
FULTON COUNTY: Enkire County
GENESEE COUNTY: Entire Counky
GREENE COUNTY: Enkire Counky
HAMILTON COUNTY: Enkire Counky
HERKIMER COUNTY: Enkira Counky
JEFFERSON COUNTY: Enkire Counky
LEHIS COUNTY: Enkire Counky
LIVINGSTON COUNTY: Enkire Counky
MADISON COUNTY: Enkire County
MONROE COUNTY: Entire County
MONTOMERY COUNTY: Enkire Counky
NASSAU COUNTY: Entire Counky
NEH YORK CITY: Entire Counky
NIAGARA COUNTY: Enkire Counky
HAGES: (per hour)
DIPPER & CLAMSHELL OREDGES CLASS A:
OTSEGO COUNTY: Entire Count>
PUTNAM COUNTY: Entire County
RENSSELAER COUNTY: Enkire Counky
ROCKLAND COUNTY: Entire County
SARATOGA COUNTY: Enkire County
SCHENECTADY COUNTY: Entire County
SCHONARIE COUNTY: Enkire County
SCHUYLER COUNTY: Entire County
SENECA COUNTY: Entire County
STEUBEN COUNTY: Entire County
ST. LANRENCE COUNTY: Enkire County
SUFFOLK COUNTY: Enkire County
SULLIVAN COUNTY: Entire County
TIOGA COUNTY: Enkire Counk>
TOMPKINS COUNTY: Enkire County
ULSTER COUNTY: Entire County
NARREN COUNTY: Enkire Counk¥
HASHINGTON COUNTY: Entire County
HAYNE COUNTY: Entire County
HESTCHESTER COUNTY: Entire Counky
HYOMING COUNTY: Entire Counk>
YATES COUNTY: Enkire County
7-Ol-Oq
Operakor ........................ $ 28.07
CLASS B:
Oparakor II .....................
Engineer ........................ Zq,72
Boat Masker .....................
CLASS C:
Mainkenance Eng ................. $ Z3.59
Ma±e ............................ Z1.gg
Drag Barge Operakor ............ Z1,99
MelBer .......................... Z3.Z2
Boat Cart ....................... 22.15
Chief of Party .................. Z1.9~
CLASS D:
Oiler ........................... $ 18.59
ScoNman ......................... 17.88
Rodman .......................... i?.B8
Tug Deckhand .................... lB.13
Deckhand ........................ ID.13
7-Ol-Oq
HYDRAULIC DREDGES
CLASS A:
Leverman ........................ $ 27.56
CLASS B:
Leverman II .................... $ 23.0~
Engineer ........................ Z~o17
Derrick Operator ................ 2~.17
Chief Make ...................... 23.82
Chief Helder .................... 2~.G8
Eleckrician .....................
Fill Placer ..................... 23.82
AssA,Fili Placer ................ 21.80
Page $1
Prevailing RaGe Schedule
NeH York S±a~e Oepar~men~ of Labor
.................................. Case Number ....................... ~ ..........
0502031
SUFFOLK 200~
' Boa~ mas~er ..................... 25.23
CLASS C:
Maintenance Erg ................. $ 25,59
Ma~e ............................ 21,99
Drag Barge Opera±or ............. 21.99
He,der Dredge ................... 23.21
Spider Barge Opera,or .......... 23.01
Boa~ Cap~ ....................... 22.15
Chief of Par~y .................. 21.99
CLASS D:
Oiler ........................... $ 18.59
Shoreman ........................ 17,90
Rodman .......................... 17,90
Oackhand ........................ 17,90
Tug.Deckhand .................... 18,13
OVERTIME: See ( B, F, R ) on OVERTIME PAGE.
HOLIOAY:
Paid: See ( 5, 6, 8, 15, 26 ) on HOLIDAY PAGE.
Over±ime: See (5~ 6; 8; 15, 26 ) on OVERTIME PAGE.
SUPPLEMENTAL BENEFI.TS: (per hour worked)
"The ~ollowing SUPPLEMENTAL BENEFITS apply ~o ALL ca*agonies'
7-01-0~
All Class A & B ............... $ 6.q5
plus 7Z
(overtime hours add) ............ $ 1.25
All Class C .................... $ 5.85
plus 72
of wage
[overtime hours add] ............ $ 0.95
All Class D ..... ; ............. $ 5.25
plus 7Z
(overtime haurs add) ........... $ 0,~5
~-25a
Opera~ing Engineer - Survey Crew - Building
NASSAU COUNTY:. Entire County
NEH YORK CITY: Entire 5 Boroughs
SUFFOLK COUNTY: Entire County
HAGES: (per hour)
7/O[/Oq 7/01/05
Survey Ra~es-Building:
Par±y Chief .............. $ ~5.15 $ 2.71 per hour increase
Ins~rumen~ Man ........... $0.87 2.32 per hour increase
Rodman ................... 21.16 1.B$ per hour increase
Prevailing Rate Schedule
New York Sta±e Department o~ Labor
.................................. Cese Number ..................................
0502031
SUFFOLK
OVERTIME: .... See ( A, Ex, q, V ) ON OVERTIME PACE.
~Ooubletime paid on the Bth hour on Saturday.
HOLIDAYS:
Paid: ....... See ( 5, 6, B, ll, 12, 15, 25 ) on HOLIDAY PACE.
Overtime:... See (5' 6, B, ll, 12, 25 ) on HOLIDAY PACE.
SUPPLEMENTAL BENEFITS: (per hour paid)
Journeymen .............. $ 17.ZO
g-15Db
Operating Engineer - Survey Crew - Heevy Highway
DUTCHESS COUNTY: En±ire County
NASSAU COUNTY: Entire Coun±y
MEN YORK CITY: En±ire 5 Boroughs
PUTNAM COUNTY: Entire County
SUFFOLK COUNTY: Entire County
NESTCHESTER COUNTY: Entire County
NAGES: (per hour)
7/01/0q 7/01/05
Survey Rates-Heavy/Highway:
Party Chie~ ................ $ 46.15
Instrument Man ............. 5q.19
Rodman ..................... 29.85
OVERTIME:... See ( B, Ex, q~ V ) ON OVERTIME PAGE.
NDoubletime paid on the 9th hour on Saturday.
HOLIDAY:
Paid: ..... See ( 5, 6, 7, ll~ 12 ) on HOLIDAY PAGE.
Overtime:. See ( 5,~' 7' i1, 12 ) on HOLIDAY PAGE.
SUPPLEMENTAL BENEFITS: (per hour paid)
Journeyman .................. ~ 17.20
3.11 per hour increase
2.52 per hour increase
2.$1 per hour increase
9-15Oh
Operating Engineer -NeIi DrilIer
NASSAU COUNTY: Entire County
SUFFOLK COUNTY: Entire County
HAGES: (per hour) ?-Ol-Oq- 8-Ol-Oq-
7-Bl-Oq
Nell Driller: ............ $ 25.65 $ 26.66
Nell Driller Assiss~ent:. 22.66 2~.57
OVERTIME PAY: See B, E, G, P ) on OVERTIME PACE,
HOLIDAY:
Paid: ....... See 5, 6, 16, 25 ) on HOLIDAY PAGE.
Overtime: .... See 5; 6; 16, 25 ) on OVERTIME PAGE.
SUPPLEMENTAL BENEFITS: (per hour worked)
Hell Driller: ........... $ 11.51
Hell Driller Assistant:. 11.21
$ 11.61
11.50
"PLEASE NOTE"
For All Overtime Hours
Add $ 2.50/hr
Hezardous Naste Differential
Page 53
Prevailing Rate Schedule
New York State Oepartment of Labor
.................................. Case Number ..................................
0502031
SUFFOLK 200q
Level A ................. $ 3,00 pep hr over Pate
Level B ................. 2.00 ' " " "
Level C ................. 1.00 " " " "
q-13Bwell
Operating Engineer -Trenchless Pipeline Rehabilitation
ALBANY COUNTY: - Entire County ONEIDA COUNTY: Entire County
ALLEGANY COUNTY: Entire County ONONDAGA COUNTY: Entire County
BROOME COUNTY: Entire County ONTARIO COUNTY: Entire
CATTARAUGUS COUNTY: Entire County ORANGE COUNTY: Entire
CAYUGA COUNTY: .Entire County ORLEANS COUNTY: Entire
Entine'County OSWEGO COUNTY: Entire
CHAUTAUQUA COUNTY:
CHENUNG COUNTY:
CHENANGO COUNTY:
CLINTON COUNTY:
COLUMBIA COUNTY:
CORTLAND COUNTY:
DELAWARE COUNTY:
DUTCHESS COUNTY.:
ERIE COUNTY:
ESSEX COUNTY:
FRANKLIN COUNTY:
FULTON COUNTY:
GENESEE COUNTY:
GREENE COUNTY:
HAMILTON COUNTY:
HERKIMER COUNTY:
JEFFERSON COUNTY:
LEWIS COUNTY:
LIVINGSTON COUNTY:
MADISON COUNTY:
MONROE COUNTY:
MONTOMERY COUNTY:
NASSAU COUNTY:
NEW YORK CITY:
NIAGARA COUNTY:
Entire County
Entire County
Entire County
Entire County
Entire County
Entire County
Entire County
Entire Count
Entire Count
Entire Count
Entire Count
Entire Count
Entire Count
Entire Count
Entire Count
Entire Count
Entire Count
Entire County
Entire County
Entire County
Entire County
Entire County
Entire County .
Entire County
County
County
County
County
OTSEGO COUNTY: Entire County
PUTNAM COUNTY: Entire County
RENSSELAER COUNTY: Entire County
ROCKLAND COUNTY: Entire County
SARATOGA COUNTY: Entire County
SCHENECTADY COUNTY: Entire County
SCHOHARIE COUNTY: Entire County
SCHUYLER COUNTY: Entire County
SENECA COUNTYi Entire County
STEUBEN COUNTY: Entire County
ST, LAWRENCE COUNTY: Entire County
SUFFOLK COUNTY: Entire County
SULLIVAN COUNTY: Entire County
TIOGA COUNTY: Entire County
TOMPKINS COUNTY: Entire County
ULSTER COUNTY: Entire County
WARREN COUNTY: Entire County
WASHINGTON COUNTY: 'Entire County
WAYNE COUNTY: Entire County
WESTCHESTER COUNTY: Entire County
WYOMING COUNTY: Entire County
YATES COUNTY: Entire County
On Contracts for Inspection Only: These rates Do Not APPLY.
IMPORTANT NOTE: Rates apply to pipeline repair utilizing a Cured-In-Place
Pipe (CIPP) linin~ system. For all other pipeline repair work, the
traditional classification and corresponding wage rates apply.
OPERATING ENGINEER - Trenchless Pipeline Rehabilitation
7-01-04
Lead Tec TV Crew ............. $ 35.51
Hat Out Tec .................. $ 3q.20
Technician ................... $ 32.89
Boiler. Operator .............. $ 33.5~
Yard rate .................... $ 28.96
Yard Mechanic ................ $ 33.5~
Page 34
Preveillng Rata Schedule
New York State Department of Labor
.................................. Case Number ..................................
0502031
SUFFOLK 200q
NOTE: PREMIUM PAY 20% on s~raight time hours for MEN YORK STATE D,O,T,
and other GOVERNMENTAL MANOATED off-shif± HoPk,
OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE.
HOLIDAY:
Paid: ....... See ( 5, 6, B, 9, 15, 25 ) on HOLIDAY PAGE.~
~ mus± work day before ~ day after or receive 2 hfs per in~ermit±en± day
Overtime: .... See ( 5, 6, 8, 9, 15, 25 ) on OVERTIME PAGE.~
APPRENTICE ( 1 ) year *erms a~ ~he following ra~es;
ls* yr .................... $ 19.01
2nd yr .................... 19.78
Srd yr ....................
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman ............... $ 23.29
No~e: OVERTIME Journeyman. 20.60
Apprentice ............... 14.64
No±e: OVERTIME Apprentice 5,60 4-138
Pain~er-Bridge/S~ruc~ural S~eel
NASSAU COUNTY: Entire Coun±y
SUFFOLK COUNTY: Entire C°un~Y-Ol-04-7
NAGES: (per hour) I0-01-04
9-30~04
~Bridge .................. $ 40.25 $ 42.00
S%ruc±ural S~eel ........... 40.25 42.00
Power Tool/ink Compressor.. 46.25
~For Bridge Pain~ing Contrac±s, ALL WORKERS on and off ~he bridge
(including Fla~men) are ~o be paid Pain%er~e Ra~e; %he contract must
be ONLY for Brzdge Pain%ing.
OVERTIME PAY: See ( A,O,) on OVERTIME PAGE.
HOLIDAY:
Paid: See ( 1 ) on HOLIDAY PAGE.
Over±ime: See ( 5,6 ) on HOLIDAY PAGE.
APPRENTICES: ( 1 ) year ~erms a~ ~he following ra~es.
ls~ 2nd 3rd
Bridge ....... 40% 60% 80%
S~eel ........ 40% 60% 80%
Tool ......... 40% 60% 80%
Appr ls~ year ........
Appr 2nd year ........
Appr 3rd year ........
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman ........... 48%+
$ 4.50/hr
48%7hr
48%+
$ 4.50/hr
48%+
5.00/hr
48%/hr
48%+
5.00/hr
48%+
Page 35
Prevailing Rate Schedule
New York State Department of Labor
.................................. Case Number ..................................
0502031
SUFPOLK 2004
$ q.50/hr 5.00/hr
4-DCg/NS
Painter - Brush/Spray
NASSAU COUNTY: Entire County
NEH YORK CITY: Entire 5 Boroughs
PUTNAM COUNTY: Entire County
SUFFOLK COUNTY: Entire County
HESTCHESTER COUNTY: Entire County
HAGES: (per hour)
7/Ol/Oq
Brush ..................... $ $2.2~
Spray & Scaffold .......... 35.25
Fire Escape ............... 35.25
Decorator ................. 35.25
Paperhanger ............... 34.45
OVERTIME= .... See ( A, H ) on OVERTIME PAGE
HOLIDAY:
Paid: ........ See
Overtime: .... See
( 1 ) on HOLIDAY PAGE
( 5, 6, 16, 25 ) on HOLIDAY PAGE
APPRENTICES: Indentured after 5/31/93 ( 1 ) yea~ terms at the following
percentage of ~ourneyman's wage.
1st 2nd 3rd 4th
7/01/04 ...... $ 11.30 16.13 1g.35 25.80
SUPPLEMENTAL BENEFITS: ( per hour worked )
Paperhanger .............. $ 20.78
All others ......... $ 16.67
Apprentices:
ls~ Year ................ $ 5.90
2nd Year ................ 8.51
Srd Year ................ 10.98
4th Year ................ 15.45
9-NYDCg
Pain,er - Drywall Taper
NASSAU COUNTY: Entire County
SUFFOLK COUNTY: Entire County
WAG£S: (per hour)
7/01/04
Drywall Taper ............. $ $2.25
OVERTIME:... See ( A, H ) on OVERTIME PAGE
HOLIDAY:
Paid: ...... See ( i ) on HOLIDAY PAGE
Overtime:.. See ( 4, 5, 6, 25 ) on HOLIDAY PAGE
APPRENTICES: Indentured after 5/31/93 ( i ) year terms at the following
percentage of journeyman's wage.
1st 2nd 3rd 4th
$11.30 15.13 19.35 25.80
Page $6
Prevailing Ra~e Schedule
New York S~a±e Depar±men~ of Labor.
.................................. Case Number ..................................
0502031
SUFFOLK 200~
SUPPLEMENTAL BENEFITS: ( per hour worked )
Journeyman ............... $ 16.67
Apprentices:
ls± Year.. .~ 5.90
2nd Year ................. 8.51
Srd Year ................. 10.98
~h Year ................. 15.q5
9-NYOCT9
Pain,er - Highway S~ripin~
ALBANY COUNTY: Entire County
CLINTON COUNTY: Entire County
COLUMBIA COUNTY: Entire County
DUTCHESS COUNTY: Entire County
ESSEX COUNTY: Entire County
FRANKLIN COUNTY: Er±ire Coun±y
FULTON COUNTY: Entire County
GREENE COUNTY: En±ire Coun±y
HAMILTON COUNTY: Entire Coun±y
MONTGOMERY COUNTY: En*ire County
NASSAU COUNTY: En±ire Coun±y
NEN YORK CITY: Entire 5 Boroughs
ORANGE COUNTY: Eh±ire County
PUTNAM COUNTY: Entire County
RENSSELAER COUNTY: Entire County
ROCKLAND COUNTY: Entire County
SARATOGA COUNTY: Entire County
SCHENECTADY COUNTY: Eh±ire County
SCHOHARIE COUNTY: Entire County
SUFFOLK COUNTY: En±ire County
SULLIVAN COUNTY: Entire Coun±y
ULSTER COUNTY: Entire County
NARREN COUNTY: Entire County
NASHINGTON COUNTY: En±ire County
~ESTCHESTER COUNTY: Entire County
NAGES: (per hour)
Pain,er (S±riping-Highway):
7/O1/Oq 6101/05
S~riping-Machine Operator ........... $ 23.06 $ 2~.64
Linerman ~hermoplas~ic .............. 27.79 28.~9
OVERTIME: .... See ( B, E, P, S ) on OVERTIME PAGE.
HOLIOAY:
Paid: ........ See ( 11, 12, 15, i6, 17, 20 )ON HOLIDAY PAGE.
Over*ime: .... See [ ~; g;z2, 15, 16, PAGE.
20, 21, 22 ) ON HOLIDAY
11,
17,
APPRENTICES: (1) year ±arms a± ~he following wage.
ls± ~erm $ 15.89 $ 14.24
2nd ~erm 16.67 17.09
3~h ~erm 19.45 19.94
4±h ~erm 20.8q 21.36
SUPPLEMENTAL BENEFITS: (per hour paid)
$ 6.38 + $ 7.iq +
7% O~ wage
9-8a/28a
(2~0)
01)
Page 37
Prevailing Rate Schedule
NeH York State Depantmen~ o4 Labor
.................................. Case Number ..................................
0502051
SUFFOLK .2004
Painter - Metal Poiisher
ALBANY COUNTY: Entire County ONEIDA COUNTY: Entire County
ALLEGANY COUNTY: Er±ire County ONONDAGA COUNTY: Entire Coun±y
BROOME COUNTY: Er±ire County ONTARIO COUNTY: Entire. County
CATTARAUGUS COUNTY: Entire County ORANGE COUNTY: Entire County
· CAYUGA COUNTY: Entire Coun±y ORLEANS COUNTY: Entire County
CHAUTAUQUA COUNTY: Entire County OSNEGO COUNTY: Entire County
CHEMUNG COUNTY: Entire County OTSEGO COUNTY: Entire County
CHENANGO COUNTY: Entire County PUTNAM COUNTY: Entire County
CLINTON COUNTY: Entire County RENSSELAER COUNTY: Entire County
COLUMBIA COUNTY: Entire County ROCKLAND COUNTY: Entire County
CORTLAND COUNTY: Entire County SARATOGA COUNTY: Entire County
DELAHARE COUNTY: Entire County SCHENECTADY COUNTY: Entire County
DUTCHESS COUNTY~ Entire County SCHOHARIE COUNTY: Entire County
ERIE COUNTY: Entire. County SCHUYLER COUNTY: Entire County
ESSEX COUNTY: Entire County SENECA COUNTY: Entire County
FRANKLIN COUNTY: Entire Coun±y STEUBEN COUNTY: Entire County
FULTON COUNTY: Entire County ST. LANRENCE COUNTY: Entire County
GENESEE COUNTY: Entire County SUFFOLK COUNTY: Entire County
GREENE COUNTY: Entire County SULLIVAN COUNTY: Entire County
HAMILTON COUNTY: Entire County TIOGA COUNTY: Entire County
HERKIMERCOUNTY: EnAire Coun±y TOMPKINS COUNTY: Entire County
JEFFERSON COUNTY: Entire Coun±y ULSTER COUNTY: Entire County
LEHIS COUNTY: Entire Coun±y HARREN COUNTY: Entire County
LIVINGSTON COUNTY: Entire County HASHINGTON COUNTY: Entire'County
MADISON COUNTY: Entire County HAYNE COUNTY: Er±ire County
MONROE COUNTY: Entire County NESTCHESTER COUNTY: Entire County
MONTGOMERY COUNTY: · Entire County NYOMING COUNTY: Entire County
NASSAU COUNTY: Entire County YATES COUNTY: Entire County
NEH YORK CITY: Entire 5 Boroughs
NIAGARA COUNTY: Entire County
HAGES: (per hour)
7/01/04
Me~al Polisher ........ $ 21.98
All Horkers shall be paid a premium in an amount equal ~o tHen~y ( 20Z ) par
cent o4 ~heir basic straigh± time rate of pay for ail ~ime Horked on hanging
scaffolds and on standing sca~oids'Hhile Horking more ~han 28 fee~ off ~he
ground, such premium ~o be paid on ~op of ~heir straigh~ time or overtime,
Hhichever is applicable.
OVERTIME: .... See ( B, E, Q ) on OVERTIME PAGE.
HOLIDAY:
Paid: ....... See (5~6,~,il,1B,16,25) on HOLIDAY PAGE.
Overtime:.. See (5,6,~,ii,15,16,2~) on HOLIDAY PAGE
APPRENTICES: 55Z of Basic Polisher Rate (~)
SUPPLEMENTAL BENEFITS: (Z of To~ai Hages)
Journeymen & Apprentice - 55% of Hage$
g - 8A/28A
Piasterers- Plasterer
MEN YORK CITY: Only Brook[yn and Queens Counties
NASSAU COUNTY: Err;re County
SUFFOLK COUNTY= Entire Coun±y
HAGES: (per hour)
7/01/04 8/0q/04 2/05/05
Building: '
Plasterer/Traditional ........ $ 32.q5 $ 33.24 $ 33.24
Page 58
Prevailing Rate Schedule
New York State Department of Labor
.................................. Case Humber ...................................
.0502031
SUFFOLK 200~
OVERTIME: .... See ( 8, E, E2, Q ) on OVERTIME PAGE.
HOLIDAY:
Paid: ........ See ( i )on HOLIDAY PAGE
Overtime: ..... See ( 5, 6, 8, 11, 13, 25, 26 ) on HOLIDAY PAGE.
APPRENTICES: ( 1 ) year terms at the folIowing Hage rates.
First year: 1st 6 months 2nd 6 months
~0%
Second year: 1st 6 months 2nd 6 months
55% 60%
Third year: 1st 6 months 2nd 6 months
70% 75%
SUPPLEMENTAL BENEFITS:
( per hour worked )
Journeyman .................. $ 17.51 $ 17.51
Appr. 1st term .............. 8.05 8.0S
Apbr. 2nd term .............. 8.86 8.86
Appr. and term .............. 10.qg 10.q9
Appr. q~h term .............. 11.30 ll.50
Appr. 5th term .............. 12.96 1z,g6
Appr. 6th term ............. '. 13.79 15.79
9-530
S 18. SO
Plumber
NASSAU COUNTY: Entire County
SUFFOLK COUNTY: Entire County
HAGES: (per hour) 7-Ol-Oq- 11-01-0~- 5-01-05
10-01-.0q q-30-05
Plumber .........
OVERTIME PAY: See
HOLIDAY:
Paid: ....... See
Overtime: .... See
$ QO.19 $ ql.qq
A, 0 ) on OVERTIME PAGE.
1 ) on HOLIDAY PAGE.
5, 6~ 15, 25 ) on HOLIDAY PAGE.
$ ql.56
APPRENTICES: ( 1 ) year terms at the following rates.
1st year ...... $ 15.46 $ 15.96 $ 16.06
2nd year ...... 19.88 20.50 20.69
3nd year ...... 26.17 26.98 27.16
qth year ...... 28.12 29.00 29.16
5th year ...... 30.07 31,01 31.12
SUPPLEMENTAL BENEFITS: (per hour worked~)
Journeyman $ 21.13 21.13 2Z.05
Appr 1st term 12.20 12.20 12.55
Appr 2nd term 14.00 lq. O0 1~.38
AppP 3rd term 14.63 1Q.63 15.08
Appr 4th term 14.95 1~.95 16.25
Appr 5th term 16.55 16.33 17.06
(~Sunday and Holiday Benefits paid at Double Time rate.)
PUMP & TANK HORK
0))
Page 59
Prevailing Rate Schedule
New York State Department of Labor
.................................. Case Number ..................................
0502051
SUFFOLK 2004
NAOES (per hour) 7-01-04
Journeyman ......... $ 31.60
Overtime: ( B, E, Q ) on Overtime Page.
Holidays: Paid ( 1 )
Overtime ( 5, 6, 9, 10, 16 ) on Holiday Page.
Apprentices: One year terms at the following rates;
App: 1st yr ....... $ t2.22
App: 2nd yr ....... i5.64
App: 5rd yr ....... 18.95
App: 4th yr ....... 22.21
Mechanic: ......... 27.57
Serviceman: ....... 18.go
Supplemental Benefits (par hour worked)
Journeyman ........ $ 15.6l
App. let yr ....... 6.66
App. 2nd yr ....... 7.97
App. 3rd yr ....... 9.5B
App. qth yr ....... 10.84
Mechanic: ......... 12.56
Servicemen: ....... 9.58
4-200
Roofer
NASSAU COUNTY: Entire County
SUFFOLK COUNTY: Entire County
NAGES: (per hour)
7-01-04-
9-30-04
10-01-04
Additional
$ 2,25/hr
Roofer/Naterproofer .............. $ 50.75
OVERTIME PAY - Ne. Roof= See ( B,E.Q ) on OVERTIME PAGE.
OVERTIME PAY Re-roof= See ( B,E~E2,Q ) on DVERTIME PAGE.
HOLIDAY:
Paid: ........ See ( 1 ) on HOLIDAY PAGE.
Overtime: ..... See ( 5,6,13,16,25 ) on HOLIDAY PAGE.
APPRENTICES: ( 1 ) year terms at ±he following percentage of 5ourneyman's wage.
let 2nd 3rd 4th
40% 50% 70% 80%
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman $ 2I.Oq
Apprentices: 1st 2.00
2nd 6.00
5rd 11.82
4±h 16.,71
Sheetme±a! Horker
NASSAU COUNTY= Entire County
NEH YORK CITY: Entire 5 Boroughs
SUFFOLK COUNTY: Entire CountY_O1._04_?
HAGES: (per hour) 7-29-04- 2-01-05-
7-28-04 1-31-05 6-30-05
Sheetme~al Norker ........... $ 59.15
Additional
$ 2.00/hr
Additional
$ 2.00/hr
Page ~0
Prevailing Ra±e Schedule
NaN York S~ate Department of Labor
.................................. Case Number ..................................
0502031
SUFFOLK ZOOq
For Temporary Operation or
Maintenance oF Fans: ......... 80% of Sheetma~al Rate
OVERTIME PAY: See ( C, 0,) on OVERTIME PAGE
(
D'
0,) on Fan Maintenance
HOLIDAYS:
Paid: ........ See ( 1 ) on HOLIDAY PAGE.
Overtime: .... See ( 5, 6, 11, 15, 16, 25, 26 ) on holiday page.
APPRENTICES:let (2ndl/2)yea3rdr termsqth at 5ththe Follo~ingGth 7thPercentBth°f journeyman rate
30% 35% qO% 45% 50% 55% 60% 70%
SUPPLEMENTAL BENEFITS: (per hour worked) (per overtime hour worked)
Journeyman $ 2q.16 $ ~0.62
Aopr let term g.q6 15.41
Appr 2nd term 10.63 17.45
Appr 3rd term 11.74 19.37
Appr qth ±erm 12.91 21.41
Appr 5th term 1~.01 23.31
Appr 6~h term 15.01 25,02
Appr 7th {arm 16.51 27.72
Appr 8th term 19.38 32.B6
q-28
Sheetmetal Worker - Sign Erector
NASSAU COUNTY: Entire County
NEW YORK CITY: Entire 5 Boroughs
ROCKLAND COUNTY: Entire County
SUFFOLK COUNTY: Entire County
WESTCHESTEE COUNTY: Entire County
WAGES: (per hour) 7/01/04
Sign Erector ................ $ 33.90
~NOTE: Overhead highway signs and structurally supported signs (See Iron
Honker Claesifzcatzon)
OVERTIME: .... See
HOLIDAY:
Paid: ........ See
Overtime: .... See
A, H ) on OVERTIME PAGE.
5, 6, 10, 11, 12, 16 ) on HOLIDAY PAGE.
5, 6, 10, 11, 12, 16 ) on HOLIDAY PAGE.
APPRENTICES: ( 1/2 ) year terms at the ~ollo, ing percentage of journeyman's
wage.
1st 2nd Srd qth 5th 6th 7±h 8th 9th loth
35% 40% 45% 50% 55% 60% 65% 70% 75% 80%
Page ql
Prevailing RaGe Schedule
New York SGaGe Depar±manG of Labor
.................................. Case Number ..................................
0502051
SUFFOLK 200q
SUPPLEMENTAL BENEFITS:
Journeyman ............... $ Z2.43
Apr lsG Germ .............. 5,Z2
Apr Znd Germ ............. 5,88
Apr 3rd Germ ............. 6,B4
Apr qGh Germ ............. 7.Z1
Apr 5Gh Germ ............. 9,87
Apr 6Gh Germ ............. 10,5~
Apr 7Gh Germ ............. 13,19
Apr BGh Germ ............. lq.06
Apr 9Gh Germ ............. l~.B2
Apr lOGh Germ ............ 17,18
9-137
SGeam~iGGer - Refrigera±ion.
NASSAU COUNTY: EnGire CounGy
NEW YORK CITY: EnGire 5 Boroughs
SUFFOLK COUNTY: EnGire CounGy
WAGES: (per hour)
7/Ol/Oq
SGeamfiGGer ............... $ 29.30
RefrigeraGion, A/C, Oil Burner and SGoker Service end InsGallaGione,
limiGed on RefrigeraGion Go combined compressors up 5o five (5) horsepower,
and on A/C Hea~ing and Air Cooling Go combined compressors up Go ~en (10)
horsepower.
OVERTIME: .... See
HOLIDAY:
Paid: ........ See
OverGima: .... ~
B, E, Q~, S~ ) on OVERTIME PAGE.
2, 6, 9, 10, 11, 15, 17, 26,Memoriai Day) on HOLIDAY PAGE.
2. 6. 9, 15, 17 )
10, 11, 26, Memorial Day )
SUPPLEMENTAL BENEFITS: (per hour worked)
Journeyman ................ $ 7.71
9-658B
SGeamfi~Ger - SprinklerfiG~er
NASSAU COUNTY: EnGire CounGy
NEW YORK CITY: EnGire 5 Boroughs
SUFFOLK COUNTY= EnGire County
HAGES: (per hour)
7/O1/Oq 12/29/0q
SGeam FiGGer~ ................. $ ~0.82
Sprinkler FiGGer~ ............. ~0.82
For Work on Temporary HeaG~
& Air CondiGionsng ...........
addiG.
$2.25
per hr.
addiG.
$2.25/hr.
Prevailing Rate SoheduIe
New York State Department of Labor
.................................. Case Number ....................................
0502051
SUFFOLK ZOOq
OVERTIME: .... See ( C~, B~, O, V ) on OVERTIME PAGE,
~ Applicable to HVAC and mechanical contracts with a dollar value
not to exceed Seven Million Five Hundred Thousand Dollars
( $7,500,000.00 ) and to fire protection/sprinkler contracts with a
dollar value not to exceed Seven Hundred Fifty Thousand Dollars
( $750,000.00 ). Hours of labor shall be eight hours ( B ) per day.
HOLIDAY:
Paid: ....... See ( 1 ) on HOLIDAY PAGE.
Overtime:... See ( 5, 6, il, i5, I6, 25 ) on HOLIOAY PAGE.
APPRENTICES: ( 1 )
wageist. 2nd.
40% 50%
year terms at the folloHing percentage of Journeyman's
5rd. qth. Sth.
65% 80% 85%
SUPPLEMENTAL BENEFITS: (per hour paid)
Journeyman ................. $ 29.50
+ .52 per hour worked
For Hork on Temporary ...... ~ 25.qq
Heat S Air conditiohing + .52 per hour worked
Apprentices ............... term percentage of $ 29.50
plus .52 per 6our worked
9-65BA
Surve Crew Consulting
DUTCH~SS COUNTY: Only the portion south of the north city line in
Poughkeepsie.
NASSAU COUNTY: Entire county
NEH YORK CITY: Entire 5 boroughs
PUTNAM COUNTY: Entire county
SUFFOLK COUNTY: Entire county
HESTCHESTER COUNTY: Entire county
Feasibility and preliminary design surveying, line and grade surveying for
inspection or supervision of construction when performed under a Consulting
Engineer agreement.
HAGES: (per hour)
7/O1/Oq 7/01/05
Survey Rates:
Party Chief ............... $ 28.75 $ 1.07 per hour increase
Instrument Man ............ 24.11 O.gO "
Rodman .................... 2i.i6 0.79 "
OVERTIME: .... See ( B. Ex, Q, V ) ON OVERTIME PAGE.
~Ooubietime paid on the 9±h hour on Saturday.
HOLIDAY:
Paid: ....... See ( B, 6, 7, ii, i6 ) on HOLIDAY PAGE.
Overtime:... See (5; 6; 7; 11, 16 ) on HOLIDAY PAGE.
SUPPLEMENTAL BENEFITS: (per hour paid)
Journeyman ................ $ 11.70
9-15dconsui±
Page q3
Prevailing Ra~e Schedule
Ne~ York S~a~e Oepartmen~ of Labor
.................................. Case Number ..................................
0502031
SUFFOLK 200q
Teamster - Building & Heavy HighHay
NASSAU COUNTY: Entire County
SUFFOLK COUNTY: Entire County
HAGES: (per hour) 7-Ol-Oq
Truck Oriver-
Bldg.& Heavy/Highway; Asphalt Delivery ......... $ 28.905
Concre~e'Delivery ................ ~ .............. $ 28.62
"PLEASE NOTE"
Drivers of ~hree-axle tractors and trailers, $6.00 per day extra.
Drivers of heavy equipment and tag-aiong ±raiiers, $10.00 per day extra.
Drivers of boom trucks, SB.O0 per day extra.
OVERTIME PAY: See ( B, E, Q, R, T ) on OVERTIME PAGE.
HOLIDAY:
Paid: ........ See ( 5, 6. 11, 12. 1S, Z5 )~ on HOLIDAY PAGE.
Overtime= .... See ( li, iZ. 15, 25 ) on OVERTIME PAGE (code R).
.... See ( 5, 6.1~ ) on OVERTIME PAGE ( code T )
~(must work two days in holiday week)
SUPPLEMENTAL BENEFITS: (per. hour worked)
Bldg,& Neavy/Highwa¥~ Asphalt Oe~ivery ....... $ 2~,gO
Concrete Oelivery ............. ' ............... $ 2q.90
q-282ns
Teamster - Demolition
NASSAU COUNTY: Entire County
NEH YORK CITY: Entire 5 Boroughs
SUFFOLK COUNTY: Entire County
NAGES: (per hour) 7-OI-Oq
Truck Driver, Chauffeur
o~ Loader/Operator
Trailers ..................... $ 23.i0
S±raight Jobs ................ 22.80
OVERTIME PAY: See ( B, L, S, S1,) on OVERTIME PAGE.
HOLIDAY:
Paid: See ( 5, 6, 7, 8, 11, 12, 26 ) on Holiday Page.
"NOTE"~ Employee must work ~wo days in Holzday week
SUPPLEMENTAL BENEFITS: (per hour worked)
$ 18.18
q-282.Demo
Helder
STATENIDE: Applies to all counites.
HAGES (per hour)
7/01/200q
Page
Prevailing Ra~e Schedule
York S~a~e Oepar~men± of Labor
.................................. Case Number
0502051
SUFFOLK 2004
Helder ......... [To be paid ±he ra~e of ~he mechanic performing ±he work)
DEPARTMENT OF LABOR - BUREAU OF PUBLIC WORK
Under Article 8 of the NYS Labor Law, when two final determinations have been rendered against a contractor, sub-
contractor and/or Its successor wlhfln any consecutive six-year period determining that such contractor, sub-contractor
and/or Its successor has WILLFULLY failed to pay the pravaling wage and/or supplements, or when one final
determination involves falsification of payroll records or tha kickback of wages and/or supplements, said contractor,
sub-contractor and/or its successor shall be debarred and ineligible to submit a bid on or be awarded any public work
contract/sub-cOntract with the state, any municipal corporation or public body for a period of five years from the date of
debarment. NOTE: Where th9 Fiscal Officer Is denoted "NYC", the infomlatlon has been provided by the New York City
Comptroller's Office, the agency issuing the determination.
i LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTI~CT
company Name Address City State Zip Code
385 Services LLC 2657 State Highway 28 P0rtlandvilln NY 13834
FEIN: Barred Until Fiscal Officer Notes:
16-1466399 01/08/2009 DeL Multiple willful violations
Company Name
A & T General Consmuction Inc
FEIN: Barred Until
13-3927478 01/31/2006
Address
3 Alan Shephard Place
Fiscal Officer Notes:
DOL Falsified payrolls
City State Zip Code
Yonkers NY 10705
CompanyName
A A Gcneral Cont~actom lnc
FEIN: Barred Until
16-1319254 10/18/2009
Company Name
A C~ricone Coner~e
FEIN: Barred Until
16-1582253 03/03/2008
Address City State Zip Code
1765 Mt Read Boulevard Rocheater NY 14606
Fiscal Officer Notes:
Dog And W,J. Grinder Roofing as a substantially affiliated employer and Dominic Antonucci
as an individual. Multiple willful violations
State Zip Code
NY !4010
Address City
P O Box 203 Athol Springs
Fiscal Officer Notes:
DOL and Crazy Horse Tonawanda Inc
Company Name
A G Plumbing Inc
FEIN: Barred Until
13-3276217 07/22/2006
Address
54 Knickerbocker Avenue
Fiscal Officer Notes:
NYC Multiple willful violations
City State Zip Code
Brooklyn NY 11237
Company Name
A R DiGima
FEIN:
16-0996110
Barred Until
Address City State
1331 Belle Avenue Utica NY
Fiscal Officer Notes:
Successor to LBS of Frankfort lnc and/or Clean Air Asbestos Removal Inc
Zip Code
'13501
Tuesday, February 08, 2005 Page 1 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Aegean General Contracting Inc
FEIN: Barred Until
11-3451267 03/I 1/2008
Address City State Zip Code
5%16 157th Srrent Flushing NV l 1355
Fiscal Officer Notes:
Settlement agreement with A.G.'s Office - falsified payrolls - Also Aegean Marble Co.,
Aegean Marble Contracting Co., and George Begakis individually
Company Name
Aegean Marble Co.
FEIN: Barred Until
11-3451267 03/11/2008
Address City
Fiscal Officer Notes:
See Aegean General Contracting Inc
State Zip Code
Company Name
Aegean Marble Contracting Co.
FEIN: Barred Until
11-3451267 03/11/2008
Address City
Fiscal Officer Notes:
See Aegean General Contracting [nc
State Zip Code
Company Name Address City
Albany Pipe Insulators lnc P O Box 332 - Foundry Rd Voorheesville
FEIN: Barred Until Fiscal Officer Notes:
14-1617890 02/18/2008 DOL
State Zip Code
NY 12186
Company Name Address City
American General Construction Corp 54 Knickerbocker Avenue Brooklyn
FEIN: Barred Until Fiscal Officer Notes:
t 3-3276217 07/22/2006 NYC Multiple willful violations
State Zip Code
NY ! 12~,7
Company Name
ANS Welding Corp
FEIN: Barred Until
l I-! 867262 06/09/2009
Addmes City
I 11 Dale Street' West Babylon
Fiscal Officer Notes:
DOL Debarment period extended a~er additional willful violations
State Zip Code
NY I 1704
Company Name
AP Painting & Improvement lnc
FEIN: Barred Until
l 1-2683637 04/09/2007
Address City
575 Hempstead Turnpike We. st Hempstead
Fiscal Officer Notes:
DOL Falsified payrolls
State Zip Code
NY 11552
Company Name
APC Painting
FEIN: Barred Until
05/13/2007
Address City
Fiscal Officer Notes:
See Apollo Construction Services Corp
State Zip Code
Tuesday, February 08, 2005
Page 2 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Apollo Construction Services Corp 157 Tibbets Road Yonkers NY 10705
FEIN: Barred Until Fiscal Officer Notes~
13-3983219 05/13/2007 DOL dba Apolo Painting Co~p. - multiple willful violations
Company Name Address City State Zip Code
Apolo Painting Company
FEIN: Barred Until Fiscal Officer Notes:
13-3863295 05/13/2007 aka APC Painting - aec Apollo Construction Seevice~ Corp
Company Name Address City State Zip Code
Apolo Painting Corp
FEIN: Barred Until Fiscal Officer Notes:
13-3863295 05/13/2007 See Apollo Construction Sa'vices Co~p
Company Name Address City State Zip Code
Asbestos Systems [nc 1771 Foote Avenue Jemestown NY 14701
FEIN: Barred Until Fiscal Officer Notes:
25-1742587 05120/2007 DOL GregoD' Mc-Cay T/A GM Enterprises dba Asbestos Systems lnc
Company Narco Address City State Zip Code
Azam Ali Chaudlvy
FEIN: Barred Until Fiscal Officer Notes:
12/10/2007 Sec Republic Reconstruction & Management [ac
Company Name
Bat-Sac Constxuction [nc
FEIN: Barred Unfil
11-3391498 07/17/2009
Address City State Zip Code
62 Nanlist Avenue Port Washington NY 11050
Fiscal Officer Notes:
DOL aka Bat-Jac Cont~fing bec. a/lEa Bat-Jac Inc. and Kenne¢,h Metz, pr~ideet and one of its
five largest shareholders and Steve Menzer, vice president and one of its five largest
shareholders, as individuals. Falsified payrolls.
Company Name
Bat-Jac Contracting Inc
FEIN: Barred Until
11-3133524 07/17/2009
Address City
Fiscal Officer Notes:
See Bat-Jac Construction lnc
State Zip Code
Company Name
Bat-Jac Inc
FEIN: Barred Until
07/17/2009
Tuesday, February 08, 2005
Address City
Fiscal Officer Notes:
See Bat-lac Construction aka Bat-Jac Contracting
State Zip Code
Page 3 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC woR~'(~0NTRAcT
company Name
BettyHolllnc
FEIN:
16-1089599
Barred Until
Address City
Fiscal Officer Notes:
see B H Refrigeration as its successor
State Zip Code
CompanyName
BettyJones' Serviee~
FEIN: Ba~ed Until
16-1247154 12/31/2006
Address City State
P O Box 58 Utica Nh'
Fiscal Officer Notes:
DOL dba D&B J's Services and Betty Jones as President and Individually
Zip Code
13503
Company Name Address
Betty Jones (as President end Individually
FEIN: Barred Until Fiscal Officer Notes:
12/31/2006 ' See Betty Jones' Services
City State Zip Code
Company Name
BH Mechanical Services
FEIN: Barred Until
16-1089599
Address City
Fiscal Officer Notes:
Aka B H Refi'igeration [nc
State Zip Code
Company Name
Bistrian Materials Inc
FEIN: Barred Until
11-3359771 06/06/2005
Address City State Zip Code
175 Springs Fireplace Rd East Hampton NY 1193"
Fiscal Officer Notes:
DOL Sec Patrick Btstrian Jr,, Inc. (substantially owned-affiliated entity or successor}
Company Name
Boguslaw Bozek
FEIN:
Barred Until
05114/2008
Address City
Fiscal Officer Notes:
As an individual - see Goldhand Construction LLC
State Zip Code
Company Name
Butler Fence Company
FEIN: Barred Until
16-1111490 04/25/2005
Address City State Zip Code
536 State Fair Blvd Syracuse NY 13204
Fiscal Officer Notes:
DOL
Company Name
C B E Contracting Corp
FEIN: Barred Until
11-2968809 10/21/2007
Address
310 McGuiness Bird
Fiscal Officer Notes:
DOL Falsified payrolls
City State ' Zip Code
Gr~xmpoint NY 11222
Tuesday, February 08, 2005
Page 4 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Calvin S R. obinson Electrical Inc 2117 E~'et Drive Clem'water FL 33764
FEIN: Barred Until Fiscal Officer Notes:
14-1657781 04/12/2007 DeL Falsified payrolls
Company Name Address City State Zip Code
Carl Babb
FEIN: Barred Until Fiscal Officer Notes:
07/21/2008 As an individual - Sea Olympic Window [nstell~s [nc
Company Name Address City State Zip Code
Causeway Construction Corp 110-30 15th Avenue College Point NY 11356
FEIN: Barred Until Fiscal Officer Notes:
t'3-3065561 09/27/2007 NYC Multiple willful violations
Company Name Address City State Zip Code
Cavalier Constr Corp c/o Clayman & Rosenbe 305 Madison Avenue New York NY 10165
FEIN: Barred Until Fiscal Officer Notes:
02/19/2008 NYE: Falsified renords - plea agreement. Also K[ngsmn Trucking & Rigging Coq~., Manbm
Consmactlon Corp., Pon Ewan Trucking Corp. and Super Structure Build,cs, Inc. as
substantially owned-a~liated entities end/or successors of Cavali~'.
ComPany Name' Address City State Zip Code
Ceaturian Menagernant of New York [nc P 0 Box 96 t Port J~n Sta NY I 1776
FEIN: Barred' Until Fiscal Officer Notes:
11-3230587 05/03/2006 DeL Aka Cant~rian Protection of New. York State-falsified records - debarment period extended
Company Name
Canturian Protection of New York
FEIN: Barred Until
11-3230587
Address City State Zip Code
Fiscal Officer Notes:
Sen Centurian Management of New York State loc - deban~l until 05/03/2006
Company Name Address City State
Charles J Pard~e 261 Ball Road Hastings NY
FEIN: Barred Until Fiscal Officer Notes:
03/16/2009 DOL As an individual. Sea Dalton Steal Inc.
Zip Code
13076
ComPanY Name
Charles Saliba
FEIN: Barred Until
07/26/2005
Tuesday, February 08, 2005
Address City
Fiscal.Officer Notes:
Sea Monarch Construction Corporation (owner)
State
Page 5 of 30
Zip Code
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT '
Company Name Address City State Zip Code
Classic Electric Inc 29-01 21st Avenue Astoria NY ] 1105
FEIN: Barred Until Fiscal Officer Notes:
[ 1-2811549 11/27/2005 NYC Multiple violations
Company Name Address City State Zip Code
Commercial Building Maintenance Coq> 40 Oak Drive Syosset NY ! 1791
FEIN: Barred Until Fiscal Officer Notes:
l 1-2945732 01/23/2008 Plea agreement with D.A.'s Office - willful violation and thlsification of payroll record~
Company Name Address City State Zip Code
Commercial Painting Co 4872 West Seneca Turnpike Syracuse NY 13215
FEIN: Barred Until Fiscal Officer Notes:
16-1513909 05/01/2008 DOL Jam~s Stanton dba Commercial Painting Co. falsified payroll records
Company Name
Commercial Steel Inc
FEIN: Barred Until
16-1557064 03/16/2009
Address City State Zip Code
65 Corporate Park Drive Central Square NY 13036
Fiscal Officer Notes:
DOL As a successor aad/or substantially-ownad affiliated entity with Dalton Steel lnc dba
Pan:lee Construction - multiple willful violations
Company Name
Commtech Communications lnc
FEIN: Barred Until
16-1335983 11/22/2007
Address City State Zip Code
649 Wanvick Road North Tonowanda NY t 4120
Fiscal Officer Notes:
DOL S~e also Commtech Electrical Construction Corp and Michael R Palmer - multiple
violations
Company Name
Commtech Electrical Construction
FEIN: Barred Until
16-1~407836 11/22/2007
Address City State Zip Code
649 Warwick Road Notth Tonawanda NY 14120
Fiscal Officer Notes:
DOL See also Commteeh Communications and Michael R Palmer- multiple violauons
CompanyName
Converse Construction CoQ
FEIN: Barred Until
11-3262576 03/21/2007
Address City State Zip Code
1597 Route 112 Port Jefferson Sta NY I 1776
Fiscal Officer Notes:
DOL Falsified payrolls
Company Name
CountyWide Electric Cotp
FEIN: Barred Until
16-1540552 04/19/2005
Address City State Zip Code
795 Portland Avenue Rochester NY 1462 l
Fiscal Officer Notes:
DOL Succ./Substantially ownad-Affi[iatad entity m JoBeth Inc.-sfipulmad to debarment
Tuesday, February 08, 2005
Page 6 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Crazy Horse Tonawanda Inc
FEIN: Barred Until
16-152812~4 03/03/2008
Address City State Zip Code
P O Box 203 Athol Springs NY 14010
Fiscal Officer Notes:
· DOL and A Castricone Conc~te lnc
Company Name
CrossBay Contracting Corp
FEIN: Barred Until
11-2124028 04/18/2005
Address City State
242 Nevins Street Brooklyn NY
Fiscal Officer Notes:
NYC Falsified payrolls -multiple willfuts - d~oarment period extanded
Company Name
Zip Code
11217
Address City State · Zip Code
D & D Mason Contractors Inc
FEIN: Barred Until
l 1-3219453 05/16/2006
158 11 961h Street Howard Beach
Fiscal Officer Notes:
NYC Falsified payrolls - plea'agreement
Company Name
NY 11414
Address City State Zip Code
D&B J's Services
FEtN: Barred Until
16-1247154 12/31/2006
Fiscal Officer Notes:
See Betty lones' Services Inc
Company Name
Dalton Steel Inc
FEIN: Ba~ed Until
16-1557064 03/12/2009
Address City State Zip Code
197 U S Route I 1 Central Sq~aro NY 13036
Fiscal Officer Notes:
DOL dba Pardee Construction and Shirley Pardec as an individual - multiple willful violations.
Also Charlas J Pardcc as an individual.
Company Name
Address CRy State Zip Code
Da-by General Contracting Inc
FEIN: Barred Until
1 1-3420817 08/04/2008
565 Oak Strut Copiasae
Fiscal Officer Notes:
DOL dba Daxby Glass Co - multiple willful violations
NY 11726
Company Name
DarbyGlassCo
FEIN:
11-3081390
Barred Until
Address City
Fiscal Officer Notes:
See Darby General Contracting [nc
State Zip Code
Company Name
David Ogden
FEIN: Barred Until
04/19/2005
Address City State Zip Code
795 Portland Avenue Rochester NY 14621
Fiscal Officer Notes:
DOE V.P./Sec. of JoBeth lnc; Pres,&V.P. of CountyWide Electric Corp. - stipulated to
debarmant
Tuesday, February 08, 2005 Page 7 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Dcbcon Construction Corporation
FEIN: Barred Until
13-3157140 06/11/2006
Address City State Zip Code
77 Weyman Avenue New Rochelle NY [ 0805
Fiscal Officer Notes:
DOL Multiple willfuls - Debcon Construction Corporation and Deborah Rago individually -
falsified payrolls - debarment period extended
CompanyName
Deborah Rago, in~dually
FEIN: Barred Until
06/11/2006
Address City
Fiscal Officer Notes:
See Debcon Const~uctinn Corp
State Zip Code
Company Name
Dellapenna Associates lnc
FEIN: Barred Until
16-1465989 02/18/2008
Address City State Zip Code
86 Olive Street Johnson City NY I ~,790
Fiscal Officer Notes:
DOL Substantially owned-affiliated entity and/or successor of Dcllapenna Brothers lnc -
debarment period extended after additional violations
Company Name
Dellapenna Brothers Inc
FEIN: Barred Until
16-0964223 08/04/2008
Address City State
86Olive StTeet Johnson City NY
Fiscal Officer Notes:
DOL multiplewillfuls-debarmentperiodextendeda~eradditional violations
Zip Code
13796
Company Name
Dennis LounsburyBuildersInc
FEIN: Barred Until
14-1538702 05/27/2009
Address City State
P O Box 220 Bulville NY
Fiscal Officer Notes:
DOL aka Lounsbury Erectors Inc.
Zip Code
10915
Company Name Address City
DePoalo and Son Building Contrac~3rs Inc 296 Morris RoM Schenectady
FEIN: Barred Until Fiscal Officer Notes:
14-i507523 07/12/2009 DOL Multiple willful violations
State
Zip Code
12303
CompanyName
Dimcon Comm~ci~ Contrac~m
FEIN: Barred Until
08-i681415 05/18/2009
Address City State
310Maple Avenue New Hampton NY
Fiscal Officer Notes:
DOL and RebeccaGauo-Woodasanindividual. F~sifiedpayarolls.
Zip Code
10958
Company Name
Dominic Antonucci
FEIN: Barred Until
10/18/2009
Address City State Zip Code
1939 Town Line Road Hilton NY [ 4468
Fiscal Officer Notes:
DOL As an individual. See A A General Contractors [nc and W J Grinder Roofing Company
Tuesday, February 08, 2005
Page 8 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Drywall Systems Unlimited [nc
FEIN: Barred Until
06-1405921 10/02/2007
Address City State Zip Code
182 West Mom Street Middletown NY 10940
Fiscal Officer Notes:
DOL
Company Name Address
DE~wall Wizard
FEIN: Barred Until Fiscal Officer Notes:
05-1684878 10/16/2006 See St~han Potty'
City State Zip Code
Company Name Address City ' State Zip Code
E Green Restoration & Roofing Inc
FEIN: Barred Until
16-1561693 06/2 i/2009
117 Hawley St~t
Fiscal Officer Notes:
DOL
Binghamton NY 13901
Company Name Address City State Zip Code
Elizabeth A. Cart P O Box 82 Vaiafie NY' 12184
FEIN: Barred Until Fiscal Officer Notes:
10/14/2008 dba Evedasting Slate - as an individual
Company Name Address City State Zip Code
Eme~ Heating & Plumbing & Heating Con~ 5 Emus Lane Monsey NY 10952
FEIN: Barred Until Fiscal Officer Notes:
13-2590780 DOL and Julius mad Gita Behrend, as individuals. Parties enter~ into a voluntary agreement to
be pea'manently debarred
Company Name Address · City State Zip Code
Empire Dcmol!tion Development Co Inc 1096 Niagara St
FEIN: Barred Until Fiscal Officer Notes:
16-1517860 03/24/2005 DOL Multiple willfuls '
Buffalo NY 14213
Company Name
Empire State Renovation Corp
FEIN: Barred Until
11-3170331 05/22/2007
Address City
15 Division Place Brooklyn
Fiscal Officer Notes:
NYC Falsified payrolls - plea agreement
State Zip Cods
NY 11222
Company Name
Enj ern's Incorporated
FEIN: Barfed Until
16-1038008 03/04/2009
Tuesday, February 08, 2005
Address City
111 South Main Str~'t Herkim~r
Fiscal Officer Notes:
DOL and Francis Enjem as an individual. Falsification of records.
Page 9 of 30
State Zip Code
NY 13350
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Enviroclean Services LLC 4245 Union Rd- Suite 210 Buffalo NY 14225
FEIN: Barred Until Fiscal Officer Notes:
26~0045677 09/07/2009 DOL
CompanyName
Euro Craft Restor~ion, lnc.
FEIN: Barred Until
13-3769924 I0/14/2008
Address City State Zip Code
41-12 Ditmars Blvd Long Island City Nh' 11105
Fiscal Officer Notes:
DOL and Savvas A. Sawa (as an individual) Falsificetion of records and kickback of wages
Plea agreement with A.G.'s Office
Company Name
Everlasting Slam
FEIN: Barred Until
22-3397381 10/14/2008
Address City State Zip Code
P O Box 82 Vaiatie NY 12184
Fiscal Officer Notes:
DOL And Elizabeth A. Can- and Se, an Campion as individuals. Falsification of records
Company Name Address City State Zip Code
Flower City Asbestos Inc 850 St Paul Sweet Rochester NY 14605
FEIN: Barred Until Fiscal Officer Notes:
I6-1292474 08/18/2009 DOL Multiple willful violations
Company Name Address
Flower City Insulation Sales & ContTacmrs 137 York:on Street
FEIN: Barred Until Fiscal Officer Notes:
16-1157832 08/03/2009 DOL Multiple willful violations
City State Zip Code
Webster NY 14580
Company Name Address City
Foundation Constmctioo Consultants Inc 294 20th Street Brooklyn
FEIN: Barred Until Fiscal offcar Notes:
l 1-2761496 05/20/2008 NYC Multiple willfuls and falsification of payroll records
State Zip Code
NY 11215
Company Name
Francis Enjem
FEIN:
Barred Until
03/04/2009
Address City
111 South Main Srceet Herkimer
Fiscal Officer Notes:
As an individual. See Enjem's Incorporated.
State Zip Code
NY 13350
CompanyName
Franco Paintslnc
FEIN:
Barred UnUI
08/07/2008
Address City State Zip Code
159 92nd Street Brooklyn NY ! 1209
Fiscal Officer Notes:
NYC and Mida Painting Ltd, Nicholas Kaltergis and Stamatia Kallergis, as individuals.
Assurance of DisconfinuancetSettlemant Agreement
Tuesday, February 08, 2005
Page 10 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Frank J. Labfiola
FEIN:
Barred Until
Address City
Fiscal Officer Nntes:
Sec State of the A~t Construction
State Zip Code
Company Name
G~m Building & Equipmant lnc
FEIN: Barred Until
14-1793970 06/28/2007
Address City State Zip Code
2332 Route 9W Sangertics NY 12477
Fiscal Officer Notes:
DO[.
01)
Company Name
Gem Installations [nc
FEIN: Barred Until
23-2709267 04/06/2005
Address City State Zip Code
? O Box 422 Little Meadows PA 18830
Fiscal Officer Notes:
DOL Multiple willfuls
Company Name
Address City State Zip Code
Goorgc Bcg~kis
FEIN:
Barred Until
03/I 1/2008
Fiscal Officer Notes:
As an individual - sec Aegean General ContTacting Inc
ComPany Name
Goorgc Bush
FEIN:
Barred Until
01/14/2009
Address City State Zip Code
19 Hoff'man Drive Latharn NY 12118
Fiscal Officer Notes:
DOL Falsification of payroll records
Company Name
Goorgc Fomkis
FEIN:
Barred Until
03/07/2007
Address City State Zip Code
P O Box 8808 Baltimore MD 21224
Fiscal Officer Notes:
DOL Falsified payrolls - Paint City Contractors lnc and George Foralds individually
CompanyName
Goo~gcJLcvaS~
FEIN: Barred Until
0~06/2008
Address City State Zip Code
Fiscal Officer Notes:
As an individual dba Ontario Flooring Company. Debarment period extended after
additional violation
Company Name Address City State Zip Code
George Lucey,Manual Tobio(sec note) 150 Kings Sttect Brooklyn NY l 1231
FEIN: Barred Until Fiscal Officer Notes:
NYC Manuel P Tobio and Lake Constr and Developmant Corp (individually and as a whole)
grand larc~y,falsified records,debarred perrnanantly
Tuesday, February 08, 2005 Page 11 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
GM En'cerpfises
FEIN: Barred Until
16-1509833 05/20/2007
Address
Fiscal Officer Notes:
See Asbestos Systems Inc
City State Zip Code
Company Name
Goldhand Construction LLC
FEIN: Barred Until
22-3765123 05/14/2008
Address City
116 East Saddle Eiver Rd Saddle Rivc~
Fiscal Officer Notes:
DOL Falsified of payroll records
State Zip Code
NJ 07458
CompanyName
Grcgory McCoy
FEIN:
Barred Until
05/20/2007
Address City State
Fiscal Officer Notes:
As an individual See GM Enterprises dba Asbestos Systems [nc
Zip Code
CompanyName
Gregory Kloepf~
FEIN:
Barred Until
10/06/2009
Address City
248 Lain Road West Seneca
Fiscal Officer Notes:
DOL As an individual. See Kloepfer's Floor Coveming
State Zip Code
N~ 14224
Company Name
Gulley Terrazzo Tile & Flooring Co
FEIN: Barred Until
16-1396462 04/06/2005
Address City State Zip Code
P O Box 11304 Rochester NY I461 i
FIscal Officer Notes:
DOL See Tobie R Gulley
Company Name
Hamax Construction Corporation
FEIN: Barred Until
06-1482076 09/11/2008
Address City State Zip Code
540 Commerc~ St - Ste 6 Thomwood NY 10594
Fiscal Officar Notes:
DOL Also Thomas Hanlon and William Valentine as individuals. Multiple willf~ls and
falsification of records. Debarmeet period extendedaffer other willful violations
CompanyName
Harrison Jarvis
FEIN:
Barred Until
08/t2/2009
Address CRy State Zip Code
132 W 129th St-Ste4W New York NY 10027
Fiscal Officer Notes:
AG As an individual and Two By Four Carpentry and Constraction Inc. Plea agreement with
A.G.'s Office.
Company Name
F[DA Construction
FEIN: Ban'ed Until
06-1613022 12/10/2007
Address
942 Havemeyer Avenue
Fiscal Officer Notes:
DOL Falsified records
City State Zip Code
Bronx NY 10473
Tuesday, February 08, 2005
Page 12 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON 'OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Hector Colon
FEIN:
Barred Until
04/17/2007
Address City State Zip Code
3643 Brockncr Blvd Bronx NY 10464
Fiscal Officer Notes:
DOL Conducting business as M & H Climate and Energy Management Ltd. Falsified payrolls
Company Name
Hi Tech Insulation
FEIN: Barred Until
16-1487213 12/09/2007
Address City State
P O Box 12861 Rochester NY
Fiscal Officer Notes:
DOL Kevin C. Mar!owe dba Hi Teeh Insulation - multiple violations
Zip Code
14612
Company Name Address City
Hi-Amp Electrical Cons~xuction Corp 265-12 Hillside Avenue Floral Park
FEIN: Barred Until Fiscal Officer Notes:
13-3520080 04/30/2007 DOL and Ivan Torres individually. Falsified payrolls
State
NY
Zip Code
11004
Company Name
I C Conslxuction Company lnc
FEIN: Barred Until
14-1789216 08/21/2007
Address City State
120 South Broadway Red Hook NY
Fiscal Officer Notes:
DOL Multiple willfuls - Debarment period extended aP, er additional violations
Zip Code
12571
Company Name
IES Environmental Inc
FEIN: Barred Until
10/05/2009
Address City State Zip Code
1655 Elmwood Avenue Cranston RI 02910
Fiscal Officer Notes:
DOL And international Environmental Services lnc and Janms J Ney Jr as an individual.
Falsification of payroll records
Company Name
Address City State Zip Code
Intaroounty Roofing Systems lnc
FEIN: Barred Until
11-3550866 05/09/2006
20 Jcrosalem Avenue
Fiscal Officer Notes:
DOL Falsificd payrolls
Hiclcsville NY I 1801
Company Name Address
Interior Decorating Floor Covering Co Inc 2229 Clifford Avenue
FEIN: Barred Until Fiscal Officer Notes:
16-1337838 07/29/2007 DOL Falsification of records
City State Zip Code
Rochesmr NY 14609
Company Name Address City
International Environmental Resources
FEIN: Barred Until Fiscal Officer Notes:
05-0448266 08/09/2007 Se~ International Environmental Services Inc
State Zip Code
Tuesday, February 08, 2005 Page 13 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
International Environmental Services lnc 2 Stafford Court Cranston RI 02920
FEIN: Barred Until Fiscal Officer Notes:
05-0448266 10/05/2009 DOL dba International Environmental Resources - Falsified payrolls - Debarment period
extended at, er additional violation. Also lES Environmental lnc and James J Ney Jr as at]
individual
CompanyName
Ismael Cisneros
FEIN:
Barred Until
04/1412008
Address City
Fiscal Officer Notes:
As an individual - See Izi.Plumbing &' Heating Ltd
State Zip Code
Company Name
Ivan Torres
FEIN:
Barred Until
04/30/2007
Address City State
265 - 12 Hillside Avenue Floral Pa~k NY
Fiscal Officer Notes:
DOL Individually and Hi-Amp Electrical Consaruction Corp, Falsified payrolls
Zip Code
11004
Company Name
Izi Plumbing & Heating Ltd
FEIN: Barred Until
11-3157717 04/14/2008
Address City
291 Metropolitan Avenue Brooklyn
Fiscal Officer Notes:
DOL and [smaal Cisneros, Individually - falsified payrolls
State
NY
Zip Code
112[I
CompanyName
J Barr Constmction CoQ
FEIN: Barred Until
11-3344003 1~14~009
Address City State
119-51 Metropolitan Ave Jamaica NY
Fiscal Officer Notes:
DOL and Steve J Nictas as an individual. Multiple willful violations
Zip Code
~ 1415
Company Name
J Mangone Contracting lnc
FEiN: Barred Until
11-2802563 11/07/2006
Address City
53 13th Avenue Minenla
Fiscal Offlcar Notes:
DOL Falsified payrolls and kickbacks of wages and supplements
State Zip Code
NY 11501
Company Name
J T Painting Corp
FEIN: Barred Until
06-1260246 02/26/2009
Address City State Zip Code
P O Box 337 Burlingham NY 12722
Fiscal Officer Notes:
DOL Falsification of records
Company Name
James Avallone
FEIN:
Barred Until
08/07/2008
Address City State Zip Code
Fiscal Officer Notes:
As an individual - see James Avallone Tile & Marble - debarment period extended
Tuesday, February 08, 2005
Page 14 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
James Availonc THc & Marble
FEiN: Barred Until
0%5336752 08/07/2008
Address City
217 Christie Street Ridgeficld Park
Fiscal Officer Notes:
DOL Multiple willful violations - debarment p~'iod extended
State 'Zip Code
NJ 07660
Company Name
Iamcs J Ney Jr
FEIN: Barred Until
· 10105/2009
Address City State Zip Code
1655 Elmwood Aveeue Cranston RI 02910
Fiscal Officer Notes:
DOL As an individual. See International Environmental Services Inc and lES Environmental Inc
Company Name
Address City State Zip Code
~BC Industries of Parish Inc
FEIN: Barred Until
16-1470149 07/24/2007
P O Box 728 - CR44
Fiscal Officer Notes:
DOL Multiple willful violations
Mexico NY 13114
Company Name
JoB¢th lnc
FEIN: Barred Until
16-1441129 04/19/2005
Address City State Zip Code
795 Portland Aveeue Rochester NY 14621
Fiscal Officer Notes:
DOL Stipulated to debarment
Company Name
John Varelakis
FEIN:
Barred Until
02/20/2007
Address City
2063 Maple Street Wantaugh
Fiscal Officer Notes:
As an individual - Sm ,Spmcewood Painting Cot~
State Zip Code
NY 11793
Company Name '
.IRC Aris Electric Cona-antors
FEIN: Barred Until
09/13/2009
Address City
Fiscal Officer Notes:
See JRC Electric Control Service lnc
State Zip Code
Company Name
JRC Electric Control Serviee Inc
FEIN: Barred Until
11-3199418 09/13/2009
Address City State
516 East 51st Street Brooklyn NY
Fiscal Officer Notes:
NYC a/Ida IRC Aris Electric Contractors - multiple willfufl violations
Zip Code
11236
Company Name
Julius and Gita Behrand
FEIN; Barred Until
Address City
5 Emes Lane Mousey
Fiscal Officer Notes:
~e Emes Heating & Plumbing Contractor, lnc
State
NY
Zip Code
10952
Tuesday, February 08, 2005 Page 15 of 30
LIST OF EMPLOYERS INEUGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT '
Company Name Address City State Zip Code
K & K Restoration Corp 752 Cypress Drive Franklin Square NY ~ I 010
FEIN: Barred Until Fiscal Officer Notes:
I 1-3350553 04/14/2005 NYC Falsified records
Company Name Address City State Zip Code
Keith Grimes Inc Fairlawn Dr * P O Box 964 Montauk NY' I [ 954
FEIN: Barred Until Fiscal Officer Notes:
11-2938037 03/21/2006 DOL Falsified records
Company Name Address City State Zip Code
Kenneth Metz 62 Neulist Avenue Port Washington NY ! 1050
FEIN: Barred Until Fiscal Officer Notes:
07/17/2009 As an individual. See Bat-Jac Construction
Company Name Address
Kevin C Marlowe
FEIN: Barred Until Fiscal Officer Notes:
See Hi Tech Insulation
City State Zip Code
Company Name Address City State Zip Code
Keystone Construction Corp 9945 Fort Hamilton Pkwy Brooklyn NY } 1209
FIEIN: Barred Until Fiscal Officer Notes:
16-1402500 08/20/2008 DOL ' And Nicholas Margaritis as an individual
Company Name
Kingston Trucking & Rigging Corp
FEIN: Barred Until
11-3540715 02/19/2008
Address City State Zip Code
99 St Nicholas Avenue Brooklyn NY [ 1237
Fiscal Officer Notes:
DOL As a substantially owned-affiliated entity and/or successor of Cavalier Construction Corp.
Falsification of records
ComPany Name
Kloepf~s Floor Covering
FEIN: Barred Until
16-1234359 10/06/2009
Address City State
248 Lein Road West Seneca NY
Fiscal Officer Notes:
DOL And Gregory Kloepfer as an individual. Multiple willfu[ violations
Zip Code
I4224
Company Name
Komas Construction Corporation
FEIN: Barred Until
l 1-2691706 01/09/2006
Address City State Zip Code
162 85th Street Brooklyn N'~ ! 1209
Fiscal Officer Notes:
NYC Falsified payrolls
Tuesday, February 08, 2005
Page 16 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
L & T Plumbing Corp 367 Veterans Mernbrial l-Iwy Commank NY 11725
FEiN: Barred Until Fiscal Officer Notes:
11-3223496 01/I 1/2010 DOL And Robert DeMonte as an individual.
Company Name Address
Lake Consmaction and Devetopmem Corp
FEIN: Ban'ed Unfit Fiscal Officer Notes:
11-2678816 See George Lueey
City State Zip Code
Company Name Address City
Llada Williams c/o M JAB Construction lac 183 Washington Avcnue New Rochelle
FEIN: Barred Until Fiscal Officer Notes:
04/22/2009 DOL As an individual. See M JAB Construction Inc
Company Name Address City
State Zip Code
NY 10801
State Zip Code
Lc~nzo DcVardo
FEIN:
Barred Until
01/08/2009
1850 Steinway Street Long Island City
Fiscal Offcar Notes:
DOL As an individual. See Vardo Construction
NY 11105
Company Name .
Lou~sbutT E'mctots Inc
FEiN: Barred Until
05/27/2009
Address City
Fiscal Offcar Notes:
SeeDennisLounsburyBuilderslnc
State
Zip Code
Company Name Address City
LTS Construction 24 Miller $tzeet Rocheat~
FEIN: Barred Until Fiscal Officer Notes:
16-1463105 06/30/2009 SeeThomas L. Smalls
State Zip Code
NY
Company Name ' Address
M & H Climate and Energy Management Ltd
FEIN: Barred Until Fiscal Offcar Notes:
58-2152185 04/17/2007 See Hector Colon
city
State Zip Code
Company Name Address City
M & S Pipeline Excavation Company Inc 784 Conk, lin Road Binghamton
FEIN: Barred Until Fiscal Offcar Notes:
16-0926714 05/06/2009 · DOL Multiple willful violations
State Zip Code
NY 13903
Tuesday, February. 08, 2005
Page 17 of 30
O1¸
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT '
Company Name Address City State Zip Code
Mac Stringer Painting 250 Lake Avenue Rochester NY 14608
FEIN: Barred Until Fiscal Officer Notes:
16-I008740 12/18i2006 DOL Falsification of records
Company Name
Manbru Construction Co~p
FEIN: Barred Until
02/19/2008
Address City State Zip Code
1439 Wood Road Bronx N\' 10462
Fiscal Officer Notes:
DOL Also at 201-203 E 22nd Street, New York 10010. As a substantially owned-affiliated
entity and/or successor of Cavalier Construction Corp. Falsification of records.
Company Name
Manuel P. Tobio
FEIN:
Barred Until
Address
Fiscal Officer Notes:
See George Lucey
City State Zip Code
Company Name
Manuel Tobio
FEIN:
Barred Until
Address
Fiscal Officer Notes:
See George Lucey
City State Zip Code
Company Name
Marianne Ogden
FEIN:
Barred Until
04/19/2005
Address City State ZiP Code
795 Portland Avenue Rochester NY 1462 I
Fiscal Officer Notes:
DOL Multiple willfuls - President and Treasurer of Jobeth ~ stipulated to debarment
Company Name
Mary Ncwsora
FEIN:
Barred Until
05/24/2009
Address City
1537 Union St~et Schenectady
Fiscal Officer Notes:
DOL As an individual. See Pachyderm Enwrprises, [nc
State Zip Code
NY 12309
Company Name
Mas-AnnMechanical [nc
FEIN: Barred Until
16-1357694 07/12/2007
Address City
35 Regency Oaks Blvd Rochester
Fiscal Officer Notes:
DOL
State Zip Code
N"Y 14624
Company Name
Masciarelli Construction Co
FEIN: Barred Until
16-0902053 05/06/2009
Address
784 Conklin Road
Fiscal Officer Notes:
DOL Multiple willful violations
City
Binghamton
State Zip Code
NY 13903
Tuesday, February 08, 2005
Page 18 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Merchants I & S Co~p lac 7732 Victor Mendon Road Victor NY 14564
FEIN: Barred Until Fiscal Officer Notes:
16-1405450 11/22/2007 DeL Debarment extended al~r additional violation
Company Name Address City State Zip Code
Merit Fence Co Inc 130 Old Route 6 Carmel NY 10512
FEIN: Barred Until Fiscal Officer Notes:
06-1350241 08/06/2008 DeL Multiple willful violadons
Company Name
Michael Falgiano Ir.
FEIN: Barred Until
Address City State Zip Code
Fiscal Officer Notes:
Principal officer-partner and/or shareholder - See M Falgieno Construction Co lac
Company Name
Address City State Zip Code
Michael Falgieno Sr
FEIN: Barred Until
Fiscal Officer Notes:
Principal officcr-parmer and/or shareholder - see M Falsiano Construction Co I~c
Company Name Address City State
Zip Code
Michael R Palmer
FEIN:
Barred Until
[ 1/22/2007
Fiscal Officer Notes:
As an individual - See Commtech Communications lac and Commtech Electrical
Construction Coq~
Company Name
Mida Painting
FEIN:
Barred Until
08/07/2008
Address City State Zip Code
159 92nd St~:et Brooklyn NY 11209
Fiscal offcar Notes:
NYC and France Paints, Inc. and Nicholas Kallergis and Stamatia Kallergis, as individuals.
Aasuranen of Discontinuance/Settlement Agreement
Company Name
M JAB Con~raction Inc
FEIN: Barred Until
58-2620937 04/22/2009
Address City State
183 Washington Avenue New Rochelle NY
Fiscal Officer Notes:
DeL and Linda Williams as an individual. Falsification of payroll records
Zip Code
10801
Company Name
Monarch Construction Corporation
FEIN: Barred Until
13-2808501 07/26/2005
Address City
1057 Jackson Avenue Long Island City
Fiscal Officer Notes:
NYC And Charles Saliba - falsified payrolls
State
NY
Zip Code
11101
Tuesday, l~ebruary 08, 2005
Page 19 of 30
L LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT :
Company Name Address City State Zip Code
Muhammad A Beig 142 East Market Street Long Beach NY I 156 [
FEIN: Barred Until Fiscal Officer Notes:
10/21/2007 DOL As an individual - falsified payrolls
Company Name
Musa Pacuku
FEIN:
Barred Until
04/14/2008
Address City State
Fiscal Officer Notes:
As an individual - See Victory Roofisg & Contxacting Co [nc
Zip Code
Company Name Address
Nava~'o Special Cleaning Services Inc 85.12 Sixty-Sevcmh Ave
FEIN: Barred Until Fiscal Officer Notes:
11-294610! 04/16/2006 NYC Falsified payrolls
City State Zip Code
Queens N~ [ 1374
Company Name
Neptune Construction Co
FEIN: Barred Until
11-2779916
Address
Fiscal Officer Notes:
See Wayne Vitalc Inc
City State Zip Code
Company Name
Nicholas Kallergis
FEIN:
Barred Until
08/07/2008
Address City State
159 92nd Street Brooklyn NY
Fiscal Officer Notes:
As an individual. See Fmnco Paints, Inc.and Mida Painting Ltd
Zip Code
I 1209
Company Name
Nicholas Margaritis
FEIN: Barred Until
08/20/2008
Address City
Fiscal Officer Notes:
See Keystone Construction Corp.
State Zip Code
Company Name
Nikolaos D. Varelakis
FEIN: Barred Until
02/20/2007
Address City
94 Cleveland Avenue Massepequa
Fiscal Officer Notes:
As an individual - See Spmcewood Paisting Carp
State Zip Code
NY 11758
Company Name Address City
Northeast Regional Communications lnc 232 Main Street Vestal
FEIN: Barred Until Fiscal Off'tear Notes:
16-1470036 03/24i2005 DOL Also P O Box 573 Appalachin NY 13732 - multiple willfuls
State Zip Code
NY 13850
Tuesday, February 08, 2005
Page 20 of 30
[_LIST OF EMPLOYERS INELIGIBLE T0--B~D-~I~'(~)~:-~,%,~ARD~-:~-~'d~-I~-U~'-LIC W~I~'~'COI~:~-R~C:I'- !
Company Name Address City State Zip Code
Nu-Look Painting & Wallpapering Inc 151-60 7th Avenue Whimatonc NY l 1357
FEIN: Barred Until Fiscal Officer Notes:
11-3389457 08/04/2009 AG and 'IF Painting Corp. and Tercisio Ferrcira, individually. Pta agreement with thc A.G.'s
Office.
Company Name
Olib Construction Company lnc
FEIN: Barred Until
22-3200661 I 1/14/2006
Address City State Zip Code
120 South Broadway Red Hook NY 1257 I
Fiscal Officer Notes;
DOL
Company Name
Olympic Associates Inc
FEIN: Barred Until
16-1444097 0t/08/2007
Address City State Zip Code
2843 U.S. Route I t Lafayette NY 13084
Fiscal Officer Notes:
DOL Multiple willful violations
Company Name
Olympic Window Installers Inc
FEIN: Barred Until
22-3034903 07/21/2008
Address City
174 Lincoln Avenue Hawthorne
Fiscal Officer Notes:
DOL and Cart and Russell Babb as individuals
State Zip Code
NJ 07506
Company Name
Ontario Flooring Company
FEIN: Barred Until
16-1554554 02/06/2008
Address City State
296 Rogers Parkway Rochester NY
Fiscal Officer Notes:
DOL See C~orge J Leva Sr. Debarment period extended after additional violation
Company Name
Zip Code
14617
Address City State Zip Code
Oswego Trucking & Leasing
FEIN: Barred Unffi
16~1371814 07/21/2008
258 Washington Blvd
Fiscal Officer Notes:
DOL Falsified r~..ords
Oswego NY 12801
Company Name
P & H Supply Company Inc
FEIN: Barred Until
13-3868727 05125/2009
Addrees City State Zip Code
· 241 -A Han'ison Avenue Hah'icon NY 10528
Fiscal Officer Notes:
DOL . Multiple willful violations - debarment period extended afar additional willful violations
Company Name
Pachyderm Enterprises lac
FEIN: Barred Until
00-1386527 05/24/2009
Tuesday, February 08, 2005
Address City State Zip Code
1537 Union Street Schenectady NY 12309
Fiscal .Officer Notes:
DOL And 1,Villie Jones and Mary Newsom as individuals - Multiple willful violations
Page 21 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Paint City Contractors lnc P O Box 8808 Baltimore MD 21224
FEIN: Barred Until Fiscal Officer Notes:
52-1764775 03/07/2007 DOL Falsified payrolls
Company Name Address
Pardce Constmcfion
FEIN: Barred Until Fiscal Officer Notes:
16,-1557064 03/12/2009 See Dalton Stgel Inc.
City State ZIp Code
Company Name
· Patrick Bistxiee Jr Lac
FEIN: Barred Until
11-2590480 06/06/2005
Address
175 Springs Fireplace Rd
Fiscal Officer Notes:
DOL Falsified records
City State Zip Code
East Hampton NY 11937
Company Name
Paul M Maintenance Inc
FEIN: Barred Until
11-3287638 07/02,/2007
Address City State Zip Code
7 Gatewood Drive Hanppaguc NY 1 1788
Fiscal Officer Notes:
DOL Falsified payrolls
Company Name
Pete Forakis
FEIN:
Barred Until
03/07/2007
Address City State Zip Code
P O Box 8808 Baltimore MD 21224
Fiscal Officer Notes:
DOL Multiple willfuls - Paint City Contractors loc and Panagiotis Forakis dba Pete Forakis
Company Name
Pilos Contracting Corp
FEIN: Barred Until
11-2540761 08/10/2005
Address City
271 581h Street Brooklyn
Fiscal offcar Notes:
DOL one willful with NYC and one willful with DOL
State Zip Code
NY 11220
Company Name
Pipejackcrs loc
FEIN: Barred Until
11-2209596 06/26/2007
Address City State Zip Code
15 East Bartlett Road Middle Island NY 11953
Fiscal Officer Notes:
DOL
Company Name
Port Ewen Trucking Corp
FEIN: Barred Until
l 1-3484639 02/19/2008
Address City State Zip Code
2013 Flatbush Avenue Brooklyn NY l 1234
Fiscal offcar Notes:
DOL Also at 99 St. Nicholas Avenue, Brooklyn, NY 11237. As a a substantially owned-
affiliated entity and/or successor of Cavalier Construction Corp. Falsification of records
Tuesday, February 08, 2005
Page 22 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Professional Fence Co ofWNY Inc
FEIN: Barred Until
16-1425254 07/08/2005
Address City State Zip Code
6479 Willow Drive North Boston NY 14075
Fiscal Officer Notes:
DOL multiple wil[D. Is
Company Name
Rlfmbow Mechanical Systems Inc
FEIN: Barred Until
01/28/2007
Address
42-49 Colden St - Suite 3
Fiscal Offlcal~ Notes:
NYC Plea agr~ment
City State Zip Code
Flushing NY 11355
Company Name
.Rapid Demolition Co lac
FEIN: Barred Unfit
11-2869485 11/18/2007
Address
2550 West 13th Street
Fiscal Officer Notes:
NYC And successors
City State Zip Code
Brooklyn NY 11223
Company Name
R~bccea Ga[to-Wood
FEIN: Barred Until
05/18/2009
Address City
Fiscal Officer Notes:
As an.individual. See Diracon Commercial Contxaetors.
Company Name Address City
State Zip Code
State Zip Code
R~ublic Construction & Manag~roant Inc 81 t I 7th Avehuc Brooklyn
FEIN: Barred Until Fiscal Ofllcar Notes:
11-3178177 12/10/2007 NYC and Aeam Ali Chaudh..-y - falsified payrolls - plea agr~ment
NY 11228
Company Name
Robbye Bissesar
FEIN:
Barred Until
Address City
89-51 Springfield Blvd Queens Village
Fiscal Officer Notes:
As an individual. See Star International lnc
State Zip Code
NY 11427
Company Name
Robert Amendola
FEIN: Barred Until
03/19/2008
Address City
1084 Suarise Highway Amityvillc
Fiscal Officer Notes:
As an individual. See Westwood Fence Corp.
State Zip Code
NY 11701
Company Name
Robert DeMonm
FEIN: Ban'ed Until
01/10/2010
Address City
367 Veterans Memorial Hwy Commaek
Fiscal Officer Notes:
As an individual. See L & T Plumbing Corp.
Stets Zip Code
NY I 1725
Tuesday, February 08, 2005
Page 23 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Russell Babb
FEIN:
Barred Until
07/21/2008
Address City
Fiscal Officer Notes:
As an individual - See Olympic Window Installers Inc
State Zip Code
Company Name Address
S & B Construction & Conuacting Ltd 78 Wohseep~ Road
FEIN: Barred Until Fiscal Officer Notes:
! ! -2987611 04/15/2007 DOL
City State Zip Code
Bdghtwaters NY- I 1718
Company Name
Savoya Construction Corp
FEIN: Barred Until
06- i 42 i 004 09/21/2006
Address City State Zip Code
13 - l 5 37th Avenue Long Islartd CiD, NY 1 I I 01
Fiscal Officer Notes:
DOL a Joint Venture with United Painting and Contracting Inc. - falsified payrolls - debarment
period extended
Company Name
Sawas A. Savva
FEIN:
Barred Until
10/14/2008
Address City
Fiscal Officer Notes:
See Euro Craft Restoration lnc
State Zip Code
CompanyName
Sco~ Bendersky
FEIN:
Barred Untll
04/15/2007
Address City State Zip Code
78Wohseepee Road Brightwat~s NY l 17 t $
Fiscal Officer Notes:
DOL individually and as O/ricer and/or Shareholder of S & B Construction and Contracting Ltd
Company Name
Sean Campion
FEIN:
Barred Until
10/14/2008
Address City
P O Box 82 Valatie
Fiscal Officer Notes:
dba Everlasting Slate - as an individual
State Zip Code
NY 12184
Company Name
Shirley J Pardee
FEIN:
Barred Until
03/12/2009
Address City State
I97 U S Route I I Central Square NY
Fiscal Officer Notes:
As an individual. See Dalton Steel Inc dba Pardee Construction.
Zip Code
13036
Company Name Address
Southwestern General Contracting Inc 1586 Gowans Road
FEIN: Barred Until Fiscal.Officer Notes:
16-i569822 10/08/2009 DOE Falsification of reeerds
City State Zip Code
Angola NY 14006
Tuesday, February 08, 2005
Page 24 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address
Spider ConsU~ion and Watexprentlng lnc $06 53rd Sweet
FEIN: Barred Until Fiscal Officer Notes:
11/19/2006 NYC Falsified payroll reenrds
City Stets Zip Cods
Brooklyn NY 11220
Company Name
Spmcewood Painting Corp
FEIN: Barred Until
l [-2949533 02/20/2007
Address City Stets Zip Code
94 Cleveland Avenue Massapequa NY 11758
Fiscal Officer Notes:
NYC end Nikolans D. Varelakis, Slisan E. Varelalds end John Varelakis, as individuals.
Multiple willft!l violations and falsified payroll records. Assureace of
Disenntinuanc~JSettl ¢ment A~reemant.
· Company Name
Stamatia Kallergis
FEIN:
Barred Until
08/07/2008
Address City Stets
159 92nd Stn~ Brooklyn NY
Fiscal Officer Notes:
As en individual. See Fmnco Paints, Inc. end Mida Painting Ltd
Zip.Code
11209
Company Name
Star International lnc
FEIN: Barred Until
00-16[3496
Address City State
89-51 Springfield Blvd Queens Village NY
Fiscal Officer Notes:
DOL Also Robbyn Biases=. Falsified payroll - permanently debated
' Zip Code
11427
Company Name
State Environments] Services [nc
FEIN: Barred Until
11-3164259 02/25/2008
Address City · State
1801 Stillwell Avenue Brooklyn NY
Fiscal Officer Notes:
NYC Pica a~r~ement
Zip Code
11223
Company Name
Sta~c of the Art Constmmion
FEIN: Barred Until
11-2653210 10/06/2005
Address City Stets
140 Marine Street Farmingdale NY
Fiscal Officer Notes:
DOL Multiple willful violations
Zip Code
11735
Company Name
Stephen Potter
FEIN:
Barred Until
I 0/16/2006
Address
.112 Suramerviilc Drive
Fiscal Officer Notes:
DOL dba Drywall Wizard
City State Zip Code
Rochester NY 14617
Company Name Address City State
Zip Code
Steve $ Nictas c7o J Bart Constr
FEIN: Barred Until
12/14/2009
119-51 Metropolitan Ave Jamaica
Fiscal Officer Notes:
DOL As an iudividual - Sen $ Ban' Construction Corp.
11415
Tuesday, February 08, 2005 Page 25 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Steve Mcnzer 62 Neulist Avenue Port Washington NY I [050
FEIN: Barred Until Fiscal Officer Notes:
07/17/2009 As aa individual See Sat-Jac Constractioo
Company Name
Super Structure Builders Inc
FEIN: Barred Until
11-3487355 02/19/2008
Address City State Zip Code
99 St Nicholas Avenue Brooklyn NY I [237
Fiscal Officer Notes:
DOL Also at 2013 Flatbush Avenue, Brooklyn, NY 11234. As a sabstantiaily owned-affiliated
~tit7 and/or succ~sor of Cavalier Consmacfion Corp. Falsification of records
Company Name
Superior Jamcatoum Corporation
FEIN: Barred Until
16-138l 131 03/17/2008
Address City State Zip Code
55 Jones-Gifford Avenue Jamasmwn NY 14701
Fiscal Officer Notes:
NYC Falsified payroll r~con:ls
Company Name
Susan E. Varelalds
FEIN:
Barred Until
02/20/2007
Address City
94 Cleveland Avenue Massepequa
Fiscal Officer Notes:
As an kadividual - See Spruc~wood Painting Corp
State Zip Code
NY 11758
Company Name
T J Wilson Electric Inc
FEIN: Barred Until
13-3615112 02/10/2007
Address
263 Waverly Avenue
Fiscal Officer Notes:
NYC Falsified payrolls
City State Zip Code
Mamarooeck NY 10543
Company Name
Tarcisio Ferreira
FEIN:
Barred Until
08/04/2009
Address City State Zip Code
151-60 7th Avenue Whiteatone NY 11357
Fiscal Officar Notes:
AG and Nu-Look Painting & Wallpapering Inc and 'IF Painting Corp. Plea agreement with
A.G.'s Office.
Company Name
Telc-Dat=-Com Solutions Inc
FEIN: Barred Until
52-2216924 03/24/2005
Address City
597 Tracey Creek Road Vastal
Fiscal Officar Notes:
DOL alter ego of Northeast Regional Communications lnc
State Zip Code
NY 13850
Company Name
TF Painting Coqo
FEIN:
Barred Until
08/04/2009
Address City State Zip Code
151-60 7th Avenue Whitastone N Y 11357
Fiscal Offlcar Notes:
AG and Nu-Look Painting & Wallpapering Inc. and Tarcisio Ferreira, individually Plea
agreement with A.G.'s Office.
Tuesday, February 08, 2005
Page 26 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
TGR Corporation 22'Troy Lane Lincoln Park NJ 07035
FEIN: Barred Until Fiscal Officer Notes:
22-2671011 07/31/2006 DOL' Multiple violatons
Company Name
Thomas Haalon
FEIN:
Company Name
Barred Until
09/11/2008
Address City
Fiscal Officer Notes:
As aa individual. See [',[amax Construction Corp
State Zip Code
Address City State Zip Code
~[~omas K Falgiano
FEIN: Barred Until
Fiscal Officer Notes:
Principal officer-partner and/or shareholder - see M Falgiano Construction Co Inc
Company Name Address City State
Zip Code
Thomas L Smalls
FEIN:
Barred Until
06/30/2009
24 Miller Street Rochester NY
Fiscal Officer Notes:
DOL dba LTS Construction - also as an individual. Falsified payrolls.
14605
Company Name
Thomas Masonry & Concre~ Inc
FEIN: Barred Until
16-1535306 08/18/2009
Address City
803 West Avenue, Ste 207 Rochester
Fiscal Officer Notes:
DOL Multiple willful violations
State
NY
Zip Code
14611
Company Name
· Thomas Masonry Enterprise lac
FEIN: Barred Until
73-3103284 08/[8/2009
Address CRy
955 Buffalo Road Rochester
Fiscal Officer Notes:
DOL Mul6ple willful violations
State
NY
Zip Code
14624
Company Name
Tobit R C-ulley
FEIN:
Barred Until
04/06/2005
Address City
P OBox 11304 Rochester
Fiscal Officer Notes:
DOL Dba Gulley Terrazzo Tile & Flooring Co. - multiple willfuls
State
NY
Zip Code
14611
Company Name
Topo-Metries lnc
FEIN: Barred Until
I t-2465550 04122/2009
Address City
432 Park Avenue South NewYork
Fiscel Offlcer Notes:
DOL Fal~ficafion ofpayrollrecords
State
NY
Zip Code
10016
Tuesday, February 08, 2005 Page 27 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Topor Contracting lnc 153 Fillmore Avenue B uff'alo NY [ 42 II}
FEIN: Barred Until Fiscal Officer Notes:
16-1590680 04/27/2009 DOL Falsified payrolls
Company Name Address City
Tower Building Maintenance and Mgmt 347 Kingsland Avenue Brooklyn
FEIN: Barred Until Flscel Officer Notes:
11-3042307 11/24/2008 DOL Additional willful violations - debarment l~xiod extended
State Zip Code
NY [ 1222
Company Name
Tri-State Building Contractors Inc
FEIN: Barred Until
14-1765905 05/24/2009
Address
108 Sparrow Ridge Road
Fiscal Officer Notes:
DOL Falsified payroll records
City
Cannel
State Zip Code
NY 10512
Company Name Address City
Two By Four Carpantry and Constr [nc 132 W 129th St-Ste 4W New York
FEIN: Barred Until Fiscal Officer Notes:
08/l 2/2009 AG dba of Harrison Jarvis. Plea agreement with A.G.'s Office.
State Zip Code
N~t- 10027
Company Name Address City State Zip Code
Uhl¢in Property Services and Contracting 209 Paddock Street Watertown NY 13601
FEIN: Barred Until Fiscal Officer Notes:
16-1372913 08/10/2005 DOL John C. Uhleln Ill dba Uhlein Propvt~ Services and Contracting - consent by stipulation
Company Name
Urdted Painting and Conn'*acting [nc
FEIN: Ban'ed Until
09/21/2006
Address City State Zip Code
13-15 37th Avanue Long Island City NY 11101
Fiscal Off, car Notes:
DOL a Joint Venture with Savoya Construction Corp. - falsified payrolls - debarment period
cxt~ded
Company Name
Vardo Construction Corporation
FEIN: Barred Until
11-2694892 01/0~/2009
Address City
1850 Steinway Street Long Island City
Fiscal Officer Notes:
DOL And Lorenzo DcVardo as an individual. Falsified payrolls
State Zip Cod.e
NY 11105
Company Name
VtCO Mechanicals Systeans lnc
FEIN: Barred Until
01/28/2007
Address
c/o S.Z¢itlin 50 Court St
Fiscal Officer Notes:
NYC Plea agreernent
City
Brooklyn
State Zip Code
NY t120[
Tuesday, February 08, 2005
Page 28 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address CRy
Victory Roofing & Contracting Co Inc 265 Victory Boulevard Staten Island
FEIN: Barred Until Fiscal Officer Notes:
38-0100331 ' 04/14/2008 DOE and Musa Pacuku as in individual. Falsification of records
State Zip Code
NY 10301
Company Name
W 3 Grinder Roofing Company
FEIN: Barred Until
16-0846854 10/18/2009
Address City State Zip Code
1765 Mt Read Boulevard Rochester NY 14606
Fiscal Officer Notes:
DOL As a substantially affiliated employer. See A A General Contractors, Inc. Multiple
violations
Company Name Address City State Zip Code
W Pmpe~'y Resources lnc 123 West 126th Street New York NY 10027
FEIN: Barred Until Fiscal Officer'Notes:
13-3462866 08/16/2006 NYC Multiple willfuls
Company Name Address City State Zip Code
Wayne Vitale Inc P O Box 325 Port Jefferson NY 11777
FEIN: Barred Until Fiscal Officer Notes:
I 1-2779916 11/08/2005 DOL Dba Neptune Construction Co
Company Name Address City State Zip Code
West Electric Inc
FEIN: Barred Until
16-1496979 07/19/2006
P O Box 83
Fiscal Officer Notes:
DOL Multiple willful violations
Blossvale NY 13308
Company Name Address City State Zip Code
Weatchcstcr [roo Works Corporation 65 Plain Avcaue
FEIN: Barred Until Fiscal Officer Notes:
13-~459763 03/02/2006 NYC Voluntary debaxmunt
New Rochelle NY 10801
Company Name Address City State Zip Code
Westwood Fence Corp
FEIN: Barred Until
11-3084236 03/19/2008
1084 Sunrise Highway Amityvillc NY 11701
Fiscal Officer Notes:
And Robert Amendola as an individual. Falsified payrolls. Plea agreement entered into
with Suffolk Coun~ D.A.'s Or, ce.
Company Name
Address City State Zip Code
Wiley Development Co lnc
FEIN: Barred Until
16-1363561 08/11/2009
Tuesday, February 08, 2005
235 Northampton Six-e=
Fiscal Officer Notes:
DOL Falsified payroll records
Buffalo NY 14208
Page 29 of 30
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRAC~
Company Name Address City State Zip Code
William M Stringm'
FEIN: Barred Until Fiscal Officer Notes:
12/18/2006 See Mac Stringer Painting
Company Name Address City State Zip Code
William Valentine
FEIN: Bah'ed Until Fiscal Officer Notes:
09/11/2008 As an individual. See Hamax Construction Corp
Company Name Address City State Zip Code
· Willie Jones 1537 Union Street Schenectady NY 12309
FEIN: Barred Until Fiscal Officer Notes:
05/24/2009 DOL As an individual. See Pachyderm Enterprises lnc
Company Name Address City State Zip Code
Wilson Tank Builders Inc 646 North Broad Street Grove City PA 16127
FEIN: Barred Until Fiscal Officer Notes:
25-1773019 05/08/2006 DOL Falsified records
Company Name Address City State Zip Code
Wintech Contracting Inc 1950 E Main St - Ste 205A Mohegan Lake Ny 10547
FEIN: Barred Until Fiscal Officer Notes:
13-3139312 07/22/2009 DOL Falsified pa.'oil records
Tuesd,~y, February 08, 2005
Page 30 of 30
STANDARDINSURANCE REQUIREMENTS
TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS
INSURANCE IDENTIlq'ICATION: 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 untiI 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 owner 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 includ'mg death, which may arise from operations under this contract, whether such
operations by contractor or by any other party cF~rectly 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 To~m from claims for damages for bodily injury incincYmg 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 mlnlmum coverage acceptable.
Bodily injury liability and property damage linbility insurance in an amount not less than
$1,000,000 (one million dollars) for damages on account of any one accident, and in an mount of
not less than $2,000,000 (two million dollars) on account of all accidents (general aggregate).
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
$2,000,000 (Five million dollars) each occurrence and aggregate.
OTItER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE:
1. Coverage shall be written on oommercial general liability form.
2. Coverage shall include:
SIX- 1
STANDARDINSURANCE REQUIREMENTS
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).
OTKER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE:
Coverage shall include: A. All owned vehicles
B. Hired car and non-ownership liability coverage
C. Statutory no-fanlt coverage
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, mediate ·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 tlfis contract, a certificate of insurance.
1. Certificate of insurance shall inglude:
C.
E.
G.
Name and address of insured
Insurance company name
Policy number
Limits of liability for all policies
included on certificate
B. Issue date of certificate
D. Type of coverage in effect
F. Inception and expiration dates of policies included
on certificate.
If the contractor's/vendor's insurance pohcies 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.
GENERAL CONDITIONS
iNDEX
I. Definitions of Terms
2. Standards of Workmanstfip
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 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
.I
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: Ail 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 ail documents of any description and agreements made (or to be made)
pertaining to the methods or manner of perfonuing 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): L.K. McLean Associates as engaged 'by the Owner and duty
authorized 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
CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to
Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions,
Special Conditions, Specifications, Construction 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 o£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 fi.om them ora 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.
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. MANUFACTLrRED 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 b~sed 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. ~Vhere 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
GENERAL CONDITIONS
appro, val evidencing that the drawings have been checked. The Contractor will make any
corrections in the drawings required by the Eng/neer 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,
Roads Opening, Section 149, and Section 198 Town Law, 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 penmt 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)
(2)
(3)
Building permit
Fire prevention permit
Health Department/Application to construct
a)
b)
sanitary system including SPDES permit
Hazardous materials storage
The following additional permits when required under law shall also be obtained by the Owner:
(1)
(2)
(3)
NYSDEC permit(s)
Town Division of Environmental Protection
U.S. Army Corp of Engineers
The Contractor shall give all notices, and comply with all laws, ordinances, roles, 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.
GC - 4
GENERAL CONDITIONS
On projects involving multiple contracts, it shall be the responsibihty of the "General Contractor"
to 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 coord'mate inspections and approvals of that part of the project, which falls within the
scope of theLr 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, Roads opening, Section 149, and .
Section 198 Town Law, with all subsequent changes, additions or corrections thereto.
C. Any work to be performed within the Town Highway fight-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.
Acceptance of the contractor's performance bond in lieu of the Contractors road-opening bond shall
be at the option of the Highway Department.
7.2 Suffolk Count,(: 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 draing~ will be
obtained by the Owner. A Copy of the permit, which must be kept on the job at ali 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 pemaits
described in paragraph 7. lA.
GC - 5
GENERAL CONDITIONS
'3
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 fi.om 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 mounts and manner as required by the State of New York. The contingent protective
liability and completed operations liability insuranc~ 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 permittec 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
Dra~vings. 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 instmctious 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.
Ail 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.
GC - 6
GENERAL CONDITIONS
The Contractor shall furnish to each of the subcontractors and materialmen such copies of the
Contract Documents as may be required for their work.
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 imphed 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 othemSse, and shall not cut or
alter the work of any other contractor save with the consent of the Engineer.
I0. 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 falling 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 TOILET: The Contractor shall provide and maintain a sanitary temporary
toilet xvhere 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 15om 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 pen-nit
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.
GC - 7
)
GENERAL CONDITIONS
If at any time before the commencement or during the progress of the work the materials and
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 fi'om 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 coustmed as binding
the Engineer nor the Owner in any way nor releasing the Contractor fi.om the fulfillment of the
terms of the Conti'act.
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 facihties for detemaining 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 fi.om 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
GENERAL CONDITIONS
employees shall operate as a ~vaiver 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 pro~4ded.
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. MACItlNERY AND EQUIPMENT: All machine~, 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 fi:om his operations. He shall, upon written notifcafion fi:om the Engineer, make any
repaks, 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 fi-om 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 liabihty of the Contractor or his Surety to the Owner for nonperformance of the
Contractor's obligations at any time.
18. SCItEDULE 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 pan 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 fi:om receipt thereof,
the Owner shall have the right to terminate the Contract.
GENERAL CONDITIONS
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.
All lights shall be kept burning from one-half hour before sunset to untiI 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 qmergency it shall have the right to remedy any neglect without notice, and in either case
to deduct the cost of such remedy fi:om 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 indenmify and save harmless the Owner from any and
all claim~ 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 k/nd, 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 necessa~, 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.
GC - 10
GENERAL CONDITIONS
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 flee 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.
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.
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 D.aA~,IAGES 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
G-C - 11
GENERAL CONDITIONS
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
term and for slx (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 iterr~ of work to be done by them.
Simultaneously, the Contractor shall furnish whtten 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:
Cons~uction 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 ma'mtenance and repair thereof excavate in any then existing
street, highway, or public place, unless notice thereof in writing shall have been given at least
seventy4wo hours.in advance to the person, corporation or municipality engaged in the distribution
of gas in such territory. The person having d'trection 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 explosiv&s within a radius of two hundred
feet of such discharge, any pipe of any other person, corporation or murficipality 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 fi.om 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 rids section shall be a misdemeanor.
GC - 12
-3
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
10. Contract Security
11. Laws and Or(Ymances
12. Qualifications for Employment
13. Non-Dism'imination
14. Payment of Employees
15. Estimates and Payments
16. Acceptance of Final Payment Constitutes Release
17. ConsUmction 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
3 I. The Oxvner% Right to Stop Work or Terminate Contract
32. Contractor's Right to Stop Work or TeL urinate 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 Mun/cipal Law Clause
40. Grades, Lines, Levels, and Surveys
4 l. Insurance Reqmrements
42. Foreign Contractors
43. Lien Law
44. Refusal to Waive Immunity
45. Exemption fi-om Sales and Use Tax
46. Minority and Women's Business Enterprises/Equal Employment OpporUmity, State Revolving
Fund
CC- 1
~)
CONDITIONS Olg CONTRACT
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General
Conditions, Specifications, Form of Contract, Construction Drawings, together with 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 hght 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,
Conditions of Contract, General Conditions, Specifications, Form of Contract, Conslruction
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 judgement 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 ~wapper 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 judgement of", and woJ:ds of
like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgement of the
Engineer.
2. SCOPE OF TIlE WORK
The Contractor will furnish all plant, labor, materials, supplies, equipment and other facihties
and things necessary or proper for, or incidental to, the work contemplated by tiffs Contract as
required by, and in strict accordance with the applicable Plans, Specifications and Addenda
prepared by the Eng/neer 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, additional premiums upon the performance bond of the Contractor
and the use of small tools.
4. TIME OF ESSENCE
INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO TI{E TIME OF
PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF
ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC
IA,[PROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH
PROVISIONS ARE OF ~ ESSENCE OF THIS CONTRACT.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work mediately on and not later than ten (10)
days afrer si~tming of the Contract.
6. TIME OF COMPLETION
The time of completion of the entire contract work shall be TIIlRTYNINE (39) WEEKS fi:om
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 fight 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 ~vork is in force are not chargeable against the specified completion
date.
7. LIQUIDATED DAMAGES FOR DELAYS
The time lmiit 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
Hundred Dollars ($100.00) per day which amount is hereby agreed upon, fixed and determined
by the parties hereto as the hquidated 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
~f God or of the pubhc enemy, fires, floods, epidemics, quarantine restrictions, strikes, riots,
civil commotion's or fi.eight erabargoes, 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 fi:om 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 SECURITY
(a) The Contractor shall furnish a Performance Bond, or other acceptable security, equal to one
hundred percent (100%) of the amount of the bid as security for the faithful perfoimance of the
Contract, and for the payment of all persons performing labor or furnishing materials in
connection with this Contract. The Performance Bond shall be written so as to remain in full
force and effect as a maintenance bond for a period of not less than one (1) year after the date of
acceptance of the work by the Engineer.
CC - 4
)
CONDITIONS OF CONTRACT
0).)
(b) Additional or Substitute Bond: If at any time the Owner shall be or become dissatisfied with
any surety or sureties, or if for any other reason such bond shall cease to be adequate security to
the Owner, the Contractor shall within five (5) days af[er notice fi-om the Owner to do so,
substitute an acceptable bond in such form and sum and signed by such other surety as may be
satisfactory to the Owner. The premiums on such bonds shall be made until the new surety shall
have 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 sfatutes 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 Sectiuns 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 fi:om the provisions of the Labor Law wh/ch 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 fumish satisfactory
proof of residence in accordance with roles 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 fmther provides that upon the demand of the State Industrial
Commissioner, .the Contractor shall fum/sh 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 dally
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 mount 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 fi:om 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 ($11000.00) 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
an5' agreed upon method by the Employee) and not less often than once each week.
CC - 7
CONDITIONS OF CONTRACT
15. ESTIMATES & PAYMENTS
(a) Month/y: At the end of each calendar month during the progress of the work, the Engineer
shall make an approximate est/mate 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 mount 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
mount 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 Est/mate: 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 [he 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, remeasure or re-estimate any portion of the work, but
the expense of such remeasurement or re-estimating shall, unless material error be 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's of the first payroll, and every thirty days thereafter, a transcript of the orig/nal payroll
record, subscribed and affirmed as true under the penalties of perjury.
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 Contractors claims for interest upon the final payment, if
this payment be improperly delayed. No payment, however, final or otherwise, shall operate to
CC - 8
CONDITIONS OF CONTRACT
release the Contractor or his sureties from any obhgations 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 fumish 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 carded on.
Without additional charge, Contractor shall furnish promptly all reasonable facifities, labor and
materials necessa~ to make any tests required by the Engineer and/or requked 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
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
CC - 9
CONDITIONS OF CONTRACT
examination and reconstruction, in the manner heroin 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 froin 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 ~vork 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 b~tween 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
sho~vn 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.
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.
CC - 10
)
CONDITIONS OF CONTRACT
23. PROTECTION OF WORI~ 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 predetetiaining 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 mainta'med 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
(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
CC- 11
,)
CONDITIONS OF CONTRACT
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 obhgation.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 infi-ingement 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 infiSngement
of a patent.
26. AUTHORITY OF TlqE 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,
judgement, 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 Oxvner, 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.
28. CORRECTION OF WORK
All work and alt 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
/nspection of the Engineer who shall be the final judge of quality, materials, processes of
manufacture and methods of coustmction 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.
CC - 12
,)
CONDITIONS OF CONTRACT
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 judgement of the Engineer shall be
equitable.
The Contractor expressly warrants that Iris work shall be flee 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. WEATIlER 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. TIlE OWNER'S RIGIlT TO WITmtOLD PAYMENTS
The Owner may withhold f~om the Contractor so much of any approved payments due him as
may, in the judgement 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;
Co) To protect the Owner from loss due to defective work not remedied; or
(c) To protect the Owner f~om 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.
31. ~ OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
(a) The Contractor shall be adjudged bankrupt or make an assignment for the benefit of
creditors; or
Co) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall
CC - 13
CONDITIONS OF CONTRACT
not be disrr~ssed 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) oF 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 othemrise 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 obligated to pay to the Owner any excess of the expense of completing the work o;ver the
· unpaid balance of the compensation to be paid to the Contractor hereunder.
33. RESPONSIBILITY FORWORK
The Contractor agrees to be responsible for the entire work embraced in tiffs 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
CC - 14
)
CONDITIONS OF CONTRACT
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 mediately on the requirement of the
Engineer, notwithsta~rling 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, supph~s 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;
(¢) 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 THlg CONTRACTOR TO ACT IN AN E~'IERGENCY
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
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 oi 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.
CC - 15
)
,)
CONDITIONS OF CONTRACT
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 obtaJ, ning 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 assigfl 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, parmer, 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 ~vaiver of
immunity against subsequent criminal prosecution or to answer any relevant question concerning
such transaction or contract, such person, and any finn, 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 pubhc 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 corporationwithout
incurring any penalty or damages on account of such cancellation or t~t.Anation, but any monies
owing by the municipal corporation for goods delivered or work done prior to the cancellation or
termination shall be paid.
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 hav'mg the damaged controls verified, checked, corrected or replaced.
CC - 16
CONDITIONS OIF CONTRACT
41. INSURANCE REQUIREMENTS
The Contractor shall not commence work until the To~vn has approved ail the insurance required
under this Contract as required immediately following the Instructions to Bidders. Additionally,
the Contractor shail indenmify and save harmless the Town of Southold fi.om and against ail
losses and all claims, demands, payments, suits, actions, recoveries and judgments of every k/nd
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 shail 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
mended, prior to submission of a bid for the performance of this work. The certificate of the
Nexv York State Tax Commission to the effect that ail 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 individuai, a person who is a legai resident of
another state or foreign country; and in the case of a foreign corporation, one organized under
the laws ora state other than the State of New York.
43. LIEN LAW
Attention of all persons submitting bids is specificaily cailed to the previsions 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 improvmnent declared to constitute trust funds in the hands
of such Contractor to be applied first to the payment of certain claim~.
44. REFUSAL TO WAIVE IMMUNITY
Pursuant to the provisions of Section 103-A of the Generai 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 politicai
subdivision thereof, a public authority or with any public department, agency or official of the
State or of any political subdivision thereof or of an authority, to sign a waiver of immunity
against subsequent criminai prosecution or to answer any relevant question concerning such
transaction or contract, such person, and any firm, parmership or corporation of which he is a
member, partner, firm director or officer shail be disqualified fi.om thereafter selling to or
submitting bids to or receiving awards fi.om or entering into any contracts with any murdcipai
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 municipai
corporation or any public department, agency, or officiai thereof on or after the first day of July,
1959, by such person and any firm, parmership or corporation of which he is a member, partner,
director or officer may be cancelled or terminated by the municipal corporation without
CC - 17
CONDITIONS OF CONTRACT
incun-ing 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 slructure, 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
~orn the Instructions and Interpretations Unit, State of New'York, Department of Taxation and
Finance, State Campus, Albany, New York, 12227.
46. NEW YORK STATE ENVIRONMENTAL FACILITIES CORPORATION
MINORITY .A-ND WOMEN'S BUSINESS ENTERPRISES/EQUAL
EMPLOYMENT OPPORTUNITY, STATE REVOLVING FUND
The Contractor agrees to make documented "good faith efforts" to utilize at least 15% Minority
Business Enterprise(s) and at least 5% Women's Business Enterprise(s) for the combined
Federal and State Funded portions of the Project. The established MBE/WBE-EEO goals shall
be in conformance with NYS Executive Law, Article 15-A. Failure to attain these objectives or
demonstrate positive good faith efforts to do so may lead to appropriate actions by the Clean
Water State Revolving Fund (CWSRF) Drinking Water State Revolving Fund (DWSRF) loan
recipient.
Within ten working days of the award of a prime contract, the Contractor shall submit to the
CWSRF/DWSRF loan recipient's Minority Business Officer and MBEfW'BE-EEO Utilization
Plan with a detailed description of each of the subcontract services to be provided by NYS
Certified MBEs/WBEs as well as an estimated dollar amount of each subcontract. The
CC - 18
)
~)
CONDITIONS OF CONTRACT
MBE/WBE-EEO goals herein stated are the goals which have been included in the
CWSRF/DWSRF loan recipients approved MBE/WBE Utilization Plan.
The CWSRF/DWSRF Minority Business Officer shall review and approve the Prime
Contractor's Utilization Plan within ten working days after receipt of such plan if it clearly
delineates methods to achieve the established MBE/WBE goals.
Failure by the Contractor to submit and receive approval from the CWSRFDWSRF loan
recipient of the MBE/WBE Utilization Plan prior to the first request for payment may result in
the withholding of progress payments to the Contractor by the CWSRF/DWSRF loan recipient.
Such withhold'rog of progress payments shall not relieve the Contractor of any requirements of
the contract documents including the completion of the project within the specified contract time
and any construction sequence requirements of the contract.
Within thirty days of approval of the Contractor's MBE/WBE Utilization Plan by the
CWSRF/DWSRF loan recipient, the Contractor shall submit copies of legally signed
MBE/WBE subcontracts (fully executed) and/or legally signed purchase orders tO the
CWSRF/DWSRF loan recipient's Minority Business Officer. These subcontracts and/or
· purchase orders must include the following information:
2.
3.
4.
Actual Dollar Amount;
Job Description;
Signatures of Both Parties (Prime and MBE/WBE); and
Date of Execution
NOTE: Purchase orders must be accompanied by copies of both sides of legally
signed and cancelled checks.
The Contractor is advised that failure to submit the referenced MBE/WBE support
documentation within the time stipulated may be grounds for the withholding of progress
payment by the CWSRF/DWSRF loan recipient. Such withholding of progress payments shall
not relieve the Contractor of any requirements of the contract documents including the
completion of the project with in the specified contract time and any construction sequence
requirement of the contract.
SUPPLY POLICY
Contractors shall receive credit for the use of MBE/WBE suppliers as follows:
Suppliers receive 25 percent credit if they only provide supplies,' and do not manufacture or
fabricate them. Suppliers receive 100 pexce'nt credit for items they supply that they also
manufacture or fabricate.
A "supplier" is a business that distributes materials or equipment, and which provides a
commercially useful function When such activity is traditional in the industry producing the
material or equipment that is supplied.
CC - 19
CONDITIONS OF CONTRACT
O1'
"Commercially useful functions" normally include:
l.)
2.)
3.)
Providing technical assistance to a purchaser prior to a purchase, during
installation, and after the supphes or equipment are placed in service;
Manufacturing or being the first tier below the manufacturer of supplies or
equipment; or
Providing functions other than just accepting and referring requests for supplies
or equipment to another party for direct shipment to a contractor.
Haulers receive 100 percent credit if they provide the material that is hauled.
NOTE: For those contracts in which an extraordinary proportion of the contract price is
for equipment or supplies, the contractor may purpose a lower project goal than otherwise would
be required, or request the applicant/recipient to increase the twenty-five percent (25%) limit for
supplies, or a combination of the two.
Only NYS Certified Minority/Women Business Enterprises may be utilized for MBE/WBE
Program Crediting purposes. 'Contractors must ensure that firms proposed for MBE/WBE
participation are NYS Certified with the New York Empire State Development Corporation,
Omrfi Management Plaza, and located 30 South Pearl Street, Albany, New York. Please be
advised that them is no fast tracking system under the NYS MBE/WBE Certification Program
for appmv'mg firms wishing to participate as MBEs/WBEs under New York State agency
programs. See attached Exhibit on how to access the directory for certified M/WBE firms on
the Website.
EQUAL EMPLOYMENT OPPORTUNITY
The contractor agrees to take affirmative action to utilize at least 10% minority employees and at
least 10% female employees in the workforce(s) associaw, d with the Construction and/or service
Contract. The established EEO goals shall be attained in conformance with NYS .Executive
Law, Article 15-A.
The NYS Environmental Facilities Corporation requires at least one, or two weeks notice
be given prior to pre-bid and pre-construction meetings to allow for the NYS
Environmental Facilities Corporation officials' attendance and review MBE/WBE
compliance requirements.
Failure to meet the provisions for this notice may be grounds for rescheduling the meeting.
CC - 20
Town of Southold
TRANSFER STATION AND RESIDENTIAL DROP-OFF
PROPOSAL PACKAGE
BID OPENS: APRIL 21, 2005
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 22
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 Ten 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 Town Clerk's Office. You will be given t6n (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 22
VENDOR INFORMATION SHEET
TYPE OF ENTITY:CORP. X/'/ PARTNERSHIP
FEDERAL EMpLoYEE ID #: ~ ~ ' ~(4:>~ ~ ~.(_.,0
OR SOCIAL SECURITY #: '""---'
DATE OF ORGANIZATION:
IF APPLICABLE: DATE FILED:
STATE FILED:
If a non-publicly owned Corporation:
CORPORATION NAME: ~,tS~
INDIVDUAL
LIST ~PRINCIPAI~ STOCKHOLDERS: (5% 9f outstanding shares)
LIST OFFICERS AND DIRECTORS:
I~AME TITLE
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
Proposal Package 3 of 22
ADDRESS RECORD FORM
MAIL BID TO:
ADDRESS:
CONTACT:
TELEPHONE: ~'
ONLY if different
MAIL PURCHASE QRDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
E-MAIL:
ONLY if different -
MAIL PAYMEII~,~O:
ADDRESS:
TELEPHONE:
CONTACT:
Proposal Package 4 of 22
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 Town Clerk.
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 .~r~,
Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE
&I~/~QUALIFY B~II~DER.
~dZE D SIGNA f
Proposal Package 5 of 22
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.
$. 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 commun/cation,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The per~ng this bid, under the/~nalties of perjury, affirms the troth thereof.
Sigma /& ~[~mpany Position """*'/ / ~,
Type, ae & Company Position:
Compan: kName I
Date Signed
Federal I.D. Number
NOTARy:~_DAY OF~, 20_0_~ '
NOTARY Pr,~L[C- O
~ L ~AUD~
~ Pu~c, S~ ~ N~ ~
~. ~67510, S~lk ~ ~ ,, ~
Proposal Package 6 of 22
PROPOSAL FORM
TRANSFER STATION AND RESIDENTIAL DROP-OFF DESIGN
VENDOR NAME: '-~9~:~ ~ ~.5 '%
ADDRESS': ~'-~ '~
VENDOR
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):
Proposal Package 7 of 22
TOWN ~,; SOU~OLD
TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY
CONTRACT A- GENERAL CONSTRUCTION
itemized Proposal for: Town of Southold LKMA Project No. 04-050.
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BIE EXTENDED AMOUNT SID
NO. (Fill in Unit Price Written in Words} QUANTITY
1 ,,... _ .Genpral Conditions and Mobilization I LS
Dollars Cents
1. The lump sum price b~d under Payment Item ~ shaft include supe~ision and m~nagement, on-going p~ject-re~ated e~enses, insurances,
~nding, labor, materials, equipment, and incidentals necessa~ ~o mobilize to the constru~on site, meet ell of ~he general requirements set fo~h
under Dwision 1, comply with ail condi(~ons set fo~h in t~e Conditions of Contact and GeneraT Conditions of the Contract and demobiflze from
const~ct[on site upon successful completion of the p~ject.
2. Payment ~or th~s item will be made in ~o (2) payments;
a. Fi[~ Pement ~%) u~n complain mobifization to the site.
b. Twen~ F~ve Pement (25%) upon second pa~ial pe~ent request.
c. Twen~ Five Pement (25%) upon successful completion and acceptance of the project.
Site Demolition - Pavement Su~aces 1~,~ SF
~o0 ~' ~ -
for .~ w. ~l~ ~C'C~'~/SF ~ v ~ I
Dollars Cents
1. Measurement and Pa~ent: The Contractor shall receive the unit pdce per square foot for Demolition and Removal o[ E~sfing Asphalt
Pavements, areas o~ stone, crashed glass and ~mpact~ ea~, as speckled, and shown on the Contract Dm~n~ and approv~ by the Engineer.
Included in this item is ~e cost of sawcuEing the existing asphalt ma~a~.
2. Ali costs associated ~th demolition of pavement, miscellaneous demolition, removals, dis~l lees, all labor, materials, equipment and
inciden~ls necessa~ to satisfactorily remove the e~sdng s~e features n~es~ to complete ~e proceed ~ according to the plans,
sp~ifications an~or as direct~ by ~e Engineer shall be includ~ in ~e pdce bid for this item,
3 ~ ~O~ ~~for ~0 ~5~ ~D" SRe Demolition~t~l~-~Concrete~.~ t~/LS O 1 LS
Dollars Cents
I Measurement and Pa~ent: The Contractor shall receive the lump sum unit p~ce for Demolition and Removal of all E~sang Concrete. Including
F~tings, Foundations, Approaches. Walls, Slab~Pa~, Embedd~ Concrete Re~in[ng Waft Blocks, Removal of all concrete associated ~th the
existing Scalehouse an~ Administmti=n buildings, ~ specified, and shown on the Con~ract Drawings and approv~ by ~e Engineer.
2. Ali costs associated ~h demol~ion of pavement. ~iscelian~us demol~ion, removals, dis~sal fees, afl labor, matenals, equipment And
inciden~ls necessa~ to satisfactorily remove the existing site fea~res n~sa~ to complete the proposed wo~ according to ~e plans,
specifications an~or as dirked by the Engineer sha~l be included in the price bid for ~is Item.
4 Site DemolEion - auild~s & Stru~ures I LS
for W~O~ ~ /LS
Dollars Cents
1. M~surement and Pa~ent: The Contra~or shal~ receive ~e ~ump sum unit odce for Demofi~on and Removal of ~e ~ing Steel TransOer
Station Building and ac~sso~ stmc~res (lean-to's, sh~), as specified, and shown on ~e Cont~ O~wings a~ app~ed ~ the Engin~r,
2. A~I costs ass~iated with disconne~on of utilities, demoli~on ol steel, miscellaneous demol[~on, rem~a~s, dis~l fees, ~ll labor, materials,
~uipmen~ and incidentals n~essa~ to ~as[actodly remove the e~s~ng transfer station features necessa~ to complete the proposed wo~
according to the plans, spec~catlons an~or as dire~ ~ the ~ngineer shall be included In the pdce bid for this Item.
S ~ Site DemolEion - ~Re Features 1 LS
for ~~ {~ ILS
Dollam ~nts
1. Measurement and Payment: The Contractor sh~ll receive ~he lump sum unit pdce for Demolition and Removal of all Site Fea~res within the
Demolition Area (as de,ned on contract drawings) Including the E~sting Diesel Fuel Tanks, Wasle Oi{ Tanks, TimbeEPlastic Walls, Rei~tion of
E~sting Flagpole and Removal of th~ Exishng Weight FaciliW Sanitaw S~tems, Removal of Weigh Scales, dismantling of post & rail fencing as
specified, and shown on the Contract Drawings and approved by ~e Engineer.
2. All costs associated with disconn~tion of utilities, demolition ol concrete and steel, midol[angus demolition, removals, dispo~l fees, ali la~r,
materials, equipment and inciden~ls necess~ ~o sat~sf=cto~ly remove the existing ~ansfer station fea~res n~e~a~ to complete the pmpos~
wo~ according to the plans, specdicafions an~or as directed ~ the Engineer eh=Il be includ~ in the price b~d for this Item.
CONTINUED ON NEXT PAGE
Proposal Package 8 of 22
TOWN OF SUb rHOLD
TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY
· CONTRACT A- GENERAL CONSTRUCTION
Itemized Proposal for: Town of Southold LKMA Project No. 04-050.
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT BID
NO. (Fill in Unit Price Written in Words) QUANTITY
6 Building Relocation - A~d~ministration Building '~-[--i. i ['~-~' "~ t ~.3 t ~'-.3 f~,,= O O/l' OD -~ y4-O O ~ ~.~'~ 1 LS __
for ~' /LS
j -
Dollars Cents
1. Measurement and Payment: The Contractor shall receive the lump sum umt price for Reloctaion of he Existing Adminis[ration Suildmg {ncludin,
site prep Anchoring System, Wooden Ramps, Stairs, Insula[~ SkJ~ing Walls. Underground LP Gas Tanks, and ~e M~ular Liffing and Rel~ation
o~ the building to its new location as specified, and shown on the Contract Drawings and appmv~ by the Engineer.
2. AIl costs ass~iat~ with d[sconnecUon of tailities, demolition of any stru~ures, miscellaneous aemolition, excavation and removal, ~isposal
fees, al~ labor, materials, equipment and mciden~s neces~ to satisfactorily retake the e~sting transfer station features necess~ ~o complete
the relocation of the administrabon bu,~ding acco~ing to the plans, sp~Uications ancot as 0irected by the Engineer shall be includea in the pdce
7 Building Relocation. Scalehouse Building ~ I LS
8 ~ ~ S". Excavation~ &~Grading 188,000 SF
9 ~ Pro~sed Site Sa~ta~Systems _._ 3
Dollars Cents
10 Road Sy~em - Recycled Concr~e Aggregate
Dollars Cents
CONTINUED ON NEXT PAGE
· Proposal Package 9 of 22
'ltJ,,1,. L - L jU IHc,..IJ
TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY
CONTRACT A- GENERAL CONSTRUCTION
Itemized Proposal for: Town of Southold LKMA Project No. 04-050.
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT BID
NO. {Fill in Unit Price Written in Wbrds) QUANTITY
12 Road System - Type 6F Asphalt Top Course 135,700 SF
Dollars Cents
~. Measurementan~Payment:TheC~ntract~rsha~receivetheumt~idpdcef~reaChsquaref~t~IasphaItpavingtype0~asphaItt~pc~urse
installed and measured at the finished asphalt surface as shown on the Contract Drawings and as approved by the Engineer.
2. AIl costs associated with layout, prootrollmg of RCA asphalt, milling, transitions, all labor, materials, equipmenl and incidentals necessary to
satisfactorily complete the work according to the plans, sbecilications and/or as directed by the Engineer shall be mclubed in the unit pdce bid for
th~s Item
13 ~0 ~J I~'T~;---~°Tt-'~ -[''~ ~ ~ Site Com:rete - Curb Syste.~.~.[.,4 ~ 5,800 LF ¢1~ t,,~ t ~ ~J[&g (~4C) --
for *-'71 /LF
Dollars Cents
1. Measurement and Payment: The Contractor sha~l receive the unit bid pdce tot each linear foot of Concrete Curbs installed and measured along
the top of curb as shown on the Contract Drawings and as approved by the Engineer.
2 Ail costs associated with layout, earthwork, Ich'ns, hardware, all labor, materials, equipment and incidentals necessary Io sedsfactadly complete
the work according to Ihs plans, sbec,ficat~ons and/or as directed by the Engineer shaJl be included in the unit pdce bid for this Item
14 Site Concrete - 4¢' Sidewalk 6,815 SF
for ~'~'l't /SF
Dollars Cents
1 Measurement an~ PaymenI: The Contractor shall receive the unit bid pdce for each square foot of 4' thick concreta walkway installed in
designated locations, and measured, as shown on the Contract Drawings and as approved by the Engineer.
2. AIl costs associatad wtth layout, formwmk, earthwork, all labor, materials, splices, eduipment and incidentals necessary to satisfactobly cornplet(
the work according to the plans, sbecilicafions and/or as directed by the Engineer shall be included in the unit pdce b~d for this Item.
15 <=~:[]~,.~-~,Sv~.ci.y/._~,Site C°ncrete' 6" Reinf°rced C°ncrete Slabfor ~ ~/~th"~ jSF 1'725 SF ~i~,.,7,~ i~ ~ I 5,/4 ~-~~'''~''
Dollars Cents
1 Measurement and Payment: The Contractor shall receive the unit bid pdce for each square foot pi 6" thick reirdomed concrete sJed installed in
designated locations, and measured, as shown on the Contract Drawings and as approved by the Engineer
2. All costs associated with tayout, formwork, earthwork, all labor, materials, splices, equipment and incidentals necessary to satisfactorily complet~
the work according to the plans, spec,fications and/or as directed by the Engineer shall be included in the unit pdce bid for this Item
16 ~rk~llQ~Site C°ncrete' 8" Rein'°rced C°ncrete SIab.~OOC. j~¢..~ ~ tO/~ 2'800 SF
for_ /SF
Dollars Cents
1. Measurement and Payment: The Contractor shall receive the unit bid pdce for each square loot of 8" thick reinforced concreta slab installed in
designated locations, and measured, as shown on the Contract Drawings and as approved by the Engineer.
2. AIl costs associated with layout, formwork, earthwork, all laber, matadals, splices, equipment and incidentals necessary to satisfactorily complele
the work according to the plans, specifications and/or as directed by the Engineer shall be included in the unit pdce bid for this Item.
Site Concrete - 10" Reinforced Concrete Slab 2,160 SF
Dollars Cents
1 Measbrement and Payment: The Conlractor shat{ receive the unit b~d pdce for each square foot of 10' thick reinforced concrete slab installed in
designated locations, and measured, as shown on the Contract Drawings and as approved by the Engineer.
2. All costs sssoc[ated with layout, formwork, earthwork, all labor, matahals, splices, equipment and incidentals necessary to satisfactorily complet~
the work according to the plans, specifications and/or as directed by the Engineer sha[l be included in the unit pdce bid for this kern.
CONTINUED ON NEXT PAGE
Proposal Package 10 of 22
TOWN Or L uUTHOLD
TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY
CONTRACT A- GENERAL CONSTFIUCTION
Itemized Proposal for: Town of Southold LKMA Proiect No. 04~060.
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT BID
NO. (Fill in Unit Price Written in Words) QUANTITY
Site Concrete - 10" Reinforced Concrete Slab
18 ~..-_L with Surface H.a~deoer 14,600 SP ~t ~'
Dollars . Cents
1. Measurement and Payment: The Contractor shall receive the uni: b~d pace for each square foot of 10" thick reinforced concrete slab with SUd&C(
hardener installed in designated locations, and measured, as shown on Ihe Contract Drawings and as aopmv~ by the Engineer.
2. AIl costs associated with layout, [o~wo~, ea~hwo~, ail ta~r, materials, splices, equipment and ;ncidentats necessa~ to satisfactorily complet~
the wo~ acceding to the plans, sp~irications an~or as directed by the Engineer shall be included in the unit price bid for this Item.
19 *~Site Ce.crete - Rei.f~ed Structura,~ U.~ ~.t~ 720 CY *~t*~-'' ~'~ ~
Dollam Cents
1. Measurement and Pa~enh The Conlmctor shall receive ~e unit bid pdce for ~ch cubic ya~ of rein~o~ed structural concrete installS, at the
new Administration building, Weight Facili~ and Scales, Transfer Station, Home E~hange Facility and E~edor Waste Bm areas, as ~iel~
measured, as show~ on the Contract Drawings and as approved by the Engineer.
2. AIl costs ass~ated ~th layout, fo~wo~, ea~hwo~. ~lacemenL [inishing, instaUation of steel mmfomemenL all labor, materials, ~uipment an(
incidentals nece~ to satisfactorily complete the work ac~ing to ~e plans, sp~ificaflons an~or as air.ted by the Engineer ~all be included
in the unit price bid for this Item.
20 ~[~o~.. for ~ Site C~ncrete - Prec~Block Retaini.g WallfloWer0/../~'"~/EA 400 EA ~ . ~~
Dollars Cents
1. Measurement and Payment: The Contractor sha;I mce~e :he unit bid price for each pre.st block retaining wall section deliver~ and install~
at the sca~ehouse as shown on the Contrac~ Omwiflgs and as approved by the Engineer. Including all suppo~ng ma:eda;s such as RCA Base,
Drainage Pipe, Subangular Stone (furnished ~ O~er) and connections ~o sto~water ~:em.
2. Ali costs associated ~ stakeout, grading, compaction, sub,asa preparation, ins~llation, ail laboh male~als, equipment and incidentals
necessa~ [o satisfactonly complete the wo~ acceding to the plans, specifications an~or as dire~ ~ the Engineer shall be ]nclud~ in the unit
pdce bid for this Item.
21 ~ ~1~ for Building S~uctures - Transfer Station ~ ~1~ ~1 ~~ ~ /SF 20,400 SF ~ ~
Dollars Cents
1. Measurement and Payment: The Contractor shall receive the unit bid pdce for each square f~t of Pre-engineer~ building constructed,
i~cludmg all m[emal stm~u res and s~:ems including but not limit~ to, internal anQ e~eHor doom, 2- 15'~0' rollup ~om, snow/ice fence, and roof
drains, as sho~ on the Contract Drawings and as a~roved ~ the Engineer.
2. Ail costs a~ociated with stakeout, e~avafion, grading, com~c~on, subbase p~p=r&tion, ~nst~ction, erection of building, finishing si integer
st~ctures, a~l labor, materials, ~ui~ment and incidentals necesse~ :o satisfactorily complete the fabd~tion of ~e transfer s~tion wo~ &cco~ing
to the plans, spec{fications an~or as directed by the Engineer shall be included in the unit pdce bid [or th~s Item.
22 Buildine Structures - Home Exchange 480 SF ~ ~
Dollars Cents
1. Measurement and Pa~ent: The Contractor shall receive the unit bid pdce ~or each square f~t si pre-engineered buildlng const~,
including all e~edor and intoner st~ctures and s~ems specih~, as sho~ on the Contract D~ngs and as approv~ ~ the Engineer.
2. All costs associated ~ s~keout, e~avation, grading, com~ction, subbase preparation, const~on, erecSon of building, finishing si interior
st~ctures, all labor, materials, equipment and incidentals nec~sa~ Io sa~sfa~od~ complete ~he fabd~tion el the home exchange budding
acceding to the plans, specifications an~or as dir~t~ by the Engin~r shall be included in ~e unit pdce bid for this Item.
23 ~ Building Structures - A~dant Booth I LS ~
Dollars Cents
1. Measurement and Pa~ent: The Conlra~or shall receive the lump sum bid pdce to install a pre-engineered building. This item will include all
utilities and anchoring st the st~cture in its proper location, including all e~erior and ~ntedor st~ctures, all mechanical and electrical systems
specifiC, as sho~ on the Contra~ Dinings and ~ approved by ~e Engineer.
2 All costs associat~ with stskeout, excavation, grading, compac~on, subbase preparation, concrete prep, construction, se~ing of building, all
labor, matenals, equipment and incidentals necess~ ~o satis[actorily comp[ete the ins~llatJon of the A~endants ~oth wo~ m ac~rdmg to ~he
plans, specifications an~or as directed ~y the Engineer shall be [nclud~ ~n the unit pdce bid for this item.
CONTINUED ON NEXT PAGE
Proposal Package 11 of 22
TOWN OF SOU il-fOLD
TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY
CONTRACT A- GENERAL CONSTRUCTION
Itemized Proposal for: Town of Southold LKMA Project No. 04-050.
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED- AMOUNT BID
NO. (Fill in Unit Price Written in Words) QUANTITY
500 Gallon Double Wall Above Ground Waste Oil
Dollsrs Cents
1. Measurement and Payment: The Contractor shall receive t~e lump sum bid price to instal[ a pre-engineer~ double wall above ground waste oil
tan~. T~is item ~11 include all utilities, :oncrete sleb installation, and anchoring of ce structure in i~ proper I~ation, installation of prefabd~t~
steps, all mechanical and electrical systems specified on the construction drawings to meet SCHDS regulation, and as approved by the Engineer.
2. AIl costs associated with s~k~ut, excava¢on, grading, companion, sub.se preparation, concrete prep, construction, a~choring o¢ tank in
p~ace, al~ r~uired ~fe~ ~uipment, all fees associated with inspection by SCDHS, and all la~r, matenals, equipment and incidentals necessa~ to
~tisfactorily complete the instaqation o¢ the ~0 gallon double wall a~ve ground waste oil t~nk wo~ in according [o the plans, specifications ~n¢or
as directed by the Engineer shall be included in the unit pdce bid for this Item.
Site Drainage- Stru~ures, Rings, lnl~ Boxes,
25
I
LS
~.,- ~1.~ Covers and Grates ~
Dollars Cents ~
1. MeesurementandPa~e~t:TheCon~ractorshallreceive~e lumpsum bidpdcetoins~ll~es~edra~nagestmctums, nngs,~ps, foofings,
cu~ inlet ooxes, steel ~rames and grates as sho~ on the Centract Drawings and as appmv~ by the Engineer.
2. AIl costs associated with layout, ea~hwo~, excavation. ~c~llling, compac~on, ~nnections, pa~ing, all la~r, materials, equipment and
26 ~[~for ~Dr~ina;e~dcc&~~ Pine ~ /LF 1,600 LF
Dollars Cents
27 S~e Signag ~ 1 LS
main entrance sign, information signs dir~ional signs, custom signs and any miscelian~us sig~s as shown on ~e Contract Draw, rigs and as
approved by the Engineer.
2. Ali costs associat~ with la.ut, ea~wo~, fabrication, shipping, installation, all lair, mate~als, equipment and incidentals necessa~ to
satisfa~orily complete the we~ ac~ing to ~e plans, specifi~tions an~or as directed by the Engineer shall be included in the unit price bid for
28 Line striping - 4" Wide 13,~ LF
1. Measurement and Payment: Pavement s~dping will De measured ~n linear feet along the cen~e~ine of the pavement stripe end shall be base~
a 4-inch wide st~pe. Measurement ~or stdping with a plan ~h greater or less than basic 4 inches as sho~ on the plans or as directed by the
Engineer will be made ~ the following melhod:
4 inches
Note: The unit p~ce includes nil la.ut and maintenance/protection of traffic dudng installation.
Site Fencing - 6' High Vinyl Coat~ Galvanized 1,025 LF
29
Chain Link Fence and Gates
CONTINUED ON NEX'r PAGE Vroposal PacKage 12 ( 22
TOWN OF SOUTHOLD
TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY
CONTRACT A- GENERAL CONSTRUCTION
Itemized Proposal for: Town of Southold LKMA Project No. 04-050,
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT BID
NO. (Fill in Unit Price Written in Words) QUANTITY
30 '~U,~ {;5~.r'("~ Site Fencing - 4' High Vinyl Coated Galvanlzed 'T"~ ~..A..~.~',.~ -~Chain; Link Fence~ /LF 530 LF ~ ~O ~[ [ ~ O~
for_ ~ ~
Dollars Cents
1 Measurement an~ Payment; The Contractor sha~l receive the unit b~d pnce for each linear foo~ o~ 4~ H~gh Black vinyl chai~ link [encing wit~
ha~ware installed and measured as shown on ~e Contract Drawings and as ap~v~ by ~e Engineer.
2. Afl costs ass~ated ~th layout, ee~hwo~, f~tings. ~ar~am. alHabor, mate~ats, splices, equipment and incidentals neces~ to sadsfa~odly
complete the werk according to the plans, specifications ancot as direc~ by ~e Engineer shall be included ~n the unit pdce bid for this Item.
~,,,, ,~-~ .~ ~ ~
~ for ~1 ~,',. /~
33 ~.oS"e Landscaping- Treesand Shrubsm= ~, 1.,[~ ~ ,~ ~ 57 EA ~ ~¢ ~
34 Proposed Scale Sy~em- Weighbridge Furnished
~ and ,nstalled 2 EA ~ ~ ~
for '~T~ ~ ~ /LS
CONTINUED ON NEXT PAGE
· Proposal Package 13 of 22
'IuWN L,,- bt. J ~, .. LD
TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY
CONTRACT A- GENERAL CONSTRUCTION
Itemized Proposal for: Town of Southold LKMA Project No. 04-050.
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT BID
NO. (Fill in Unit Price Written in Words) QUANTITY
[" C.~-..U'---~----~-~-['"'~ '~"1-~. Steel Stairs & Railingo ~D -'~.t,~O 1 LS
36
lot ~ ~ /LS
!
Dollars Cents
I. Measurement and Payment: The Contractor shall receive the lump sum b~c~ price to instaI[ toe steel sis.rs on the intoner of the transfer station as
well as between the tuel dispensing system an~ main parking area. Included in th~s item are all sisal railings as shown on the Contract Drawings
and as approved by the Engineer.
2. A~ c~sts ass~cia[ed with ~ay~ut~ excavati~n~ backfi~hng` c~ncrete p~sts~ we~ding~ hardware~ painti~g~ and a~ ~ap~r' matena~s~ equipment and
incidentals necessary to satisfactediy complete the work according to the plans, specifications and/or as directed by the Engineer shall be included
in ff~e uni[ price bid for this Item.
37 ~ Radiation Detection System _ ,~ I LS
Dollars Cents
1. Measurement and Payment: The Coctractor shall receive ~he lump sum bid price to tumished and instsll the rad/aaon detection system as
shown on the Contr4ct Drawings and as approved by the Engineer.
2. AIl costs associated with excavation and backfilling, earthwork, conduit, conductors, delivery, instsllation, inspections, calibration, scalehouse
staE training, hardware both mechanical and elecrdc components as per specifications, all labor, materials, eqmpmect and incidenlals necessary to
satisfactorily complete the work accenting to the plans, specifications and/or as directed by the Engineer shall be included in the unit pdce bid for
th~s Item
38 '-------- Methane Detection System LS
Dollars Cents
1. Measurement and Payment: The Contractor aball receive the lump sum brd pdce to furnnish aed install the methane detection systsrn wghin the
scalehouse and integrated with the exhaust system as shown on the Contract Drawings and as approved by the Engineer.
2. AIl costs associated with conduit installation, delivery, detector and panel installation, inspections, calibration, exhaust fan installation, vents,
hardware both mechanical and electric components as per specifications, all labor, materials, equipment and incidentals necessary to satisfactonly
complete the work according to the plans, abecgications and/or as directed by the Engineer shall be included in the unit price b~d tot this Item.
39 ~j Scale yideo Monitoring System I LS
Dollars Cents
1. Measurement and Payment: The Con~ractor aball receive the lump sum bid phce to tumished and instsll a four camera video monitoring system
as shown on the Contract Drawings and as approved by the Engineer.
2. All costs associated with conduit insts[lation, delivery, camera installa~on, video recorder inslallation, monitors, power supply, adjustments,
hardware, conduits, conductors and all other electric components as per specifications, all labor, marshals, equipment and incidenlals necessary to
satisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shall be incleded in the unit pdce bid for
this Item.
40 · ~- Gas Vent Modification ~, , I ES
Dollars Cents
1. Measurement and Paymenl: The Contractor shaft receive ~e lump sum bid 0dca to perform the gas vent modifications as shown on the
Contract Drawings and specifications and as approved by the Engineer.
g. All costs associated with layout, earthwork, excavation, backfilling, piping, drilling, all labor, materials, equipment and incidentals necessary to
satisfactor[ly complete the work according to the plans, specifications and/or as directed by the Engineer shall be included in the unit price bid for
this Item.
41 Domestic Water Service- Complete 1 LS
for ~T~ O~ ~-t~j~ ~' /LS
Dollars Cents
1. Measurement ~nd Payment: The Contractor shall receive ~he lump sum bid pdce Io install a domestic water service as shown on the Contract
Drawings and specificatrons and as approved by the Engineer.
2. Ali costs assccialed with layout, earthwork, excavation, backtilling, instaltstion of main service piping (4"), distribution branch service piping ( t '),
and aLI labor, materials, equipment and incidentals necesssry ~o sabsfactodly complete the work according to the plans, specifications and/er as
directed by the Engineer shall be included in the unit price bid tor th~s Item.
CONTINUED ON NEXT PAGE
Proposal Package 14 of 22
TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY
CONTRACT A- GENERAL CONSTRUCTION
Itemized Proposal for: Town of Southold LKMA Project No. 04-050.
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT BID
NO. (FiX in Unit Prfce Written in Words) QUANTITY
Fire Suppression Water Well and Fire I LS
42 .... Suppression Equipment- Complete
-r~
Dollars Cents
I Measurement and Pa~ent: The Cont~ctor shall recede ~he lump sum bid pdce to [umished and instil a fire suppression water wel~ and hre
suppression equipment wi~in the trans[er staMon as shown on the Contract Drawings and as apprev~ by the Engineer.
2. All costs associated with excavation and backfilling, ea~wo~, drilling, piping, Jns~llation o~ h~m, fi~ hose reel installaMon, well ~ump and
pump control installation, all la~r, materials, equipment and incidentals n~essa~ [o ~tisfa~only complete the wo~ acco~ing to the plans,
sp~ifications and/or as directed by ~he Engineer shall be included in the unit price bid ~r this Item.
43 . Fuel Dispe~sin~s~em- Complete I LS
for~ ~ ~__U__~__ /ES . .
Oollam ~nts
1 Measurement and Pa~ent: The Contractor shall receive the lump sum bid pdce to instil a 1 ,~ gallon ~el dispensing s~tem. This item ~1~
include all utilities, concrete slab installation, and anchoring ol the structure in ~s proper I~ation, ins~llation of prefabd~ted steps, all m~hanical
and electrical systems sp~ifi~ on the ~stm~ion drawings to mae( SCHDS regulation, and as appmv~ by the Engineer.
2. All costs A~iated with s~k~ut,ex~vation, grading, companion, su~ase preparation, concrete preparation, ~n~mction, anchoring of ~nk
i~ place, alt r~u~red safe~ equipment, all tees ~sociated with insp~tion by SCDHS, and all labor, materials, equipment and inciden~ls nece~a~
to ~tisfactonly complete the inspiration of ~e 1 ,~ gallon fuel dispensing ~nk wo~ in a~o~ing ~ the plans, specifications an~or as directed by
the Engineer shall be included in the unit pdce bid for ~is Item.
6" Crushed Stone Pavement wEh Non-
44
3,500
SF
~ ~ ~ Woven Fi~er Fabr~
Dollars Cents
1. Measurement and Pa~ent: The Contractor shaEI recurve the unit price per Square Foot o[ crashed stone pavement with 8oz non woven filter
~ab~c installed and measured by su~ey, as sp~ifi~, and shown on the Contract Dra~ngs and approv~ by t~e Engineer.
2. All ~sts associated with mobdi~hon, tmns~tion, placement, greying, all la~r, materials, equipment and inciQen~ls necess~
satisfactorily complete the wo~ acco~ing to the plans, spec~caMons an~or as directed Dy the Engineer shall be [nclu~ in the pdce bid for this
ttem.
/
Dollars Cents
Dollars Cents
WRI~EN IN WORDS
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.
Proposal Package 15 of 22
TOWN OF SOUl HOLD
TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY
CONTRACT A- GENERAL CONSTRUCTION
Itemized Proposal for: Town of Southold LKMA Project No. 04-050.
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT BID
NO. (Fill in Unit Price Written in Words) QUANTITY
A1 Modified,~_O ~q~-~.'j~for ~'~[~' '¥~ ~3 f'~ ~'~-'~'~DOmestic ~,~.~ ~.~.3Water ~i~e~ ~~3" S~R ~HDPE 1 LS ~~ ~
1 Measurement and Payment: The Contractor shaJl receive the unit bid price for each square foot ol meta~ canopy A with foundations as specified,
shown o~ the Contract Drawings and as approved by the Engineer.
2. Atl costs associated with ~ayout, lo.work, eaKhwo~, companion, concrete, fabrication an~ all I~or, mate~als, equipment and incidentals
necessa~ to set=sfacto~ly complete the wo~ according to the plans, specifications and/or as direct~ by the Engineer shall be included in the unit
pnce bid [or this Item.
I
A2 ~ ~ M~al CaBopy A 1,500 SF ~ ~ ~
Dollam Cents
1. Measurement and Payment: The Con~or shall receive the unit b~d pnce ~o~ each squa~ f~( of metal canopy A as sp~itied, sho~ on the
Contract Drawings and as approved by ~e Engineer.
2. All costs as~ciated wi~ ~a~. fo~wo~, ea~bwo~, com~ct~on., fabrication and all labor, mammals, equipment and inc[den~s necessa~ ~o
s~tisfacto~ly complete the wo~ acco~[ng to the plans, specifi~tions an~or as dire~ by the Engineer shall be included in the unit price bid for
this Item.
~ Metal Can~a 2,700 SF ~ ~
Dollam Cents
1. Measurement and Pa~ent: The Contractor shaJl receive the unit bid p~ce ~or each ~uam [oo~ ol melal cano~ b a5 specifiC, s~own on ~e
Contract Drawings and as ~pmved by ~e Engin~r.
2. All costs associated wi~ layout, ~o~wo~, ea~bwo~, compaction, fabd~tion and all ~abor, materials. ~uipment end incidentals nece~a~ ~
satisfactorily complete the wo~ according to the plsns, specifications and/or es aire~ed ~ ~e Engineer shall be includ~ in the ~n~t p~ce bid for
this Item.
WRI~EN IN WORDS
Proposal Package 16 of 22
TOWN OF SOUTHOLD
TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY
CONTRACT C- PLUMBING CONSTRUCTION
Itemized Proposal for: Town of Southold LKMI 04-050.
ITEM ~ DESCRIPTION OFITEM ESTIMATED UNIT UNIT PRICE B~ EXTENDED AMOUNT
NO.~(Fi~n Unit Price Written in Words) QUANTITY / BID
I forGeneral~nditi°nsx~ and __M°bilizati°n/ES 1 LS
Dollars '%, Cents
/
1. The lump sum pr[ce bid u~er Payment Item 1 shall include supervision and man~ement, on-going project-retated expenses,
insurances, bonding, labor, mal'ef~als, equipment, and incidentals necessary to moJTffize to the construction site, meet all of the general
requirements set forth under Divis'l~ 1, comply with all conditions set forth in the/Conditions of Contract and Generar Conditions of the
Contract and demobilize from the coh,[trection site upon successful completio.r'/bf the project.
2. Payment for this item will be made'~two (2) payments;
a. Fifty Percent (50%) upon complete r~bifization to the site.
b. Twenty Five Percent (25%) upon secoh~ partial payment request.~
c. Twenty Five Percent (25%) upon succes~,p~ completion and aoc~tance of the project.
2 Proposed Water Service Connection at, in /1 LS
/
~qn~iiPneme~ rntshaar~Ciindc~t~a~I iTtch~;~ricry;~i.~da?/~tCthitsO~deYmC~mplete the wo~cording to the plans, specifications and/or as directed by the
3 Interior Plumbing- r Station 1 ~LS
for~/LS
Dollars ~/ Cents
1. Meas~a,~enb~'he Contractor shall receive the lump sum price to ho~ up all interior plumbing within the transfer statior
as specified~ the Contract Dra~V~ngs and approved by the Engineer.
2. All costs assod~nstallation of bathroom fixtures, water main hookups, samlar~ystem connection and hookups, hose bib,
copper lY~~als, equipment and incidentals necessary to satisfactorily com'~ete the work according to the plans,
specifications an/cVor as directed by the Engineer shall be included in the price bid for fi'tis IteiTl~
/
4 InteriTlumbing- Administration Building 1 ES
, foy /LS
I j Dollars Cents
1. Me~.~rement a?~...~yment: The Contractor shall receive the lump sum price to hook up all interior plumbing~ithin the administration
building asked, and shown on the Contract Drawings and approved by the Engineer.
2. All costs associated with water main hookups, sanitary system connection and hookups, hose bib, copper piping,'N~eat tracing, all
labor, materials, equipment and incidentals necessary to satisfactorily complete the work according to the plans, speci~tions and/or as
directed by the Engineer shall be included in the pdce bid for this Item.
CONTINUED ON NEXT PAGE
· Proposal Package 17 of 22
TOWN OF SOUTHOLD
TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY
CONTRACT C- PLUMBING CONSTRUCTION
Itemized Proposal-for: Town of Southold No. 04-050.
ITEM '~ DESCRIPTION OF ITEM ESTIMATE[ UNIT UNITPR~~= BID EXTENDED AMOUNT
NO. (Fill I~ Unit Price Written in Words) QUANTITY/ BID
5 Interio~bing- Weigh Facility 1
forDo-~lars % Cent-~ /LS
1. Measurement and Payment: "~ontractor shall receive the lump s~ price to hook up all interior plumbing within the weigh facility
as specified, and shown on the Contr~t~.~rawings and approved by t~ Engineer.
2. All costs associated with water main hbe~ups, sanitary systern/e~nnection and hookups, hose bib, copper piping, heat tracing, all
labor, materials, equipment and incidentals ne'~sary to satisfaj;~dly complete the work according to the plans, specifications and/or as
directed by the Engineer shall be included in the ~,~ bid fo~s Item.
$ Interior Plumbing- Employee Trailer,~ I LS
Dollars Cents,/
1, Measurement and Payment: The ConJ~ctor shall receive the lum~m price to hook up all interior plumbing within the employee
trailer as specified, and shown on the C~tract Drawings and approved b~ Engineer.
2. All costs associated with sanitary/~'ystem connection and modifications ai't~ookups, all labor, materials, equipment and incidentals
thepriceb d c r this/temneCessaryit°fsatisfacteri/y complet~he work according to the plans, spec[ficafio~s-.~nd/or as directed by.the Engineer shall be included in
NOTE: The Town of reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or
after award of the bid.
Proposal Package 18 of 22
I U e,~l UI'
TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY
CONTFIACT D- ELECTFUCAL CONSTRUC;TION
Itemized Proposal for: Town of Southold LKMA Project No. 04-050.
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDE~AMOUNT
NO. QUANTITY
(Fill in Unit Pt~e Written in Words)
1. he lump su~__ent Item 1 shall include supervision and management, ject-related expenses, ,
insurances, bonding, labor, materials,~quipment, and incidentals necessary to mobilize to the c~struction site, meet all of the general:
requirements set forth under Division 1 ~a~d Division 16, comply with all conditions set forth in,~l~e Conditions of Contract and General
Conditions of the Contract and demobiliz~f~rom the construction site upon successful comp~tion of the project.
2. Payment for this item will be made in tw~,~(2) payments;
a. Fifty Percent (50%) upon complete mobi~ation to the site.
b. Twenty Five Percent (25%) upon second ~,rtial payment request.
c. Twenty Five Percent (25%)upon successful~mpletion and acceptance of ~project.
2 Proposed 600Amp Electric Service % I /LS
for ./LS ~ Z ' '
Dollars Cents : ~ ,/
1. Measurement and Payment: The Contractor shall receive th~,~mp sum price to hook up a new 600 Amp service to the site as
specified, and shown on the Contract Drawings and approved ~Jffl~e Engineer.
2. All costs associated with electric conduit runs, wires, pan/eCinsul~ions, terminations, and tie in to LIPA service, and all labor,
materials, equipment and incidentals necessary to satisfact~l'ily comp'~te the work according to the plans, specifications and/or as
directed by the Engineer shaU be included in the price bi/d/for t~Y~s Item. ~
3 Transfer Station -Interior Electric/ I ~LS
for~/LS
Dollars Cents// .
1. Measurement and Payment: The Con/t~ctor shall receive the lump sum pdce to'~ook up all the interior electric within the transfer
station as specified, and shown on the/Q'ontract Drawings and approved by the Engir~er.
2. AIl costs associated with electric,,~Snduit, wires, connections to electric doors open~l(s, fire suppression system, interior lighting,
receptacles, outlets, and emergenc~'qighting, and all labor, materials, equipment and inc~entals necessary to satisfactorily complete
the work according to the plan~ecif~cations and/or as directed by the Engineer shall be~cluded in the price bid for this Item.
D~llars Cents ....
1. Measurem~t and Payment: The Contractor shall receive the lump sum price to hook up all electdc within the weigh facility as
specified, and/shown on the Contract Drawings and approved by the Engineer.
2. All costs a~sociated with electric conduit runs and spare runs, wires, provide new service runs, tie into radiation detection system,
methane detec~'~,,~'~stem, video monitoring system basement vent fan, tie in of weigh scale power, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the
Engineer shall be included in the price bid for this Item.
CONTINUED ON NEXT PAGE
Proposal Package 19 of 22
TRANSFER STATION RE$1DEHTIAI DROP-OFF FACILITY
CONTRACT D- ELECTFIICAL CONSTRUCTION
Itemized Proposal So~thold
EXT~DED AMOUNT
TEM DESC'~TION__ OF ITEM ESTIMATED UNIT UNIT PRICE BID /
NO. (Fill in Unit Pri'~Written in Words) QUANTITY
BID
5 Administration Electric 1 L$
for__ __~____._/LS /
Dollars Cents~ ./
1. Measurement and Payment: The Con_tracer shall receive the lump sum price to hook ~'all electric within the administration
building as specified, and shown on the Contra'~ Drawings and approved by the Engine~.
2. All costs associated with electdc conduit runs~wires, provide new service runs, an/d/spare conduits, connection to mains and all
labor, materials, equipment and incidentals necess~.ry to satisfactorily complete the~'ork according to the plans, specifications and/or
as directed by the Engineer shall be included in the ~ for this Item. ~
6 Home Exchange Electric '~ / LS
for /LS ~
Dollars Cents ./' '~
1. Measurement and Payment: The Contractor shall receiv~trhe lump ~,(m pdce to hook up all electdc within the home exchange
building as specified, and shown on the Contract Drawing.~nd approved~y the Engineer.
2. All costs associated with electric conduit runs, wiresy.~rovide new servic~runs, connection to mains, lighting hookups with
photocells, outlet installations, and all labor, materials/~quipment and incider~ls necessary to satisfactorily complete the work
according to the plans, specifications and/or as~F~ed by the Engineer ihall ~cluded in the price bid for this Item.
7 Site Lighting / 25 EA ~
for_
Dollars ./ Cents ~.
1. Measurement and Payment~he Contractor shall receive the unit bid cost to hook up alr'~ite lighting within facility as specified,
and shown on the Contract D~wings and approved by the Engineer. ~
2. Ali costs associated wi~j~'electric conduit runs, wires, provide new service runs, and spare c~nduits, connection to all street light
fixtures with photocells, ~nnections of bases and footings, installation of light fixtures, and all la~:)r, materials, equipment and
incidentals necessary/tcf satisfactorily complete the work according to the plans, specifications an~or as directed by the Engineer shall
be included in the pr~e bid for this Item. . ~
8 Ex/or Building Lighting~ I i LS~~
for / /LS ~
/[ Dollars Cents ' ~.
1. Measu ;ement and Payment: The Contractor shall receive the lump sum price to hook up all exterior bulldog lighting within facility
as specifiE ~, and shown on the Contract Drawings and approved by the Engineer.
2. All co: .~?ociated with electric conduit runs, wires for the installation of exterior wall light fixtures, and all labor, materials,
equipment an~'d~identals necessary to satisfacfodly complete the work according to the plans, specifications and/or as directed by ths
Engineer shall be included in the price bid for this Item.
CONTINUED ON NEXT PAGE
Proposal Package 20 of 22
IU..,. Ul" o~,dlnuLU
TFIANSFI:FI STATION AND RESIDENTIAL DROP-OFF FACILITY
CONTRACT D- ELECTRIC;AL CONSTRUCTION
Itemized of Southold LKMA Project
'~ESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED,~OUNT
ITEM
(Fill in'~nit Price Written in Words) QUANTITY
NO.
9 Fuel'X~enser Electric' I LS
Dollars ~. Cents
1. Measurement and Payments.The Contractor shall receive the lump sum price to hook up of the fue~ispensers electric service as
specified, and shown on the Con'~ct Drawings and approved by the Engineer.
2. All costs associated with electric~onduit runs, wires, installation of alarm panels, connection ~¢power to fuel pumps, and all labor,
materials~t and incidentals r~essary to satisfactorily complete the work according t~'he plans, specifications and/or as
directed by the Engineer shall be include~n the price bid for this item.
10 Electric to RPZ Vault ~ 1 LS /
Dollars Cents '~
1, Measurement and Payment: The Contractor shall rec. i~ve the lump sum,~4qce to hook up ali electric to the RPZ vault as specified,
and shown on the Contract Drawings and approved by theT~gineer.
2, All costs associated with electric conduit runs, wires, pro~.e new se~ice runs, outlet installations, and all labor, materials,
equipment and incidentals necessary to satisfactorily completel~e wo~ according to the plans, specifications and/or as directed by the
Engineer shall be included in the price bid for this Item, ~
11 Attendants Booth Electric /1 ~ LS
for ..... /LS//
Dollars Cents ./
1. Measurement and Payment: The Contractor,,aflall receive the lump sum price'~ hook up all power to the attendants booth as
specified, and shown on the Contract Drawing'and approved by the Engineer.
2. All costs associated with electric condui/t/funs, wires, spare conduit, provide new'~rvice runs, outlet installations, tie in to panel and
all labor, materials, equipment and incide~als necessary to satisfactorily complete the ~ork according to the plans, specifications
and/or as directed by the Engineer she"be included in the price bid for this Item.
12 Emergency Gene~r Electric I LS
Dollars" Cents
1. Measurement ~'d Payment: The Contractor shall receive the lump sum price to hook up all power to'~e Emergency Generator as
specified, and sh?'wn on the Contract Drawings and approved by the Engineer.
2. All costs a~ociated with electric conduit runs, wires, provide new service runs, tie in to panel, disconne~on of generator from old
location, pro/~de temporary power during relocation, mounting of all hardware isolation breakers and all labor,~aterials, equipment
and incide~fais necessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer
shall be~_luded in the price bid for this Item.
TOTAL
Dollars Cents
wRrrrEN IN WORDS
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.
Proposal Package 21 of 22
AUTHORIZED SIGNATURE "' /'
"x
ACKNOWLEDGMENT
appeared, ~ ~- (tl~a.laJk.~,~-Q'D . personally known to me or proved to me on the basis
of satisfactorY'evidence to be the i~dividual(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(les),
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
M£LANE L.
Netary Public, State of New
4867510, Suffolk County.,
Proposal Package 22 of 22
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.
PKINCIPAL OFFICE:
PRINCIPAL OFFICERS:
T['fLE NAME
A Corporation /
A Partnership or Entity
An Individual
BACKGROUND
ADDRESS PROFESSION/TRADE
1. How many years has your organization been in business under its present business name?
2. Younormallyperformwhatpercentoftheworkwithyourownforces? ~ %
List trades that you organization ~orn}ally performs below:
3. Have you ever failed to complete any work awarded to you? ['",~. If so, note where and
why.
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
Has your gum requested arbitration or filed any lawsuits with regard to construction
contracts with/n the last five years? If yes, please provide details.
6. List the maj or consmaction projects your organization has underway at tkis date:
Name of: Engineer/
Project Owner Architect Contract Percent Scheduled
Name Telephone # Telephone # Amount Complete Completion
twz&r.~-,o ~4~.~,ol -~.ooo,0o~ ~o7o 'v/,/or'
7. List five major projects you organization has completed in the past five years:
Name of: Eng/neer/ Work Done
Project Owner Architect Contract Date of With Own Forces
Name Telephone # Telephone# Amount Completion % of Work
~ I
QS-2
8. 'List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Present
Position Years of
Individual's Name .Of Office Experience
Type of Work
For Which In What
Responsible Capacity
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~[~6~1'' ,
)
COUNTY OF
)
the {J fh~,,~r~ of~a,laz,~ , ~ ~. conmcmr md ~t
answers m~ego~esfio~ ~d all smtemenm ~reM conmMed ~e me ~d co~ect.
N0tar~
No. 48~t510, Suffolk ~ t
QS-4
CONTRACT AGREEMENT
THIS AGREEMENT made this .day of AD Two Thousand
and Five by and between the Town of Southold, party of the first part (hereinafter called
the Owner), and , party 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
of constructing the
TRANSFER STATION AND RESIDENTAL DROP-OFF
AS DESCRIBED IN THE Contract Documents made and prepared by the Town of
Southold, and L.K. McLean Associates, P.C., the project engineers, and as set forth in the
Contractor's Bid dated April 21, 2005, and in strict and entire conformity and in
accordance with the Notice to Bidders, Instructions to Bidders, Proposal Fo.m~ (Bid),
Performance Bond, Conditions'of Contract, General Conditions, 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 maturer and under the conditions therein provided.
THIRD: The Contractor covenants and agrees that, anything in this Contr0ct 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.
.1
· Terms used in the Agreement which are defined in Article 1 of the General Conditions
shall have the meanings indicated in the General Conditions.
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 Docmnents; and,
specifically, Contractor shall not assign any monies due or to become due without the
prior written consent of the Owner.
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.
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 Vv~-IEREOF, the parties hereto have executed this Agreement the day and
year first above written.
Total Bid '
Tm r~l~r% ~ ~ t-~ty ~ tt'o..r=,ard~ ~ h. rdr~ se~qty t~ ~ 58DOllars
Written m Words
$ 2,929,972.58
Written in Figures
TOWN OF SOUTHOLD
Jo fia Y or[on, S pervisor
Towel Attomeyw b~
CONTRACTOR
'HTLE rd'
(COm?OP, AWE SEAL)
A-2
ACKNOWLEDGMENT
STATE OF NEW YORK. COUNTY OF ..ff~-~ ~ ss.:
Onthe /5 dayof ~r~4~ ~,~_he)eal'2OO5betbreme. the undersigned,
personall5 appeared. _ , personally known to me or
proved to me on the basis of satisthctory evidence to be the individual(s) whose name(s)
is lare) subscribed to the within instrument and ac~owledged to me that he/she/they
executed the same in his/her/their capacity(les), and that by his/her/their signaturels) tm
the instrument, the individual(s), or the person upon behalf of which the individual(si
acted, executed the instrument.
N(3TA ~_/flBLICP,/Y~ Ann- P.
~ ~u~, N~ Yo~
~. 01~727~
~mm~ Ex~ 2-1~07
STATE OF NEW YORK, COUNTY OF _.5't~D:~ ./fi_ )ss.:
On the ( ,~ day of ,~..v ff_(4- in the year 2005 before me, the undersigned,
personally appeared, ~--T~,~_ q,~C~ ~. ('qLt~ ,ndr:~.-x , personally known to me or
proved to me on the basis of satisfactory evidence to be the individual(si 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(les), 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
BARBARA ANN RUDDER
Oulliflld i~ Suffolk Ce~
A-3
ALL QUESTIONS PERTAiNING TO THIS SOLICITATION
MUST BE SUBMITTED IN WRITING.
(Please use this form and fax to 631-286~8668 to the attention of Christopher Dwyer.
We will respond as soon as possible.)
Date,'
Company Name,'
Contact Name.'
Fax No..'
Telephone No.:
"3
DIVISION 1 - GENERAL REQUIREMENTS
TOWN OF SOUTHOLD
TR~aANSFER STATION AND RESIDENTAL DROPOFF
GENERAL
The work under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEIv[ENTARY GENERAL CONDITIONS,
DRAWINGS, SCHEDULES, ADDENDA and other Contract documents.
Refer to the Dra~fngs and Specifications of other trades and Contractors for items which might
at'feet the work under this Division.
TABLE OF CONTENTS - DMSION NO. 1 - GENERAL REQUIREMENTS
Included in this Division are the following sections:
01010 General
01025 Measurement and Payment
01500 Construction Facilities & Temporat3, Controls
01501 Health & Safety Provisions
01590 Field Offices
All Contractors shall note and pay particular attention to the Minority and Women's
Enterprises/Equal Opportunity, State Revolving Fund clause found in Item 46 of the
Conditions of ContracL
DIVISION I - Page I of 17
DIVISION 1 - GENERAL REQUIREMENI~
SECTION 01010 - GENER.a~L
SITE
The site of the proposed general construction for the TRANSFER STA~[iON AND
1LESIDENTAL DROPOFF is located in the Town o' Southold, on Middle Road (CR 48i in
Cutchogue, Count).' of Suffolk, State of New York and more particularly shown on the Contract
Drawings.
SCOPE
The work to be performed under this Comract shall include all labor, materials,
equipment, services and incidentals required to perform the proposed consu'uction as
indicated in the Specifications, shown on the Contract DrawSngs anti/or as approved b?
the Engineer.
B. In general, the ~vork shall include but not be limited to the following:
Clearing and Grubbing
Demolition
Grading and Drainage
Asphalt Paving and Curbs
Transfer Station Construction
Track Scale Conslruction
Attendants Booth Construction
Home Exchange Construction
Site Restoration, and Landscaping
Site Lighting
SanitaD, System Installations
Without restrict'rog the generaliv,/ 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
2. Site Work
3. Concrete
4. Masonry
5. Metals
6. Wood
7. Thermal and Moisture Protection
8. Doors and Finish Hardware
9. Finishes
10. Specialties
1 l. Equipment
12. Furnishings
DIVISION I - Page 2 of 17
DMSION 1 - GENERAL REQUIREMENTS
13. Special Construction
14. Conveying Systems
15A. H.V.A.C. (Not Used).
15B. Plumbing
16. Electrical
The work covered under these Divisions shall be bid under four (4) separate Contracts:
Contract A - General Construction
Contract B - I-IVAC (Not Used)
Contract C - Plumbing
Contract D - Electrical
Each Prime Contractor shall be responsible for coordinating their contractual
construction schedules with each other. Each Prime Contractor shall submit a computer
generated critical point method schedule indicating ail 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 constraction as it will be installed. No
shop dra~ving shall be issued or used until it has been approved by the Engineer or his.
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 Enginegr'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 constant personal attention to the work while it is in progress, and
he shall place it in charge ora 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 mariner 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 I - Page 3 of 17
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 ma3 be questionable.
MAINTENANCE AND PROTECTION OF TRAFFIC
The Contractor shall so conduct his 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 operations. The Contractor shall enforce regulations and reslrictions as ma)' be necessary o~
required for the protection of fire, accidents, propem,.: damage and public nuisance. He shall
provide and maintain such toilet facihties at or adjacent to the site as ma)' be required 'the
Contractor shall erect and maintain such signs, channel and obstruction markers and barricade>
as may be required for the protection of traffic. The Contractor shall not deposit or store any
equipment or materials x~Sthin the Site Area except with x~tten permission from the Engineer.
MAINTENANCE AND 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
oppommi~, to and cooperation with the owners of these utilities in the work or'
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.
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 ma5 be necessat3,' to permit the Contractor to can5.' out thc work i~
accordance wSth the Plans. The Contractor shall not remove or cause to be removed, an3
structure owned by a public utility corporation withont the approval of the Engineer
The Contractor shall cooperate ~Sth the public utility corporation whose strucmre,-
(aerial, surface or subsurface) are within the limits of or along the outside of the right-
way, to make it possible for them to maintain uninterrupted service. The Contractor shall
conduct his operations in such a ~vay as to delay or interfere as little as pracncable with
the work of the utility corporation.
GRADES~ LINES~ LEVELS AND SURVEYS
The Owner's Engineer will establish one (1) bench mark and location of the ;;ork lines as
reference points for the Contractor.
The reference points shall be mainta'med by the Contractor. All other required lines,
levels, grades, etc., shall be furnished by the Contractor from the reference point~.
DIVISION I - Page 4 of 17
DMSION 1 - GENERAL REQUIREMENTS
Re-establishment of the reference points by the Engineer for the Contractor shall be done
at the Contractor's expense.
The Contractor shall verify all grades, lines, levels and dimensions as shown on the
drawings, and he 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 expense.
L.~BOR~ LAWS AND WORKMANSHIP
All Contractors and Subcontractors .employed upon the work shall and will be required to
conform to the Labors Laxvs 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.
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
tS'pc 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
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.
If for any reason a Subcontractor must be discharged from work, the Contractor shall
notify the Engineer at least 24 hoars 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
the work and to minimize project disruptions. All costs due to slo~vdown of the project
for such reasons shall be borne by the Contractor.
DWISION 1 - Page 5 of 17
DIVISION 1 - GENERAL REQUIREMENTS
STANDARD SPECIFICATIONS
Where reference is made in these Specifications to a societ), the portion ret'erred to shall be read
into and shall be a part of this Contract and Specifications. Materials, methods anti equipment
shall conform ~4th the latest A.S.T.M., A.W.P.A., A.~c k.. N.E.C., I.E.S., etc. Specifications as
may relate to or govern the construction work.
TEMPORARY OFFICE AND STORAGE SHED
This Contractor shall, at all times, provide and maintain a ~vatertight office where
directed, for his use and the use of his Subcontractors, and the use of the Engineer.
Waiver of the temporatT office requirements shall only be granted b3 the Engineer.
Temporary office shall be' removed from the site upon completion of all work and the
office site restored to original conditions.
The Contractor shall provide and maintain on the premises, where directed, watertight
storage sheds for storage of all materials which might be damaged by weather, and shall
remove them from the site at the completion of the work. Restoration of the shed site
shall be done by the Contractor to the condition prior to erection of sheds.
CONTRACT DRAWINGS
The Contract drawings ;vhich accompany and form part of these Specifications. bear
the general title TOWN OF SOUTHOLD TILA_NSFER STATION AND
RESIDENTAL DROPOFF, Suffolk Coun~r, New York and separately numbered and
entitled as follows:
1
2
3
4
6
7
8
9
10
11
12
13
14
15
16
17
18
Cover Sheet
Legend and Notes
Existing Conditions (North)
Existing Conditions (South)
Overall Site Plan
Demolition Plan (North)
Demolition Plan (South)
Phase I Consn'uction Plan
Phase 2 Construction Plan
Phase 3 Construction Plan
Proposed Entry Road Plan .And Profile
Layout Plan (North)
Layout Plan (Sotah)
Weigh Facili~. Plan and Details
Site Weigh Scale Details
Weigh Scale Security. and Radiation Detection Plan
Gas Venting Plan and Details
Administration Building Foundation Plan
DIVISION l - Page 6 of 17
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
E-1
E-2
E-3
FW-1
S-1
S-2
S-3
W-1
W-2
WD-1
B
B-2
B-3
DIVISION 1 - GENERAL REQUIREMENTS
Administration Building Ramp/Stair Plan and Details
Transfer Station Foundation Plan
Transfer Station Foundation Wall Sections
Transfer Station Foundation Details
Transfer Station Foundation Notes and Schedules
Transfer Station Tip Floor Plan
Transfer Station Floor Plan
Transfer Station Add )alternate Floor Plan and Sections
Transfer Station Mechanical And Bathroom Plan
Transfer Station Roof Plan
Transfer Station Elevations
Transfer Station Building Sections
Transfer Station Plumbing Plan
Transfer Station Electrical Plan
Home Exchange Plan and Details
Attendant's Booth Plan and Details
Grading and Drainage Plans
Weigh Scale Retaining Wall
Striping and Signage Plan (North)
Striping and Signage Plan (South)
Planting Plan
Site Details
Site Details
Site Electric Plan (South)
Site Electric Plan (North)
Site Electric Details
Fire Well Plan
Sanitary Overall Site Plan
Sanitary Plans
Sanitary Details
Waste Oil Tank Plan and Details
Waste Oil Details Plan
Water Distribution Plan
Test Boring Plan
Test Boring Charts
Test Boring Charts
CLEAN-UP
The Contractor shall at all times keep the construction area, including storage areas used by him,
free from accumulation of waste material and rubbish and prior to completion of the work,
remove an)' rubbish from and about the premises. Upon completion of the construction, the
Contractor shall leave the work premises in a clean, neat and ~vorkmanlike condition satisfactow
to the Engineer.
DIVISION 1 - Page 7 of 17
DI¥ISION 1 - GENEI~4L REQUIREMENTS
GUARANTEES
Before issuance of the final certificate, the Contractor shall deliver to the Owner the
fotloMng guarantees in addition to those specifically required in the General Conditions
and in the various technical sections.
The Contractor hereby guarantees that all materials and workmanship installed under }tis
respective contract to be nexv and of good quality in ever}.' respect and to remain so tbr a
period of one (1))tear or for longer periods where so provided Ibr in the Specifications,
t¥om the date of issuance of the Final Certificate by the Engineer.
Should any defects develop in the a/bresaid work within the stipulated periods due to
faults in materials and/or wot -kmanship, the Contractor hereby agees to make ali repairs
and do all necessaD,' work to correct the detective parts. Such repairs and corrective
work, including the cost of making good all other work damaged by ,)t' otherwise
affected by making of the repairs or corrective w'ork shall be done without any cost ,~r
expense to the owner, and at the entire cost and expense of the Contractor, ~ithin five !51
days after notice to the Contractor. The o~qer may have the work done and clmrge thc
cost thereof to the Contractor and'or his Sureties who agree to pa3' the owner the cost or
such ~vork if the Contractor fails to respond as required.
PAYMENTS
Pa3Tnent(s) made under this Contract will be made on the basis of actual work completed tn
accordance with the Contract Documents. Pa3anents will be computed from the unit and lump
sum bid. Pasa-nent will only be made for the items shown in the Proposal Form.
END OF SECTION 01010 - GENERAL
DIVISION 1 - Page 8 of l 7
DMSION 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 esfunated 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
The method of payments and measurement of payments for each contract item shall be described
on the Proposal Form (PF) section of the bid specifications
END OF SECTION 01025 - MEASUREMENT AND PAYMENTS
DIVISION 1 - Page 9 of 17
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
SCOPE
Work shall include but not be limited to the following:
Temporao.' Utilities - Electricity, lighting, heat, ;entilation, telephone ser,,ice (includ[ng
fax machine), water and sauitao.' facilities.
Temporary' Controls - Barriers, enclosures and fencing, protection of the Work, and
water control.
Construction Facilities - Access roads, parking, progress cleaning, project signage, and
temporary buildings.
TEMPORARY ELECTRICITY
All Contractors shall be responsible Ibr providing temporary electric power tbr all
construction activities associated with their contracts with the exception of the Proposed
Transfer Station & Residential Dropoff Building area.
TELEPHONE SERVICE
The Contractor shall arrange with the local telephone company for all telephone services
for cortstruction needs at locations as required.
Contractor shall provide an adequate number of service lines tbr his needs and coin-
operated instruments for use by construction personnel.
Provide, maintain and pay tbr private telephone service with two incoming lines
Engineer's field office commencing at t/me of project mobilization.
D. The Contractor shall also provide an answering machine for the Engineer's use
Provide one (1) plain paper facsimile machine. Provide all necessary paper, toner and
maintenance during the course of the Contract.
TEMPORARY WATER SERVICE
The Contractor shall provide temporat3, water service tbr construction purposes, sanitar.',
facilities, fire protection and for cleaning.
B. Potable xvater shall be furnished for construction personnel by portable container>.
Water sen'ice shall be protected from freezing, and the service shall be extended and
relocated as necessary to meet temporary, water requirements.
DIVISION I - Page 10 of 17
DIVISION 1 - GENERAL REQUIREMENTS
The Contractor shall install a meter and pay for ail expenses associated with temporary
water service during the course of the work, including furnishing all necessar)r permits
and fees required for temporary water service.
Comply xvith ail applicable codes and arrange for all necessary inspections and
approvais.
Upon completion of all work, the Contractor shall disconnect and remove all temporary
connections and fixtures.
TEMPORARY' SANITARY FACILITIES
The Contractor shall provide at the site suitable enclosed toilet facilities for the use of
construction personnel. The Contractor shail observe and enforce all sanitary regulations
and maintain satisfactory, sanitary conditions around and on all parts of the work.
B. Adequate xvashing facility shail be provided for the construction personnel.
The Contractor shall maintain, service, clean, and disinfect facilities in a satisfactory
manner and enforce proper use of the sanitary facilities.
The Contractor shail be subject to a fine and prosecution if any human excrement is
deposited in or mound the construction site.
The Contractor shall pay for ail expenses associated with temporary sanitary facilities
during the course of the work, including fumishing all necessary permits and fees
required for temporary sanitary facilities.
Comply with all applicable codes and arrange for all necessary inspections and
approvais.
FIRST-AID FACILITIES AND ACCIDENTS
A. First Aid Facilities and Accidents
The Contractor shall provide, at the site, such equipment and facilities as are necessary to
supply first-aid to any of his personnel who may be injured in connection with the work.
C. Accident
The Contractor shall promptly report in writing to the Engineer ail accidents and
whatsoever arising out of, or in connection with, the performance of the work,
whether on or adjacent to the site, ~vhich cause death, personai injury or property
damage, giving full details and statements of witness.
DIVISION 1 - Page 11 of 17
DIWISION 1 - GENER,UL REQUIREMENTS
If death or serious injuries or serious damages are caused, the accident shall be
reported irrm~ediately by telephone or messenger to both the Owner and the
Engineer.
If any claim is made by anyone agai; the Contractor or a Subcontracto~ t,n
account of any accidents, the Contractor shall promptly report the facts mv, rinng
to the Engineer. giving full details of the claim.
WATER CONTROL
A. ' Grade site to drain. Maintain excavations tree of water. Provide, operate and maintain
pumping equipment.
Protect site from puddling or running ~vater. Provide ~vater barriers as required to protect
site fi.om soil erosion.
Provide tempor~,' control of surface ~vater, stormwater runoff and discharge from
pumping in accordance with Contractor's approved soil erosion and sediment contro!
plan.
SECURITY
Provide security and facilities to protect work, and existing facilities, and Owner's
operations fi.om unauthorized entry, vandalism or theft.
B. Coordinate with Owner.
C. Furnish security during the course of the ~vork.
ACCESS ROAD
A. Maintain roads accessing construction area as shown on the Construction Drawings
Extend and relocate as work progress requires. Provide detours necessary tbr unimpeded
traffic flmv.
C. Provide and maintain access to fire hydrants, free of obstructions.
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 vdth all State and Local regulations.
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.
DIVISION I - Page 12 of 17
DIVISION 1 - GENERAL REQUIREMENTS
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.
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 xveekly in areas as
designated by the O~mer.
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
DMSION 1 - Page 13 of 17
DIVISION 1 - GENEI~kL REQUIREMENTS
SECTION 01501 - HEALTH AND SAFETY PROVISIONS
REQUIREMENTS
The Contractor shall be responsible to maintain a safe workplace and to monitor working
conditions at all times during construction e. . as necessat3', to provide appropriate
protective clothing, equipment and facilities for his personnel, and"or to establish work
place procedures to ensure their safety, and to efforce the use of these procedures.
equipment and/or facilities in accordance wit the following guidelines:
Safer3, and Health Regulations Promulgated by the U.S. Department of Labor
OSHA, 29 CFR 1910 - Occupational Safety and Health Standards, and 29
1920 - Safer3' and Health Regulations tbr Construction.
2. U.S. Environmental Protection Agency Medical Monitoring Program Guidelines.
If, at any time, the Owner or the Engineer is apprised of a safer3' hazard which demands
irmnediate attention because of its high potential for harm to public travel, persons nn 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 necessox.'.
and the Contractor shall comply with such orders, if, under such circumstances, the
Contractor does not or cannot or his representative is not upon the site so that he can be
notified immediately of the insufficiency of safe~' precautions, the O~x~er may put the
work into such a condition that it shall be. in his opinion, in all respects safe~-, and the
Contractor shall pay all expenses of such labor and materials as may haxe been used
this purpose by him or by the Owner. The fact that the O~'aer or the Engineer does not
observe a safety hazard or does not order the Comractor to take remedial measures shall
in no ~vay relieve the Contractor of the entire responsibili~' for an5 costs *,r claims for
loss, damage, or injmy by or against any part sustained on account of the insufficienc3
the safety, precamions taken by him or by the Owner acting under authorir3 ,~f this
Section.
It is the responsibilir3' of the Contractor to take appropriate safe~, precautions to meet
whatever conditions of hazard may be present during the performance vt' the
whether reasonably foreseeable or not. The Contractor is alerted to the fact that u shall
be his sole responsibili~' to anticipate and proxSde such additional safety precautions.
facilities, personnel and equipment as shall be necessary to protect lilk and propert)
whatsoever conditions of hazard are present or may be present.
END OF SECTION 01501 - HEALTH AND SAFETY PROVISIONS
DWISION l - Page 14 of 17
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01590 - FIELD OFFICE
SCOPE
Work shall include but not be limited to the follo~ag:
A. Temporary Field Offices and Sheds
B. Maintenance and Cleaning
GENERAL
A. Existing and/or permanent facilities shall not be used for field office or for storage.
B. Fill and grade sites for temporary structures to provide drainage away fi:om buildings.
C. Install office spaces ready for occupancy 15 ~vorking days .after date fixed in Notice to
Proceed.
D. Employee Residential Occupancy - Not allowed on Owner's property.
CONSTRUCTION
A. Portable or mobile buildings, or buildings constructed with floors raised above ground,
securely fixed to foundations, with steps and landings at entrance doors.
B. Construction - Structurally sound, secure weather tight enclosures for office and storage
spaces. Maintain during progress of work; remove at completion of work.
C. Temperature Transmission Resistance of Floors, Walls and Ceilings - Compatible with
occupancy and storage requirements.
D. Exterior Materials - Weather resistant and finished.
E. Interior Materials in Office - Sheet type materials for walls and ceilings, pre-finished or
painted; resilient floors and bases.
F.. Lighting for Offices'- 50 foot C at desk top height, exterior lighting at entrance doors.
G. Fire Extinguishers - Appropriate type fire extinguishers at each office and each storage
area.
ENVIRONMENTAL CONTROL
A. Heating, Cooling and Ventilating for Office - Automatic equipment to mainta'm 68
degrees F. heating and 76 degrees F. cooling.
B. Storage Spaces - Heating and ventilating for Office - Automatic products in accordance
with Contract Documents; adequate lighting for maintenance and inspection products.
DIVISION 1 -Page 15 of 17
DI%qSION I - GENERAL REQUIRENLENTS
CONTRACTOR OFFICE A3NrD FACILITIES
A. Size - For Contractor's needs and to provide space tbr project meetings.
B. Telephone - As specified in Section 01500
C. Furnishings in Meeting ,&rea - Conference table and chairs to seat at least 12 persons;
racks and files for Contract Documents, submittals and Project Record Document>.
D. Other Furnishings - Contractor's option.
ENGINEER OFFICE
A. Separate space for sole use of Engineer, with separate entrance door with new lock and
four key's.
B. Area for Engineer only - Minimum 240 square feet, minknum dimensions 12 feet x 20
feet x 7 feet tall.
C. Windows - Minimum three, minimum total area of 10 percent of floor arem ~aith
operable sash and insect screens. Locate to provide vie~ of construction area.
D. Electrical Distribution Panel - Two circuits minimum, 110 volt, 60 Hz sen:ice
E. Minimum six, 110 volt duplex convenience outlets, one on each ;vail.
F. Ielephone and Fax - as specified in Section 01500.
G. Sanitary Facilities - Refrigerated bottled water drinking fountain and private lavatory
facilities.
H. Furnishings
l. One desk 54" x 30: with three drawers.
2. One drafting table 36" x 72" with one equipment drawer and a full width parallel
straight edge.
3. One metal, double door storage cabinet under table.
4. Plan rack to hold working Drawings, shop drawings, and record documents.
5. One standard four-drawer legal size metal filing cabinet with locks and txvo keys
per lock.
6. Twenty linear feet of metal bookshelves.
DWISION I - Page 16 of 17
DMSION 1 - GENERAL REQUIREMENTS
7. Two swivel ann chairs.
8. Taro straight chairs.
9. One drafting table stool.
10. One tack board 36" x 30".
1 l. One waste basket per desk and table.
I. Equipment - Six adjustable band protective helmets for visitors, one recording high/low
outdoor weather thermometer, recording high/low barometer, and anemometer.
J. One plain paper photocopy machine. Provide all necessary paper, toner, and
maintenance during course of contract.
K. Computer and Printer - Pentium III (rain), 350 MHz (min), 128 MB RAM (min), 6 GIG
hard drive (rain), 100 MB ZIP Drive (IOMEGA), VGA Monitor and I-IP Laser Jet printer
or equivalent.
L. Softwa/e - Windows 2000, Microsoft Office 2000 or XP.
MAINTENANCE AND CLEANING
A. Daily janitorial services for offices, periodic cleaning and maintenance for office storage
areas.
B. Maintain approach walks fxee of mud, xvater and snow.
REMOVAL
At completion of work, remove buildings, foundations, utility services, debris and restore areas
as found prior to mobilization.
END OF SECTION 01590 - FIELD OFFICE
DIVISION 1 - Page 17 of 17
DIVISION 2 - SITE WORK
GENERAL
The work under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
DRAWINGS, SCI-IEDUL~S, ADDENDA and other Contract documents. '
Refer to the Drawings and Specifications of other trades and Contractors for items which might
affect the work under the Division.
TABLE OF CONTENTS - DIVISION NO. 2 - SITE WORK
Included in tiffs Division are the following sections:
02050
02150
02160
02170
02200
02222
02231
02232
02320
02371
02373
02456
02512
02513
02514
02517
02540
02577
02595
02621
02623
02624
02630
02722
02723
02740
02772
02775
02820
02891
02900
02911
02920
Demolition
Clearing and Grubbing
Shoring and Bracing
Building Relocation
Site Preparation
Clean Granular Fill
Screened Angular Stone
Screened Subangular Stone
Unclassified Excavation & Grading
Precast Concrete Retaining WaJ1 Block
Angular Rip-Rap Stone
Wheel Stops
PVC Water Pipe and Fittings
Copper Tubing and Fittings (Underground)
High Density Polyethylene Pipe
Water Main Blow Off Hydrant
Septic Systems
Pavement Striping
Geotextile Filter Fabric 8oz.
6" Perforated Drain Pipe
Polyvinyl Chloride (PVC) Pipe
Corrugated Polyethylene Pipe (Smooth Interior)
Storm Drainage
Pavement Subbase Preparation
Recycled Portland Cement Concrete Aggregate Base Course
Asphaltic Concrete Pavement
Concrete Curb
Concrete Walks
Vinyl Chain Link Fence and Gates
Signage
Plantings
Topsoil
Hydmseed
DIVISION 2 - Page I of 67
SECTION 02050 - DEMOLITI ~'~
DESCRIPTION
Under this Section, the Contract,~: :,bat s~mg. ly ,t 1 lab..: t,,~ ~er/als, equipment and incidentals
necessary to complete the Demo it:~}r 3 and D,:bri, ~ L ,'al as specified herein, shown ,on
the Contract Drawings and/or as c:irec~e,] ~ ~he Engtne~ t
INTENT
The intent of the section titled "Demolition" is ti, properly dentify all existing site features and
to appropriately define the remo~ a. cfisposal and salvage activity associated with each feature.
The Contractor shall execute the demolition acti~ ity in accoM.mce with all of the section~ c,f thts
specification.
SCOPE
In general, the work to be done shall include but not be limited to the following:
B.
C.
D.
E.
F.
G.
H.
I.
J.
K.
L.
M.
N.
O.
P.
Q.
Pavement and curb removal
Steel transfer building
Buildings foundations
Weigh scales
Weigh scale foundations and approaches.
Diesel fuel tank
Waste oil tanks
Pavements and slabs
Drainage structures
Signage
Retaining walls and fencing
Well abandonment
Sawcutting
Building canopy (lean-m)
Exposed precast concrete retaining block (by Owner)
Embedded or buried precast concrete retaining wall blocks
Existing Dram Storage (Haz-Store) Building (by Owner)
DEMOLITION DESCRIPTION AND DETAILS
The Contractor shall completely remove all steel, asphalt, concrete and debris to allow
for the proposed construction as shown on the Contract Drawings and directed by the
Engineer. Ail materials and debris to be demolished shall be removed and disposed of
off site.
DIVISION 2 - Page 2 of 67
DIVISION 2 - SITE WORK
The Contractor shall exercise extreme care NOT to damage the existing structures and
surfaces which are to remain. The Contractor shall remove from the site all cut-offs and
demolished materials and replace remaining voids and previously occupied spaces with
suitable granular fill material properly compacted in place.
Off-site disposal for all demolished material and debris shall be at a facility approved by
the New York State Departm:nt of Environmental Conservation. All costs, permits, etc.,
for proper disposal shall be borne by the Contractor.
The Town shall be responsible for removal of municipal solid waste (MSW) from Town
residents and recyclables (plastic bottles, cans, cardboard, etc.).
Sawcutting shall be performed by a mechanically driven wet saw and saw blade shall be
able to cut full depth through the pavement in one pass.
ITEMS TO BE SALVAGED FOR REUSE BY THE TOWN
The Contractor shall remove the existing wood split rail fence along the west side of the
contract area and mm over the posts and rails to the Town for reuse. Care shall be taken
in the removal and stacking of the posts and rails. The Town shall provide an area onsite
where the posts and rail can be stacked.
The Town shall remove all exposed precast concrete retaining wall blocks for reuse. The
Contractor shall be responsible for removal of embedded or buried precast concrete
retaining wall blocks.
The existing emergency backup generator is to be salvaged during the project and shall
be relocated/reconnected by the Electrical Contractor as pan of this Contract.
The existing Transfer Station Building (only) is to be removed in a method so as to
salvage all structural steel and properly relocate on-site for re-use by the Owner. Any
roof panels, side panels or supports compromised by corrosion or deemed unsuitable for
reuse by the Engineer and/or Owner shall be removed and disposed of at a suitable off-
site disposal facility.
SANITARY SYSTEMS
Sanitary systems shall be removed in accordance with the Suffolk County Department of
Heakh Services regulations.
Coordination, inspection, documentation and notification of the SCDHS shall be the
responsibility of the Contractor.
WATER WELL ABANDONMENT
A. The water well shall be abandoned in accordance with the Suffolk County Department of
DIVISION 2 - Page 3 of 67
Health Services regulatio~,
TheContractorshallbere4:~u, b~ ~ ,q.:~ccb~; ~ mitedtothe following:
a. Disconnect power anti
b. Remove pump, scree[~
c. Removal of exposed ~t.ll lc. ti
d. Backfill material and q
Coordination, inspection, doc~nt,!ntat~on ,utc[ /:,~tmcation of the SCDHS shall be the
responsibility of the Contr lc
PETROLEU3,I TANK REMO~, AL
A. The petroleum tank(s) shall be remoxed by a quahfied contractor in accordance with the
Suffolk County Department of Healm Services regulatiom.
B. Tanks located above and below grade shall be included contents included heating oil, diesel
fuel, and waste oil.
C. The Contractor shall be responsible to include but not limited to the following:
1. Disconnect power and make safe (if applicable)
2. Pump tank of existing liquids by a qualified contractor
3. Proper abatement tank and clean for disposal
4. Removal of tank to an approved disposal facility
5. Clean surrounding slabs and equipment in contact with the remove tank or
petroleum residue.
Coordination, inspection, documentation and notification of the SCDHS shall be the
responsibility of the Contractor.
END OF SECTION 02050 - DEMOLITION
DIVISION 2 - Page 4 of 67
DIVISION 2 - SITE WORK
SECTION 02150 - CLEARING AND GRUBBING
WORK INCLUDED
The work shall consist of clearing and grubbing the entire area of the project site to the limits
indicated on the contract drawin.2s and/or as directed by the Engineer. The Contractor shall
carefully protect and guard all tr~es and shrubs except those to be removed within or adjacent
to the project site. The use of any machine, equipment or appliance on any part of the work in
such a manner as to, injure, sear, or kill such trees and shrubs, which are to remain, is
prohibited. The Contractor shall remove all trees, brush, stems, branches, stumps, stubs, roots,
dead wood, undergrowth and other objectionable material in the area shown on the contract
drawings and/or as directed by the Engineer.
REMOVAL AND DISPOSAL
All materials cleared and grubbed shall be disposed of as folloWS:
Off-Site Disposal: Cleared and grubbed material shall be disposed of off-site at an
approved New York State Department of Environmental Conservation Facility. All
fees associated with off-site disposal shall be borne by the Contractor.
All uprooted vegetation from the land clearing operations shall be removed or properly
disposed of within 15 days.
3. Burying or burning of cleared and grubbed material is strictly prohibited.
The Contractor shall take care to remove any bushes or shrubs located along the
project limits and damaged during the construction.
GRADING
The area cleared shall be rough graded to the lines and lhnits as shown on the plans and shall
be left with a neat and finished appearance. The area shall be rough graded in a manner so not
to cause stormwater runoff to impact adjacent areas and or directly follow into the designated
wetland areas.
END OF SECTION 02150 - CLEARING AND GRUBBING
DIVISION 2 - Page 5 of 67
DIVISION' 2 - SITE WORK
SECTION 02160 - SHORING .~ND BILACINC
GENERAL
The Contractor shall fl.a~ish all labor, materials equipment, tools and appurtenances
required to complete the work or shoring, braci~ and sheeting or sheet piling, necessar)
to complete the construction, prc, tect structures, ~.-d prevent the loss of grotmd or ca,, mg
of embankments, as sho,a n. specified or required, and shall meet all applicable bttilding
and safety codes.
Pressures on sheeting and the stability of the sheeting and bottom of the excavation are
dependent not only on soil conditions but upon many procedures and options available ~o
the Contractor, such as dewatering, staging of excavation and installation ol bracing.
flexibilit)' of sheeting, construction equipment used, and time of completing the ~ork.
All such factors shall be considered investigated in the design of the sheeting and
bracing.
RELATED DOCUMENTS
Recommended Technical Provisions for Shoring and Sloping of Trenches and
Excavations, U.s. Department of co~rkmerce.
Construction Safe~' and Heal~ Regulations, U.S. Department of Labor, Occupational
SafeLy and' Health .Administration.
SUBMITTALS
In trenches, the sheeting shall be designed so that the lowest brace is no closer than 12
inches above the base of the structure to be installed. Theretbre, the Contractor shall
submit drawings, computations and substantiating data prepared, and signed and sealed
by a Professional Engineer licensed in the S .tate, showing his proposed sheeting, sheet
piling, and bracing design and method of construction tbr the infbrmation of the
Engineer prior to the start of such construction. Any review or comments b3 the
Engineer shall not relieve the Contractor of his responsibili~' [br sheeting and bracing.
QUALITY CONTROL
During the installation of the sheeting and bracing and as long as the excavation is open, the
Contractor's Professional Engineer shall monitor the work to ensure that it is carted out m
accordance with his design and procedures. For this purpose, leveling observations for hea~ e
and settlement shall be made in addition to piezometric readings where excavations extend
below the water table or through soft cohesive soils.
DIVISION 2- Page 6 of 67
DMSION 2 - SITE WORK
MATERIALS
Steel Sheet Piling
1. Steel sheet piling shall conform to the requirements of ASTM A328.
B. Timber Sheeting
The timber, unless otherwise noted, may consist of any species which will
satisfactorily stand driving. It shall be sawn or hewn with square comers and
shall be free form worm holes, loose knots,, wind shakes, decayed or unsound
portions, or other defects which might impair its strength or tightness.
.,VERIFYING EXISTING CONDITIONS
Before commencing, work, the Contractor shall check and verify all governing
dimensions and elevations, including field measurements of existing and adjoining work
on which his work is dependent, to assure proper fit and clearance of each part of the
~vork to the new and existing structures.
The Contractor's attention is drawn to General Conditions for general information for
evaluating existing conditions which ma)' affect his work.
COORDINATION WITH OTHER OPERATIONS
The schedule and progress of the shoring, bracing, and sheeting work shall be coordinated with
the dewatering, excavation, and backfilling work. If, during the progress of the excavationi
lateral movement of the adjacent ground or structures is discovered, corrective measures shall be
taken immediately to prevent further movement.
INSTALLATION
A. All sheeting
Ail sheeting, whether steel or timber, pe~rnanent or temporary, shall be safely
designed and shall be carried to adequate depths and braced as necessaxzy for
proper performance of the work. Construction shall be such as to permit
excavation as required. Interior dimension shall be such as to give sufficient
clearance for construction forms and their inspection. Movements of sheeting or
bracing which prevent the proper completion of the sub-structure or cause
damage to any adjacent structure by undermining or any other change shall be
corrected at the sole expense of the Contxactor. No part of the sheeting or
bracing shall be allowed to extend into the structure without ~vritten permission
of the Engineer.
DIVISION 2 - Page 7 of 67
If the Engineer is (, 't~ [iri,.n 'i:a:. ~ m. :~.int, any proper support.~ have
be provided, he n~, ~,~tc. c~Jdi~ cll~il ;tOrt.t~.s put in at the exp¢nsc of the
Contractor, ~d (OltIT[i~ltt': %4t}1 ~LC~ ,71C,~ shall not relieve or r,:lease thc
Contractor from h~s respt.ni~bbi~ [o" ira: sa~G:,ency of such suppo~s Care si'tall
be t~en to prevet~r ':t ids >t~t>ide :.' tar 4 ['e rog, but if voids are /6treed. thex
shall be i~ediatcl3 tillc., and rmn:t,~d.
Permanent Steel Sheet Pihnc
In locations where sheeting is installed to protect existing structures, it shali
remain in place unless otherwise specified. MI permanent sheeting shall bt s~ee,.
Permanent steel sheet piling shall be cut off at 2 feet below the original ground.
or as directed by the Engineer. All material cut off shall remain the property ot
the contractor shall be disposed of by him.
Temporary Steel or Timber Sheeting
1. Temporary sheeting shall be either steel or timber.
Unless othem4se ordered by the Engineer, all parts of the temporary, sheeting
shall be removed .upon completion of the work for which it was provided Thc
excavation shall be backfilled and properly compacted prior to remoxal ot
sheeting unless otherwise permitted by the Engineer. Sheeting may be left in
place at the option of the Contractor if so permitted by the Engineer and the
cutoffs removed from the site.
The Contractor shall leave in place to be embedded in the backfill, any sheeting
and bracing ~vhich the Engineer may direct him in ~witing m leave in place at any
time, during the progress of the work, for the purpose of preventing injuo' to
structures, utilities, or property, whether public or private. The Engineer ma5
direct that steel or timber used for sheeting and bracing be cut off at any specified
elevation.
The fight of the Engineer to order sheeting and bracing left in place shall m)t bt,
construed as creating any obligation on his part to issue such orders, and his
failure to exercise his right to do so shall not relieve the contractor from liabilit5
for damages to .persons or property occurring form or upon the work occasioned
by negligence or otherw',se, gro~Sng out of a failure on the part or' the (_ontractor
to leave in place sufficient sheeting and bracing to prevent an5' caving o~ mc, ring
of the ground.
No sheet is to be completely ,,,,4thdrawn if driven belo:v mid-diameter of any pipe'
or structure footing, and under no circumstances shall an5 sheeting be cut off at a
level lower than l foot above the top of any pipe.
DIVISION 2 Page 8 of 67
DIVISION 2 - SITE WORK
REMOVAL OF SHORING AND BRACING MATERIALS
Whether the Contractor elects not to remove shoring and bracing material, all such
material shall be removed to the extent that the top of the material shall be a minimum of
5 feet beloxv the proposed finished grade.
Removal of shoring and bracing shall be carried out in a manner such that no structure
shall be disturbed or damaged during or after removal. Protection of structures during
the removal of the shoring and bracing shall be the sole responsibility of the Contractor,
and any disturbance or damage shall be rectified at no expense to the
SAFETY
Installation and removal methods of shoring and bracing shall meet, or exceed, the minimum
requirements of the applicable codes and safety precautions as outlined in Such codes, and shall
be enforced by the Contractor.
METHOD OF PAYMENT
The Contractor shall not receive separate pa3maent for the cost of shoring and bracing. All costs
for shoring and bracing shall be included within the unit payment item for related items listed on
the Proposal Form.
END OF SECTION 02160 - SHORING AND BRACING
DIVISION 2 - Page 9 of 67
SECTION 02170 - ADMINIST RA'I'il )N BOIL DI NI; RE I,OCATION
WORK INCLUDED
The Contractor shall furnish l~.h,_;r. ,:n~:cri'.tls. t'_l.fil,n;c~' .md appurtenances necessa0 ,:~:'
required to perform the building rel=~at ,vi ~pd .:c.~ ~ 71 t: ~cork including, but not limited
the following:
A. Disconnect and make safe existing utilities to strucmr,:
Clearing, removing and the legal disposal of al! debris and miscellaneous structures
anchoring the building to the fi)tmdation system.
The Contractor shall do all stakeout, layout, and elevations necessa~- to perform the
building relocation. Surveying shall be performed by a Licensed Land Surveyor
acceptable to the Engineer. All instruments, equipment, stakes and any other material
necessary to perform this work satisfactorily shall be provided by the Contractor
approved by the Engineer.
D. Coordinate the relocation with local traffic, utilities, and site operations.
QUALIFICATIONS
The Contactor responsible for relocation of the existing building shall have experience in similar
building relocations and successfully pertbrmed a minimutn of 5 moves within the last 2 ,real's.
INSPECTION
The Contractor shall visit and thoroughly familiarize themselves with the site and ~xith
the building(s) to be relocated and the proposed coustruction phasing.
When the Contractor submits their proposal, it shall be interpreted to mean that he has
examined the site, fully understands the existing and proposed conditions and has made
due allowances for them in their proposal.
PREPARATION
Notification of utility companies shall be in accordance with Industrial Code Rule #53 of
Title 12, of the Official Compilation of Codes, Rules and Regulations of the State ot
New York.
Notify all pertinent utility companies, prior to start of work and ascertain locations of all
existing utilities.
Exercise extreme caution in the area of existing utilities so as not to cause danxage or
breakage.
DIVISION 2-Page 10 of 67
DIVISION 2 - SITE WORK
The Contractor shall verify' all elevations and dimensions of the proposed foundation
system to satisfy, themselves as to their correctness prior to lifting of the building from
the existing foundation system.
PERFORMANCE
The Contractor shall exercise diligent care to protect existing trees, shrubs, surrounding
structures, utilities within proximity of the building to be relocated and shall replace at
his own expense any such damage.
The Contractor shall perform the building relocation in one work day. IVluitiple lifts and
temporary setting of the building on cribbing or xvheels shall be avoided.
Upon relocation, the Contractor shall be responsible for providing adequate tie downs
and temporary securing of the building to the proposed foundation system until a
permanent attachment can be made.
Connection of the building to the proposed foundation system shall be in accordance
with the construction plans and as ordered by the Engineer.
PROTECTION OF EXISTING BUILDING
The Contractor shall remove all connected porches, steps and exterior appurtenances on
the building that may be damaged during the building relocation.
All associated pipes, wires and tubing for the building utilities shall be secured to the
building and protected during the relocation.
The Contractor shall remove or protect the exisfmg window and doom from damage
during the building relocation. All damage to the building (interior and exterior) during
the relocation shall be repaired at the Contractor expense.
END OF SECTION 02170 - BUILDING RELOCATION
DIVISION 2- Page 11 of 67
SECTION 02200 - SITE PREP~kRAT iO ~
WORK INCLUDED
The Contractor shall furnish lld>or, r~atcdals, eq.tip.~el~ and appurtenances necessar3, or
required to perform and complete a 1 v:ork inciudmg, bt ~ lmited to the following:
A. Location and Stakeout
Clearing, removing and the legal disposal of all debris and miscellaneous structures not
covered under other sections of these Specificatioas.
The Contractor shall do all stakeout, layout, and elevations necessary, to perfom~ the
intended construction. Surveying shall be pertbm~ed by a Licensed Land Surveyor
acceptable to the Engineer. Ail instruments, equipment, stakes and an5' other material
necessary to perform this work satisfactoril.~ shall be provided by the Contractor and
approved by the Engineer.
QUALITY ASSURANCE
Location and stakeout work shall be performed by a Professional Engineer or [,and
Surveyor dui}' licensed in the State of New York.
The Contractor shall, at their own expense, secure and pay for all permits, inspections,
fees and give all legal notices that may be required in connection x~4th the ~ork,
including the notification of owners of existing subsurface gas and other utility, lines.
INSPECTION
The Contractor shall ~4sit and thoroughly familiarize themselves with the site and with
the scope of work to be done.
V~"nen the Contractor submits their proposal, it shall be interpreted to mean that he has
examined the site, fully understands the existing and proposed conditions aa~d has made
due allowances for them in their proposal.
PREPARATION
Notification of utilit),, companies shall be in accordance with Industrial Code Rule ~53 of
Title 12, of the Official Compilation of Codes, Rules and Regulations of the State or'
New York.
Notify all utilivy companies, prior to start of work and ascertain location of all existing
utilities.
DIVISION 2- Page 12 of 67
DIVISION 2 - SITE WORK
Exercise extreme caution in the area of existing utilkies so as not to cause damage or
breakage.
The Contractor shall verify all elevations and satisfy themselves as to their correctness by
visiting the site of the proposed work and examining the actual condition prior to the
beginning of the work.
PERFORMANCE
The Contractor shall exercise diligent care to protect existing trees, shrubs and under-
grow~th not to be removed and shah replace at his own expense any such existing plants,
trees, shrubs or other plant material removed, destroyed, disfigured or damaged because
of his negligence with similar planting approved by the Engineer.
B. All wood and brush shall be legally disposed of by the Contractor at their own expense.
ADJUST AND CLEAN
The Contractor shall clean up and remove from the site all rubbish and surplus material as fast as
it accumulates and shall not permit it to be scattered about the project site.
PROTECTION OF EXISTING VEGETATION
Top soil cover over root systems of existing trees and shrubs shall be minimized and
never exceed 6 inches in depth.
Trenching across tree root systems should be a minimum distance to the tree diameter in
inches, converted to feet, from the tree trunk. (e.g. 10 inch caliper tree shall have a
minimum of 10 feet distance between trunk and trench.) Tunnels under the root system
should start 18 inches or deeper below existing grade. Tree roots which must be severed
should be cut clean. Backfill material around roots shall be topsoil.
Construct sturdy fences, wood or steel barriers, or other protective devices surrounding
valuable vegetation from construction equipment. Place barriers far enough from tree so
that all equipment such as backhoes and dump trucks do not contact tree hunk or
branches.
Trees shall be protected from grade to the lo,vest branch or 8' above grade, whichever is
lowest.
Material shall only be stockpiled in locations approved by the engineer. No equipment
shall be parked or repaired, and no oil, gasoline, concrete or other debris shall be dumped
near trees and shrubs to remain. At the end of each workday, all debris shall be removed
and disposed of off-site.
DIVISION 2 - Page 13 of 67
Obstructive and broken b ~ 3r c 3: · ~ t,,)'~ Id ~- c pt-t l,, t I' '_~perly. Yhe 3 cut method should
be used on all branches lzre,' tn~,rt .w*, . ],:.~,~: ~ :!,e cut. The branch collar oa ail
branches whether living ~.~ tte~d ;n.~u d ~,t [,.: ,133 z!._,ed. First cut the tmderside ot the
branch partly through 6 i-3cl e, ,,' t~:o.'e ~?~ t",'~, m through the branch 2 inches or
further out from trunk. ~--~ ;in~l ,;.~r sl~o.t:., t nl~c by placing the shears or sa~ in
front of the branch bark rm ._,~ 3n. c~.[tting & ,x~.n to: rind slightly outward D,~ not paint
the wounds.
An3' trees damaged during construction sl~zall be repaired by an approved tree surgec, n.
Any tree erroneously removect or darnaged beyoncl satisfactory repair shall be replaced
with the same species, (, h~ches in caliper, whict, shall be balled, bur[apped and
platformed and planted at the airection of thc Engineer
Where cuts expose or affect root systems of trees, the exposed roots shall be cut off
cleanly and such areas shall be backfi/led with topsoil as soon as practicable and shall be
watered and protected fi:om further damage.
END OF SECTION 02200 - SITE PREPARATION
DIVISION 2- Page 14 of 67
DIVISION 2 - SITE WORK
SECTION 02222 - CLEAN GRANULAR FILL
DESCRIPTION
Under this Item, the Contractor shall furnish, place and compact clean granular fill material in
accordance with the plans and ~pecifications and/or as directed by the Engineer. The
Contractor shall not deliver mater al to the site without prior approval by the Engineer. Clean
granular fill material delivered without prior approval of the Engineer ~vill not be paid.
INTENT
The intent of this section is to provide clean granular soil material as specified to locations
where filling is required. Based upon existing site conditions and the proposed grading plan,
the construction activity within the proposed site shall generate an excess of clean granular
soil material. The importation of clean granular fill fi.om off-site sources shall be done only
when all construction activity has not yielded the required volume of acceptable fill material
on-site.
MATERIALS
Clean granular fill shall be sound, hard, durable bank run sand and gravel. Gradation shall be
as follows as determined by ASTM D422 Testing Methods
Sieve Size
Percent Passing by Weight
l-inch 100%
No. 40 0-70%
No. 200 0-10%
The Engineer reserves the right to randomly test for conformance any material that arrives at
the site. All costs associated with laboratory testing of the material shall be borne by the
Contractor.
CONSTRUCTION DETAILS
The Contractor shall furnish and place clean granular fill material as directed by the Engineer.
The fill material shall be placed in 6" to 9" lifts and thoroughly compacted with a vibratory
tamper or other approved means. The fill material shall be compacted to 95% of maximum
density at optimum moisture content in accordance with ASTM D698 Standard Proctor.
Testing fees shall be borne by the Contractor.
END OF SECTION 02222 - CLEAN GRANULAR FILL
DIVISION 2 - Page 15 of 67
SECTION 02320 - UNCLASSIF i E [ ~ ['. ~, CAVAf I,,)N AN ! } GRADING
CLASSIFICATION
Classification of excavation: ix:i, ttt:~r snail ~e tn,.ist,>ified, and the term "unclassified
excavation" shall be understood t: n-cat ,n.x ant' .t l '~.rt tls encountered during exca~atiot~
work including structures, pax,em:at. ~ecs ~ntl -turr~ . i~:undations, retaining walls, earth.
piping, demolition, drainage systems, c:c
GENERAL SITE EXCAVATION
A. The Contractor shall cut to exact elevations, grade and transport excavated materials to fill
areas of the site if the material conforms to the specifications an&or as approved b.x the
engineer. Material, which is unacceptable to the Engineer, shall be disposed of at thc
Contractor's expense.
B. Unstable soil shall be removed and replaced ~x4th on-site sand or gravel and shall be
thoroughly compacted.
C. Adequate provision shall be made to intercept or divert all surface water from the areas
construction operations and designated ~vetlands.
D. The Contractor shall establish a construction grid for the areas of proposed excavation a
grading to establish all stakeout, layout, and elevations necessa-D' to perform the intended
construction. Surveying shall be performed by a Licensed Land Surveyor acceptable to thc
Engineer. Pdl instruments, equipment, stakes and an.',' other material necessa.,?, to pertbrm
this work satisfactorily shall be provided by the Contractor and approved by the Engineer.
EXCAVATION FOR STRUCTURES:
A. Depth: As indicated
Clearance: Sufficient for form~vork or other work to be pertbrmed.
C. Embankments and Berms: Excavate to angle of recline or provide sheeting, shoring and
bracing required for containing earth bank.
D. Excess Depth: Can? footing and foundation walls to undisturbed soil.
E. Loose Material and Debris: Keep out of excavation so footings will rest on solid, undisturbed
soil.
F. Protect against frost until concrete is poured.
G. Soil Bearing Capacity: Do not proceed with pouring tootings until nature of soil under
footings has been inspected and approved by the Engineer.
DIVISION 2 - Page 16 of 67
DIVISION 2 - SITE WORK
EXCAVATION FOR PIPES AND CONDUIT
Trench excavation to depths and widths as indicated on the contract drawings and or as directed
by the engineer.
EXCAVATION FOR PIPES~ STROMWATER AND SEPTIC SYSTEMS
Excavation to depths and widths as indicated on the contract drawings and or as necessary for
installation of the precast concrete structures and associated piping.
END OF SECTION 02320 - UNCLASSIFIED EXCAVATION AND GRADING
DIVISION 2 - Page 17 of 67
SECTION 02231 - SCREENEI}
DESCRIPTION
Under this Item, the Contractor shall t~_trnish an,~. n>t01l compact screened angular stone
material in accordance xv/th the plan> ar d specificau,:,r ~,r as directed by the Engineer
MATERIALS
Screened angular stone shall be furnished by the Contractor and approved by the Engineer. Al/
angular stone material shall be free of any debris, chemicals or waste materials.
CONSTRUCTION DETAII,S
The Contractor shall furnish, transport and place the screened angular stone material as shown
on the construction plans or as directed by the Engineer.
END OF SECTION 02231 - SCREENED ANGULAR STONE
DIVISION 2 - Page 18 of 67
DIVISION 2 - SITE WORK
SECTION 02232 - SCREENED SUB32NGULAR STONE
DESCRIPTION
Under this Item, the Contractor shall transport, place and compact screened subangular stone
material in accordance with the pl. ns and specifications and/or as directed by the Engineer.
MATERIALS
Screened subangular stone shall be available from the onsite composting facility. The Town Will
not transport the material.
CONSTRUCTION DETAILS
The Contractor shall transport and place the screened subangular stone material as shown on
the construction plans or as directed by the Engineer.
END OF SECTION 02232 - SCREENED SUBANGULAR STONE
DIVISION 2 - Page 19 of 67
SECTION 02371 - PRECAST t?t)~x ('RILTE RET MN IN C WALL BLOCK
DESCRIPTION
Work includes furnishing and ivsmlling concrete retaiqirt~ wall units to the lines and grades
designated on the construction drax~ ing~-~ and as specifi ~erein.
MATERIALS
The precast concrete retaining wall blocks shall be as manufactured by Redi-Rock{
International, 05481 South US-31. Charlevoix, MI 49'7'20, 1-866-222-8400, xxwx~.redi-
rock.corn or approved equal.
REFERENCE STANDARDS
ASTM A615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement
ASTM C94 Ready-Nlixed Concrete
ASTM C1372 Segmental Retaining Wall Units
DELIVERY~ STORAGE~ AND HANDLING
Contractor shall check the materials upon delivers' to assure proper material has been
received.
Contractor shall prevent excessive mud, wet cement and like materials from coming in
contact with the retaining wall units.
Contractor shall protect the materials from damage. Damaged material shall not be
incorporated in the project.
CONSTRUCTION DETAILS
1. WALL UNITS
Wall units shall be made with Readb-Mixed concrete in accordance x~lth AS PM C94.
latest revision, and per the following chart:
Climate
Negligible
Moderate
Severe
Air Content 28 Day Strength PSI Slump*
1/., oZ .
1,-,o-4,:Vo I 3,000 [ 5"+/- I 1/2"
3%-6% 3,000 5" +/- I l'2"
[ 5TM I 1 '2"
4~%-7!'i°,/o 3,000 I '-
DIVISION 2 -Page 20 of 67
DIVISION 2 - SITE WORK
NOTE: For critical walls, steps, and pavers, use a minimum of 4000 PSI mix designs with
frost-free aggregate.
*Higher slumps are allowed if afhieved by use of appropriate admixtures.
Not~vithstanding anything stated above, all material used in the wall units, steps, and pavers
must meet applicable ASTM and local requirements for exterior concrete.
Exterior block dimensions shall be uniform and consistent. Maximum dimensional
deviations shall be 0.50 inch or 2%, whichever is less, excluding the architectural
surface. Maximum width (face to back) deviation including the architectural surface
shall be 1.0 inch.
Exposed face shall be fmished as specified. Other surfaces to be smooth form type.
Dime-size bug holes on the block face may be patched and/or shake-on color stain can
be used to blend into the remainder of the block face.
LEVELING PAD AND FREE DRAINING BACKFILL
Leveling pad placemem and leveling shall be xvell graded recycled concrete aggregate
base material (RCA).
Free Draining Backfill material shall be granular, well draining sand or stone (from on-
site sources) and shall be placed to a minimum of 1' width behind the back of the wall
and shall extend vertically from the Leveling Pad to an elevation 4" below the top of
wall. The Tobin's subangular stone can be used as the Free Dra'ming Backfill material
or porous soil materials yielded by construction activities.
Backfill material shall be approved site excavated soils.
'Non-woven geotextile cloth shall be placed between the Free Draining Backfill and
retained soil.
DR.M[NAGE
The heel drain shall be cominuous along the length of the wall and connected into the
site stormwater drainage system as shown on the construction plans.
CONSTRUCTION OF WALL SYSTEM
1. EXCAVATION
A. Contractor shall excavate to the lines and grades shown on the construction drawings.
DIVISION 2 - Page 21 of 67
A.
B.
C.
FOUNDATION SOIL PREI'ARATIO3
Native foundation soil sha[~ 0e ct~mpactM t,, '~5', of standard proctor or 90%, of
modified proctor prior to l:.h,c e:~xcn: ot tilt: - e .'e ~ ad material.
LEVELING PAD PLACEMENI
Leveling pad shall be placed as shown on the construction drawings.
Leveling pad shall be placed on undisturbed native soils or suitable replacements fills
Leveling pad shall be compacted to 95% of standard proctor or 90% of modified proctor
to ensure a level, hard surface on which to place the First course blocks. Pad shall be
constructed to the proper elevation to ensure the final elevation shovt~ on the plans
Well-graded sand may be used to smooth the top % inch on the Leveling Pad (when
using gravel pad).
Leveling pad shall have a 6 inch minimum depth. Pad dimensions shall extend beyond
the blocks in all directions to a distance at least equal to the depth of the pad or as
designed by engineer.
UNIT INSTALLATION
The tn:st course of wall units shall be placed on the prepared leveling pad with the
aesthetic surface facing out and the front edges tight together. All units shall be
checked for level and alignment as they are placed.
Ensure that units are in.full contact with Leveling Pad. Proper care shall be taken to
develop straight lines and smooth cum,es on base course as per wall layout.
The backfill in front and back of entire base row shall be placed and compacted to
firmly lock them in place. Check all units again for level and aligl~meut. All excess
material shall be swept from top of units.
Install next course of wall units on top of base ro;~. Position blocks to be offset from
seams of blocks below. Blocks shall be placed fully fom'ard so knob and groove arc
engaged. Check each block for proper alignment and level. Backfill to 12 inch width
behind block with subangular stone backfill. Spread backfill in unit'oma lifts not
exceeding 8 inches. Employ methods using lightweight compaction equipment that
will not disrupt the stabili~' or batter of the wall. Hand-operated plate compaction
equipment shall be used around the block and within 3 feet of the vtall to achieve
consolidation. Compact backfill to 95% of standard proctor t ASTM D 698, AASHIO
T-99) density within 2% of its optimum moisture content.
DIVISION 2 -Page 22 of 67
DIVISION 2 - SITE WORK
Install each subsequent course in like manner. Repeat procedure to the extent of wall
height.
Allowable construction tolerance at the wall face is 2 degrees vertically and 1 inch in
10 feet horizontally.
END OF SECTION 02371 - PR~. CAST CONCRETE RETAINING WALL BLOCK
DIVISION 2 - Page 23 of 67
SECTION 02373 - ANGULAR. RI?- ~k~tP ST¢ ) NE
DESCRIPTION
Under this Item, the Contractor ~ha I ;~ppl'. all :-b, ~. n:,t.:crials, equipment and incidentals
necessaO' to furnish and place rip-rap ~t: ~hc Iot:atl~a; 5tr,. · ~r dicated on the Contract Dra~ings.
SUBMITTAL
The Contractor shall provide the Engineer, for approxat. ~ 5-gallon bucket filled ~,;ith the
proposed rip-rap prior to deliveD~ to the site.
MATERIALS
A. Rip-rap shall consist of hard, durable, non-calcareous, angular field or quarry stone in the
form of fight rectangular prisms.
B. The dso size of the rip-rap shall be as indicated on the Contract Drawings.
CONSTRUCTION DETAILS
The rip-rap shall be placed on top of an 8 ounce/square yard geotextile filter I:abric and m a
manner xvhich will not damage the filter fabric. No tip-rap shall be dropped from a height greater
than 12 inches above the geotextile filter fabric.
Rip-rap may be placed in location by equipment; however, care shall be taken in placing to
obtain a good gradation of materials and a level surface.
END OF SECTION 02373 - ANGULAR RIP-RAP STONE
DIVISION '~
~' - Page 24 of 67
DIVISION 2 - SITE WORK
SECTION 02456 - WHEEL STOPS
WORK INCLUDED
A. Furnish and installation of all specified equipmem and materials in strict accordance with the
approved manufactur&s printet directions utilizing the proper anchorage and attachments as
designated by the manufacture at the locations shown on the Drawings.
B. Location of the various accessories not indicated on the Draxvings shall be placed at the
direction of the Engineers in the field.
Precast concrete Car Bumper as manufactured by Suffolk Cement Products, Inc., 727-2317 or
by an approved equal:
INSTALLATION
Wheel stops shall be installed in accordance with the plans and specifications (anchor pins),
manufacturer's recommendations, and as directed by the Engineer.
END OF SECTION 02456 - WHEEL STOPS
DIVISION 2 - Page 25 of 67
SECTION 02512 - PVC WATEI~I
DESCRIPTION
Furnish and installation of all sp,.~c f c, plas:ic . ~t:~r ~,i?~ and fittings required for approved
· ' ~ .. t Contract Dra~x ings
installation of the water distributi~;~ :;~ stc~ ~ s m~ ,., ~ .o . '.~
SUBMITTALS
Product Data: Manufacturer's specifications with detaded information regarding dimensions.
pressure rating, fittings and installation instructions M~muthcturer's data must indicate
compliance with the standards specified herein.
MATERLa~S
PVC Water Main - The PVC ~2ter main piping shall be Blue BruteTM AWWA C900
PVC pressure pipe as manufactured by IPEX, Inc., x~,w. ipexinc.com or approved equal
All PVC pipe shall bear the approval seal of the National Sanitation Foundation (NSF)
that will remain legible during normal handling, storage, and installation. PIPE
COLOR SHALL BE BLUE FOR POTABLE WATER IvIAINS.
PVC Molded Fittings - The molded water tnain fittings shall be Blue BruteTM A%%VA
C907 injection molded fittings as manufactured by IPEX, Inc., _~x~v. ipe.,dnc.com ,-~r
approved equal. All PVC pipe fittings shall bear the approval seal of the National
Sanitation Foundation (NSF) for potable water pipe.
VALVES- All valves shall be the manufacturer's standard design for the service
intended and shall bear the maker's name and pressure rating cast on the body, also the
valve ,type, size, flow direction arrow, if applicable. Valves shall open left tcounter
clockwise) with an arrow cast in the metal of operating hand wheels or nuts indicating
the direction of opening.
Gate Valves- Underground gate valves shall be of the resilient seat type meeting the
requirements of AWWA C500/C509. These valves shall have non-rising stems, shah
be furnished with 2-inch square AWWA operating nuts, and shall open when the nut is
tumed counterclockwise. Valves shall have mechanical joint end~ and shall be
furnished complete with joint accessories. Exposed or aboveground gate valves shall
be outside screw and yoke (OS&Y) flanged joint v/pe. Valves shall be Ken-Seal ab
manufactured by Kennedy; Metroseal by U.S. Pipe; or approved equal. See Exhibit W-
7.
Tapping Valves- Tapping valves shall be mechanical joint outlet, non-rising, stem.
resilient seat gate valves meeting the applicable requirements of AW~A C509
Tapping valves shall be specifically designed for pressure tapping with sut'ficient seat
opening to allow full diameter taps to be made. Tapping valves shall be manuthctured
with an integral tapping flange having a raised lip design.
DIVISION 2 - Page 26 of 67
DMSION 2 - SITE WORK,
Tapping Sleeves- Tapping sleeves for size-on-size connections .shall be mechanical
joint split cast iron units and rated for 150 psi working pressure in accordance with
AWWA Cll0. For less than size-on-size connections, tapping sleeves shall be
fabricated steel units with a fusion-bonded epoxy coating and shall be pressure rated as
above. The contractor shall determine the outside diameter of the existing main before
ordering the sleeve. TapF xg sleeves shall have an outlet flange per ANSI B16.1, 125
lb. standard.
Service Saddles- Service saddles shall have a ductile iron body, be equipped with
double tie straps, and be suitable for either wet or dry installation. The sealing gasket
shall be the O-ring.type suitable for the applicable service. Outlet flange shall be ANSI
B16.1, 125 lbs. standard. Tie straps and bolts shall be a corrosion resistant alloy steel.
Service saddles shall be Type 313 or 323 as manufactured by Rockwell, or approved
equal.
Valve Box- Valve boxes for all valves installed below ground shall be cast iron. They
shall be adjustable to fit the depth of earth cover over the valve and shall be designed
so as to prevent the transmission of surface loads directly to the valve or piping. Valve
boxes shall have a minimum interior diameter of 5 inches. Valve box extension shall
be installed to reserve a minimum of 50% of the adjustment for a future extension.
The operating nut should not exceed 36 inches below finished grade. However, if
conditions require that the operating nut exceeds 36 inches, then an extension,
mechanically attached to the valve, shall be added, and the top of the extension shall
not exceed 18 inches below finished grade. The cover of the valve box shall be marked
"Water" and shall be securely installed as to prevent tipping or rattling.
INSTALLATION
A. Install pipe as indicated on the Drawings.
B. Pipe in Trenches:
Keep trenches free from water.
Grade and shape trench bottom to insure a firm uniform bearing for the entire
trench length. Provide a minimum cover of 4'-6" to finished grade unless
otherwise shown on the drawings.
Cut pipe as recommended by the manufacturer.
Lay pipe on a continuously rising grade from low points to high points at
service lines, air release valves or hydrants.
At each joint, dig a bell hole sufficiently wide and deep to allow the pipe barrel
to bear uniformly on the trench bottom.
Construct concrete thrust blocks behind bends, tees, caps and plugs. Minimum
block size shall be 2 cubic feet in volume and cast concrete against undisturbed
earth.
DIVISION 2 - Page 27 of 67
PROTECTING PIPE
During the progress of ti- ~, '.~ t.? < ,:ce ) [ ~1,~. :l,' u, ' u ,m all sediment, debris: laid ot[ier
foreign material.
Close all open ends of pipes ar, c Oilings
day, during storms, when ~h< ~,~rk i.,.
Director's Representative ma}
, it ~ removable phigs at end or' '~. ork
tl~ time. and at such times as tile
All water piping shall have a ,uitable electronic it, tarot tape (metallic) buried over the
water main approximately one foot below grade. ]tie tape shall be continuous betv,-een
valves and secured to each valxc ']['he tape shall be at least 4.5 mils thick, 2-inch
minimum xvidth and made with al! aluminum material sandwiched between 2 layers
polyethylene. It shall have imprinted in permanent black' ink with i- inch letters
'"CAUTION WATER MAIN BURIED BELOW" on olue background.
END OF SECTION 02512 - PVC WATER PIPE AND FITTINGS
DIVISION 2 - Page 28 of 67
DIVISION 2 - SITE WORK
SECTION 02513 - COPPER TUBING AND FITTINGS (UNDERGROUND)
GENERAL
Furnish and installation of all specified copper water tubing and fittings required for approved
installation of the water distributic ' system as indicated on the Contract Drawings
MATERIAL
A. Tubing: ASTM B 88, Type K soft temper unless otherwise noted on the drawings.
B. Fittings: Cast Bronze, Flared Type; ANSIdASME B16.26.
INSTALLATION
A. Laying Tubing:
Minimum Depth: 4'-6" (unless otherwise indicated on draxvings) measured
from finish or existing grade, whichever is lower.
Install valves and fittings where indicated. Lay tubing on a continuous slope to
a high point where air can be released.
B. Flaring and Assembling Tubing:
2.
3.
4.
Cut tube ends square..
Remove all burrs and metal chips.
Slip coupling nut on tubing.
Flare tubing ends, use impact or mechanical type flaring tools in accordance
with manufacturers' recommendations.
Assemble tubing fittings and tighten coupling nuts with two wrenches, one on
the nut and one on the fitting.
Protecting Tubing: Securely close all open ends of tubing and fittings with removable
plugs whenever directed by the Director's Representative.
Testing:
1. Before the tubing, valves or other appurtenances are covered, test to 150
pounds hydrostatic pressure. Protect tubing from movement during test.
2. Remove all defective tubing, valves, and fittings. Replace x~4th sound items
and make all leaky joints tight. Repeat the test after the repairs are made until
no leaks develop when the line is subjected to the required pressure for a period
of 30 minutes.
3. All tests shall be made in such manner as the Director's Representative shall
direct and in his presence.
END OF SECTION 02513 - COPPER TUBING AND FITTINGS (UNDERGROUND)
DIVISION 2 - Page 29 of 67
DV~7S~OX 2 - S ~TE '~ ORK
SECTION 02514 - HIGH DENSI I'Y POL~ ETll ~ LENE PIPE
DESCRIPTION
Under this item, the Contractor sha!l himish and Mt,taI' 1 ' c;iameter high density polyethylene
pipe in accordance with the plans and :;pec~rications ,. ,c :,> directed by the Engineer.
MATERL~LS
The high density, polyethylene pipe shall be SDR-9 '.~ith an inside diameter ot I" ~ ,*
meet ASTM D2737 minimum requirements. ['he ptpe shall be able to with stand an
operating pressure of 200 psi at 7_, I:.
All splices and connections shall be brass mechanical type of proper size and required
inserts for water tight fit..
CONSTRUCTION DETAILS
,All excavation and back:fill shall be in accordance with Section 206, Trench and Culvert
Excavation of the NYSDOT Standard Specifications of January 2, 1995 as an~ended.
Material to be used as backfill shall be clean, granular material as approved bv thc
Engineer. The cost of excavation and backfill shall be included in this item.
The proposed HDPE water hne shall be installed to a depth of 54" belo;v finished grade
and routed as indicated on the plans.
Piping may be backfilled with suitable excavated material and thoroughly compacted.
The Engineer reserves the right to reject backfill material if in his opinion contains
dele.terious material. The Engineer shall determine if the compaction effort is sufficient
to complete the installation.
In instances where the HDPE xvater line passes through foundation walls, slabs or
other hard structures, the HDPE pipe shall be inserted through a 2" diameter PVC
sleeve. The PVC sleeve shall extend a minimum of 1' past the structure surface.
END OF SECTION 02514 - HIGH DENSITY POLYETHYLENE PIPE
DIVISION 2 - Page 30 of 67
DMSION 2 - SITE WORK
SECTION 02517 - WATER MAIN BLOW OFF HYDRANT
DESCRIPTION
Under this item, the Contractor shall furnish and install blow-off hydrants in accordance with the
plans and specifications an&/or as d:~ected by the Engineer.
MATERL~LS
The blow-off shall be non-fi'eezing and self draining as manufactured by Kupferle
foundry Co. of St Louis, MO., model #7500 - 4" Mainguard Blow-off or approved
equal.
Blow-off shall be furnished with a 4" MJ inlet, a non-turning operating rod and open
to the left.
Ali working parts shall be of bronze to bronze design and be serviceable from above
grade ~vith no digging.
D. Blow-off shall operate with a standard 2" gate valve wrench.
E. When open, the valve shall be 100% unobstructed and drain hole shall be covered.
F. Outlet shall be 4" Fl? with plug and extend a minimttrn of 12" above final grade.
G. All connections shall be water tight fit.
CONSTRUCTION DETAILS
All excavation and backfill shall be in accordance with Section 206, Trench and Culvert
Excavation of the NYSDOT Standard Specifications of January 2, 1995 as amended.
Material to be used as backfill shall be clean, granular material as approved by the
Engineer. The cost of excavation and backfill shall be included in rids item.
The proposed bio,v-offs shall be installed to a depth of 54" below finished grade and
routed as indicated on the plans.
Blow-off shall be backfilled with suitable excavated material and thoroughly compacted.
The Engineer reserves the right to reject backfill material if in his opinion contains
deleterious material. The Engineer shall determine if the compaction effort is sufficient to
complete the installation.
Blow-off shall be installed in accordance with SCDHS and manufactures
requirements. The Contractor shall install the proper thrust blocking required.
END OF SECTION 02517 - WATER MAIN BLOW OFF HYDRANT.
DIVISION 2 - Page 30a of 67
DIVISION 2 - SITE WORK
SECTION 02540 - SEPTIC SYSTEMS
WORK INCLUDED
A. The Contractor shall be responsible to fumish and install a complete sanitary system
including all extension an :. c, 'mection work as specified herein, indicated on the contract
drawings and / or directed by ' .e engineer.
B. The entire installation shall b~ performed in accordance with the standards and requirements
of the Suffolk County Department of Health Services (S.C.D.H.S.) and all necessary
installation approvals shall be obtained by the Contractor prior to final acceptance.
C. See DMsion 15 and 16 for detailed specifications of work under other trades.
SEWAGE DISPOSAL SYSTEMS
A. Sek.~ge disposal systems shall be installed as indicated on the contract drawings and shall
meet the requirements of the S.C.D.H.S. Sewage disposal systems shall be connected to the
waste lines to be installed by the Plumbing Contractor. The waste line shall extend
approximately 5'-0" out from the foundation line and be cast iron or PVC pipe.
B. Materials for the sewage disposal system not specifically specified under this section shall
conform to the material sPecifications in other sections of the specifications as indicated on
the contract drawings.
C. Pre-cast concrete items shall be as manufactured by Carlson Precast Inc., Picone Brothers,
Carbro Industries, Inc., or approved equ~, and shall be designed to meet the standard
specifications of the S.C.D.H.S.
D. Septic tank shall be as indicated on the contract drawings, complete with precast concrete
pad, pre-cast concrete sections, cast iron manholes, frames and covers set flush with finished
grade.
E. Each sanitary leaching pool shall be installed as indicated on the contract drawings.
F. Suitable backfill material shall conform to the specifications of the SCDHS.
PlPING AND FITTINGS
All piping shall be Schedule 80 PVC.
INSTALLATION AND TESTING
A. The sewage disposal system shall be installed by a firm with the prior experience to perform
the scope of work.
DIVISION 2 - Page 31 of 67
B. During the progress of the w~r~ ;~; l,~io' tc .:~,tt'FDIi:~ the installation shall be inspectec
by the proper authorities, teste, ~ ~ n: I ~ t, i n pe,': :, t ,:~ ~ it t t ~: ~;. neat and orderly.
C. Before backfilling, the Contr~ct.>t s ~al~ ootail: the ~cqt ~cd approvals from the S.C.D.H.b
and notify, the Engineer upon ',:ceivt ol'the apl)Ct,' .~]
D. The Contractor shall be requ~rect :,', cxcaxate., .tc abte leaching soils as determined b)
~he S.C.D.H.S. In the event that, sufficient quamit.~ of suitable leaching material is
available from the excavation operation, the ¢;ngineer ~vi~l direct the Contractor to i~npor~
Clean Granular Fill.
END OF SECTION 02540 - SEPTIC SYSTEMS
DI¥ISION 2 - Page 32 of 67
DIVISION 2 - SITE WORK
SECTION 02577 - PAVEMENT STRIPING
QUALITY ASSURANCE
A. Regulatory Requirements: Chapter III of Title 6 of the official compilation of Codes, Rules
and Regulations of the St,,re of New York (Title 6 NYCRR), Pan 205 Architectural
Surface Coatings.
B. Certification: ~ffidavit by the paint applicator, certifying that the materials comply with
the current regulatory requirements in effect at the time products ~vere delivered and
applied.
PROJECT CONDITIONS
A. Perform the painting operations after working hours, on weekends or at such time so as not
to interfere with the flow of traffic. Provide temporary barriers to prevent vehicles fi.om
driving over newly painted areas.
B. Apply paint on dry pavement surface, when the air temperature is above 40 degrees F.
MATERIALS
Paint: DOT Section 640-2, yelloxv, blue or white as indicated or if not indicated as directed.
PREPARATION
A. Remove dust, dirt, and other foreign material detrimental to paint adhesion.
B. Mark layout of stripes and lines with chalk or paint.
APPLYING PAVEMENT MARKING
Apply paint in accordance with DOT Section 640-3.02.
END OF SECTION 02577 - PAVEMENT STRIPING
DIVISION 2 - Page 33 of 67
D~V~S}'ON ? - Sr'~,':' *" '~'-
SECTION 02595 - GEOTEXTiLE I;I LYER FABRICS
DESCRIPTION
The Contractor ~5ll be responsible ft.r 'umis!~ing ~.l;d in.~a;liag the geotextile filter 'fkbric into
the various components indicated c.n t~t Contract: ri ~2~-. The Contractor shall provide all
labor, materials, equipment and incidentals neccs>,u:' t,.~all the Geotextile Filter Fabric
specified, shox~m on the Contract Drawings. and as cii,-ected h5 the Engineer.
The Contractor shall be prepared to :nstall geotexti!e filter' thbric in conjunction with the site
drainage system.
SUBMITTALS
The Contractor shall furnish certificates from the company manufacturing the geotextile
attesting that the geotextile meets the chemical, physical, and manufacturing
requirements specified.
The Contractor shall furnish the manufacturer's quality control certificates, tbr rolls
delivered to the site, ~vhich shall include:
1. Roll numbers and identification
2. Sampling procedures
3. Certified results fi.om manufacturer qualiB' control tests verifying each
minimum average role properoy specified
MATERIALS
Geotextile - 8oz. shall be a needle punched non-woven polypropylene fabric and be
"Geotex 861" manufactured by SI Geosolutions (423-899-0444), x~;~v, fixsoil.com or
approved equal.
The geotextile-8 oz. shall demonstrate the following properties:
PROPERTY TEST METHISI~ MIN.AVE. ROI
Grab Tensile Strength ASTM D4632 220 lbs (min)
Puncture Strength ASTM D4833 135 lbs (min)
Mullen Burst ASTM D3786 420 psi (min)
Trapezoidal Tear ASTM D4533 95 lbs (min)
Apparent Opening Size ASTM D475 l 80 US Std SiexVe
Permittivity ASTM D449 l 1.50 sec- 1 (min)
Permeability ASTM D4491 0.38 crn/sec (min
Water Flow Rate ASTM D4491 1 l 0 gpm/sf (minI
Mass Per Unit Area ASTM D526l 8.0 oz,'sy (min)~
UV Resistance (%retain. 500hr) I ASTM D4355 70% (min)
LL VALUE
(max)
DIVISION 2- Page 34 of 67
DMSION 2 - SITE WORK
CONSTRUCTION DETAILS
Fabric will be rejected, by the Engineer, if it is found to have defects, rips, holes, flaxvs,
deterioration or other damage.
The subgrade shall be tlc. "ed of sharp objects, boulders, stumps or any materials that
may contribute to fabric ~ Lctures, sheafing, rapturing or tearing. The subgrade shall be
inspected for unstable areas or soft spots, before the fabric is placed and additional fill
shall be placed and compacted to eliminate those unstable areas.
The fabric shall be placed in the manner and at the locations as indicated on the Contract
Drawings. Fabric placed on slopes shall be placed so that the upper strip of fabric
overlaps the next lower strip by eighteen (18) inches. Fabric shall be laid smooth and
free of tension, stress, folds, wrinkles or creases.
If geotextile should be damaged during any step of installation, a piece of geotextil6
material shall be cut and placed over the damaged area and overlap the undamaged
material a minimum of 3 feet in each direction.
After unwrapping the geotextile from its opaque cover, the geotextile shall not be left
exposed for a period in excess of 30 days.
F. Soil shall be spread in the direction of geotextile overlap.
END OF SECTION 02595 - GEOTEXTILE FILTER FABRICS
DIVISION 2 - Page 35 of 67
SECTION 02621-6" PERFO]{A1-EI) ORKIN ? Pi,
SUBMITTALS
Product Data: Manufacturer's soe.¢ific ~:lotls inc t c m: h n:nsions, strength, and lnstallatiou
instructions for each type of pipe a ~c~ rc ;oective lit: g
QUALITY ASSURANCE
Each length of pipe and each fitting shall be markee in accordance with the applicable ASTM
Designation. ,
DRAINAGE PIPE AND FITTINGS
PVC Pipe 6-inch Diameter Perforated mid Fittings for Underdrains and Discharge Lines:
2.
3.
4.
5.
6.
7.
Pipe Classification: ASTM D 2729.
Material Classification: ASTM D 1784.
Property Description: Cell Class 12454B, 12454C~ or 13343C.
Pipe Size: 6 inches diameter unless otherwise indicated.
Perforation Size: 1/2 inch diameter on 3 inch centers, 3 rows.
Joints: Solvent cement or elastomeric gasket.
Acceptable Manufacturer: National Pipe Co.. 3421 Vestal Road, Vestal, NY
13850, (607) 729-9381.
INSPECTION
Inspect all pipe and fittings before laying in trench. Remove defective pipe and fittings from
the Site.
BASIC REQUIREMENTS
Plastic Pipe:
1. Install pipe in accordance with the manufacturer's recommendations and as
specified in ASTM D 2321.
2. No. 2 course aggregate shall be used for bedding and backfill to the depth shown
on the drawings for perforated pipe.
3. Cushion material shall be used for bedding and backfill to the depth sho~n on the
drawings for non-perforated pipe.
DIVISION 2 - Page 36 of 67
DIVISION 2 - SITE WORK
INSTALLATION
Lay pipe to indicated line and grade with firm uniform bearing throughout its length. 1. Lay pipe with a uniform pitch between high and low points.
2. Position bells upstream.
3. Provide ~ 5cient clearance at each bell or coupling to allow uniform
bearing al, ~g the pipe barrel. Fill excess excavation with bedding
material and tamp.
Joints:
Wipe inside of sockets and outside of pipe to be jointed, clean and dry.
Assemble elastomeric-gasket joints in accordance with the pipe
manufacturer's recommendations and ASTM D 3212.
Assemble solvent-cement joints in accordance with ASTM D 2855.
Assemble other joints in accordance with the pipe manufacturer's
recommendations.
C. Bends: Use two 45 degree fittings for each 90 degree mm.
END OF SECTION 02621 - 6" PERFORATED DRAIN PIPE
DIVISION 2 - Page 37 of 67
SECTION 02623 - POLY-~qN3'I, £ H [,ORID E lP_
DESCRIPTION
Under this item the Contractor sJtal lhr:~ish and ingml ';cbc Jule 80 PVC pipe in conformance
with the plans, these specifications mc, orJcrs of rile !
MATERIAL
PVC pipe and fittings shall be pol.xMnyl clflofide I PVC) m~ufacmred t:kom a PVC compound
meeting the requirements.of Type 1, tirade 1 PVC tn accordance with ASTM Dl784. D1785,
and D2241. The PVC pipe shall be gray, or white in color and shall be equal to Schedule 80 in
wall thickness, unless otherwise indicated on the Drawings.
A. Pipe: The pipe shall be bell end or plain end. Pipe shall be in accordance with ASTM
D1785.
B. Fittings: Pipe fittings shall be Lq accordance with ASTM D2466.
C. Solvent Cement: PVC solvent cement shall be in accordance with ASTM D2564
Pipe shall be clearly marked ~Sth type, class and thickness as applicable. Lettering shall be
legible and permanent under normal conditions of handling and storage. All pipe and duct
placed shall be in good condition with no splits, crac~ or other physical irregularities. Pipe and
duct size shall be as indicated on the Drawings.
ROUTING
The routing of conduit as shown on the plans is schematic but no major change in alignment ~ill
be allowed unless approved by the Engineer. In all cases where obstructions are met, the
judgment of the Engineer shall govern the passage of such obstacles.
INSTALLATION
Plastic pipe shall be shaded from sunlight as required to prevent curvature and deterioration due
to thermal expansion and exposure to sunlight.
Pipe shall be placed in the center of the bottom of the trench with the entire length of the pipe
bearing on the trench bottom. Ihe trench bottom shall be regraded if the pipe does not have full
beating. Depressions for joints shall be dug after the trench bottom has been graded, and shall be
only of the len~h, depth and x~'idth required for marking the particular ~'pe joint.
After final placement, pipe shall rest on the bottom of the trench in a straight line under slight
tension. A check shall be made that proper depth is obtained and the pipe is in a straight line and
under tension during backfilling.
DIVISION 2- Page 38 of 67
DMSION 2 - SITE WORK
In cases ~vhere the pipe or ducts pass above or below an underground obstruction, such as a
utility line, a minimum clearance of 6-inches shall be maintained between the concrete and the
utility. A minimum of 12-inches of clearance shall be maintained between the concrete
encasement and a paralleling utility. No utility shall be contained within the concrete
encasement.
Pipe jointing shall be completed s the pipe is installed. All joints shall be made secure and
capable of allowing compressed air to be used for installing a pull line.
Field pipe bends shall have a maximum bend of 22 degrees unless otherwise accepted by the
Engineer. Where a bend is less than the allowable field bend is indicated on the drawings,
factory bends shall be used unless otherwise accepted by the Engineer.
Where directional changes are required, the pipe shall be bent in smooth, uniform bends. The
Contractor shall provide equipment to bend pipe when the radius of bends is less than the radius
of allowable material design stress. Bends shall be made with approved pipe bending tools and
pipe manufacturer's approved methods of procedure.
END OF SECTION 02623 - POLY~VINYL CHLORIDE (PVC) PIPE
DIVISION 2 - Page 39 of 67
SECTION 02624 - CORRUGA'I ED POi,¥'6'I H'(LI: M:: IPE (SMOOTH INTERIOR)
DESCRIPTION
Under this item, the Contractor :.hall 5. ~r.i sh and i ngtE; ~ c (, q ~tgated polyethylene pipe !smooth
interior) in accordance with the pl~n~, ~t spec~fica[i s ,,' as directed by the Engineer~
MATERIALS
The corrugated polyethylene pipe Ismooth intefiorl shal, meet AASHTO ~94 minimum
requirements. The pipe shall be as manul~tctured by Hanc~r, Inc., Type Hancor Hi-Q, or as:
manufactured by Advanced Drainage Systems. Inc.] ypc ADS N- 12, or an approved equal.
The Contractor shall submit shop draxvings to the Engineer tbr approval prior to order
installing pipe.
CONSTRUCTION DETAII.S
All excavation and backfill shall be in accordance with Section 206, Trench and Culvert
Excavation of the NYSDOT Standard Specifications of January 2, 1995 as amended. Material
to be used as backfill shall be clean, granular material as approved by the Engineer. The cost of
excavation and backfill shall be included in this item.
Pipes are to be installed to the lines and depths as indicated on the plans.
Pipes may be backfilled with suitable excavated material and thoroughly compacted. Thc
Engineer reserves the right to reject backfill nmterial if in his opinion contains deletertotts
material. The Engineer shall determine if the compaction effort is sufficient to compiete the
installation.
END OF SECTION 02624 - CORRUGATED POLYETHYLENE PIPE (SMOOTH
INTERIOR)
DIVISION 2 - Page 40 of 67
DIVISION 2 - SITE ~VORK
SECTION 02630 - STORM DRAINAGE
WORK INCLUDED
The xvork shall include fumish/ng all labor, material, equipment, and incidemals necessary to
install pre-cast concrete drain.z~;, structures, pipes, culverts, frames and grates, frames and
covers, sukable granular porous ~ ~¢hing material (soil), and all other necessary operations to
construct the stormxvater drainage system in accordance with the plans, specifications and/or as
directed by the Engineer.
SHOP DRAWINGS
Submit complete and accurate shop drawings, catalog cuts, details for the Engineer's approval.
No installation shall be made prior to approval of the Engineer.
Curb Inlet Structure - Curb inlet structures shall consist of precast concrete floor and
wall structure and a traffic beating top slab with rectangular opening as indicated on the
plan. The curb inlet structure and traffic bearing slab shall be as manufactured by
Suffolk Precast Inc., Calverton, NY or an approved equal.
Lea6hing Pools - Leaching pools shall consist of leaching tings and a solid wall dome.
The diameter and depth of the leaching pools shall be as indicated on the plans. The
leaching tings and solid wall dome shall be as manufactured by Suffolk Precast Inc.,
Calverton, NY or an approved equal.
Frames and Grates (curb castings) - The frame and grate shall be heavy-duty type fame
and oval hole grate as manufactured by Campbell Foundry Company or an approved
equal. Frames and grates shall receive two (2) coats of asphaltic paint prior to
installation.
Frames and Grates (circular sate) - The frame and grate shall be heavy-duty type flame
and grate as manufactured by Campbell Foundry. Company or an approved equal. Frames
and grates shall receive two (2) coats of asphaltic paint prior to installation.
Frames and Covers (circular solid cover) - The frame and solid cover shall be heavy-
duty .type frame and cover as manufactured by Campbell Foundry Company or an
approved equal. Frames and covers shall receive two (2) coats of asphaltic paint prior to
installation.
Solid Covers (precast concrete) - The solid cover shall be precast concrete be as
manufactured by Suffolk Precast Inc., Calverton~ NY or an approved equal.
DIVISION 2 - Page 41 of 67
Trench Drain - The tremh h, ~q .h:.ll )7 ;r: t.h'd of reinforced precast cuncrete
16" high and 6' long se::~z: h:h si t:, ~t I :i:ment shall be furnished with t'~o
three-foot sections of ho-d.p:e: ~:tl,'ar .x~. :: ::r :_;ed steel gratings. I'he composite
unit shall be able to st.,lai~ .~:,-;HT~' I..2 1~ ,:.ng. Concrete shall be Portland
Cement concrete with a r~ini~ -m ~ ~8-da. >t~,:r t - ~ i 4,000 psi. The trench drain shall
be ZipperDrain~ as mamffaciur-~z b',' ,m. :. Precast. [nc.. 20 Stiriz Roacl
Brookha,/en, New York,(,~.3 I ,':/6-~)240 4: .~ g equal.
Corrugated Polyethylene Pipet i smooth mterior i /he corrugated polyethylene pipe
(smooth interior) shall be in accordance x~ i:.h -4ecfior t.26424.
INSTALLATION
The Contractor shall excavate tor the tnstallmion t',f the structures and pipes at the
locations and to the limits as sho~t on the contract drawings.
The outside area of the leaching structures shall be backfilted with clean granular porou:~
material as specified.
C. Pipes are to be installed to the lines and ~ades as indicated on the plans.
Pipes may be backfilled with suitable excavated material and thoroughly compacted.
The Engineer reserves the right to reject backfill material if in his opinion contains
deleterious material. The Engineer shall detenmne if the compaction effort is sufficient
to complete the installation.
E. Frames and grates/covers shall be installed to the grades as indicated on the plarts.
F. Frames and grates/covers shall be well mortared in place.
END OF SECTION 02630 - STORM DRAINAGE
DIVISION 2 - Page 42 of 67
DMSION 2 - SITE WORK
SECTION 02722 - PAVEMENT SUBBASE PREPARATION
WORK INCLUDED
The ~vork shall include stripping and removing unsuitable materials, performing cut and fill
operations, adjusting existing castings to proposed grade and fmc grading the surface to
construct a subbase for the proposed walkway, roadway and parking fields in accordance with
the plans, specifications and/or as directed by the Engineer.
CONSTRUCTION DETAILS
In the area that will receive pavement, the Contractor shall strip, remove and dispose off
all asphalt, concrete and unsuitable material containing organic matter, such as muck, peat,
organic silt, topsoil or grass, that is not satisfactory for use for pavement construction.
Upon completion of the removal of the unsuitable materials to the satisfaction of the
Engineer, the Contractor shall grade the area by cutting and filling as required. Any excess
suitable excavated material shall be used for various backfilling operations. No additional
payment will be made for re-handling of this material. In the event that during subbase
preparation operations additional fill is required to stabilize the subbase and/or to achieve
the specified grade, the Engineer will direct the Contractor to import Clean Granular Fill.
After the cutting and filling operation is completed, the Contractor shall frae grade and
properly compact the subbase. The subbase shall be compacted using a minimum 10-ton
roller. The subbase shall be compacted to 90% of maximum density within 3 percent of
optimum moisture content in accordance with ASTM D 1557 Modified Proctor.
The Engineer will be sole judge in determining if the subbase is acceptable for placement
of the subsequent courses. The Contractor shall not continue until he has received
approval by the Engineer.
D. Existing castings (drainage & sanitary) shall be adjusted to the proposed grades with
concrete bricks and mortar.
END OF SECTION 02722 - PAVEMENT SUBBASE PREPARATION
DIVISION 2 - Page 43 of 67
SECTION 02723 - RECYCLED PORYLAND C£MElXrl CONCRETE AGGREGATE
BASE COURSE
WORK INCLUDED
This work includes furnishing and installing a Recycled Portland Concrete Cement Ag~egate
(RCA) base course over an approx ed subgrade to the depti~, lines and grades where sho~ ~m
the plans and/or as directed by the Engineer.
MATERIALS
A. The Recycled Portland Cement Aggregate (RCA) material shall conform to the provisions
of Item 17304.1011 - Subbase Course, Type 10ll. Material A, Recycled Portland Cement
Concrete of the New York State Department of Transportation of January 2, 1995
B. The Contractor shall perform and submit laboratory analysis to verify, conformance of this
material. Test results shall be submitted to the Engineer prior to acceptance of this material
The cost for all laboratory testing of the material shall be borne by the Contractor.
· CONSTRUCTION DETAILS
Upon approval of the compacted soil subbase by the Engineer, the Contractor shall furnish_
place and compact the recycled concrete aggregate to the specified lines and grades.
Tolerance of the compacted RCA base course shall be plus/minus IA inch.
END OF SECTION 02723 - RECYCLED PORTLAND CEMENT CONCRETE
AGGREGATE BASE COURSE
DIVISION 2 - Page 44 of 67
DIVISION 2 - SITE WORK
SECTION 02740 - ASPHALTIC CONCRETE PAVEMENT
WORK INCLUDED
A. This work includes furnishing all labor, materials, equipment, and incidentals necessary to
construct new asphaltic concrete pavement for the proposed roads and parking fields in
accordance ~vith the plans and specifications and as directed by the Engineer.
B. The construction of the asphaltic concrete pavement shall meet the requirements of sections
401, 403, and 407 of the New' York State Department of Transportation Standard
Specifications of January 2, 1995 as amended except as modified herein
REFERENCE STANDARDS
In addition to complying with all pertinent codes, regulations, and specifications comply with
the referenced or applicable portions of the New York State Department of Transportation
Standard Specifications of January 2, 1995.
MATERIALS
Tack Coat - The bituminous tack coat shall meet all requirements the New York State
Department of Transportation Standard Specifications of January 2, 1995 for Item 407.01
Tack Coat.
Asphalt Concrete-Type 3 Binder Course - The asphalt concrete binder course shall meet
all requirements the New York State Department of Transportation Standard
Specifications of January 2, 1995 for Item 403.13 Asphalt Concrete-Type 3 Binder
Course.
Asphalt Concrete-Type 6F Top Course - The asphalt concrete top course shall meet all
requirements the New York State Department of Transportation Standard Specifications of
January 2, 1995 for Item 407.17 Asphalt Concrete-Type 6F Top Course (High Friction)
Marshall Design.
INSTALLATION
A. All Construction Details requirements of the New York State Department of
Transportation Standard Specifications of January 2, 1995 shall apply except as herein
modified.
B. No asphalt concrete courses shall be place prior to Engineer's. acceptance of the base
course.
C. Tack coat shall be applied to curb faces abutting proposed asphalt concrete pavement
immediately prior to placement of the new pavement.
DIVISION 2 - Page 45 of 67
D. Existing asphalt placement t( I,,. ,.~tdlJc~:d ,Itt I t2, Ir z,: .ine swept by the Contractor pm,r
to the placement of the new p ~, ~. r~, [ ft sh ~, I~,. t ~:: )ntractor's responsibility to insure
that the pavement is thomug~ 1: c t:~r. 'i'e ~ oI :~. I ~r L,C. !t st m~d other loose materia[, and to
the satisfaction of the Engirc..~:..r~m?d~at¢i: [ti,,' tz he application of' the bituminous
mixture. All loose material shall t?: ten,over x, itt, ):~xcr operated sweepers and,or haad
brooms as may be required and linch:ed fi-om :he- ~ons:ruction site to the d[sposai area~,
approved by the Engineer. Immedi~te,y prio- t~ 3slm~dr resurfacing the Contractor shall
apply a tack coat over the existing as0hah ~mvemcnl
E. The asphalt concrete courses shall each be laid do~xn mc. ne lift, to the compacted depth, as
sho,,~xt on the plans.
END OF SECTION 02740 - ASPH~a~LTIC CONCRETE PAVEMENT
DIVISION 2 - Page 46 of 67
DMSION 2 - SITE WORK
SECTION 02772 - CONCRETE CURB
WORK INCLUDED
A. Under this Item, the Contractor shall construct a conventionally formed concrete curb in
accordance with the Details, Specifications and/or as directed by the Engineer.
B. The construction of the concrete curbs shall meet the requirements of the Town of Southold
Highway Department Specifications and New York State Department of Transportation
Standard Specifications of January 2, 1995, as amended for Item 609.04 Conventionally
Formed or Machine Formed Concrete Curb except as herein modified.
MATERIALS
The materials shall meet the requirements of the following subsections of Section 700 -
Material:
Portland Cement
Fine Aggregates
Coarse Aggregates
Premolded Bituminous Joint Filler
Wire Fabric For Concrete Reinforcement
Polyethylene Curing Covers
Water
701-01
703-01
703-02
705-07
709-02
711-04
712-01
The material requirements and composition shall comply ~vith the Specifications for
Class "A" concrete in Section 50l-2 under "Portland Cement Concrete - General".
Cohcrete shall be proportioned in accordance with the aggregate weights specified for
Class "A" concrete in Table 501-3, Concrete Proportions.
C. The concrete cement shall have a minimum compressive strength of 3500 psi at 28 days.
CONSTRUCTION DETAILS
A. The curb shall be convent, ionally formed to the size and shape shown on the Details or as
directed by the Engineer.
B. Curbs shall not be poured monolithically with the sidewalk unless otherwise directed by the
Engineer.
Casting Segments - Curb shall be cast in segments having a uniform length of approximately
20 feet. Segments shall be separated by contraction scoring. Contraction scoring shall be
1/4" wide x 1" deep - "V" shaped. ·
D. Expansion Joints - Expansion joints 3/4 inch in width shall be formed with "Premolded
Bituminous Joint Filler", Section 705-07 placed at twenty (20) foot intervals as shown on the
DIVISION 2 - Page 47 of 67
Plans and specified by the E~t:i ~ · ~ fi {:~ a~ e'~ :,hall be cut 1/4" below top of the
curb.
E. Forms - Forms shall be steel ,~: ,¥,~,:~,t. stralgk~ :i've ,i',~ n x-arp, and of such construction that
there ``viii be no interference t: ins t,ec t~.m fm ~ ra Je, ~ a .~;~wnent. All forms shall extend Gr
the full curb depth and shall b,2 br~c,.'d and st.cur,~d ~,ccq .~ately so that no displacement ti'om
alignment will occur during p,ac ~n ¢ ~ ~ ( c oncret~.
Concrete Placing and Vibrating - ~ '~mcrete shall be placed in the forms in accordance with
the applicable requirements of Section 555-3~04 and simll be compacted with mi approved,
immersion tsloe mechanical vibrator. The vibrmc, r shall be of the size and weight capable ol'
thoroughly vibrating the entire mass without ch~uraging ur misaligning the fom~s arid shall be
approved by the Engineer. Forms shall be left in place Ibr 24 hours or until the concrete has
sufficiently hardened, as determined b5 the Engineer. sc, that the5' can be removed withont
injury to the curb. Upon remo'~al of the /buns, the exposed faces of the curb shall be
immediately rubbed to a uniform surlhce. Rubbing shall be accomplished by competent
finishers. No plastering ,,,All be pet'mined.
G. Concrete Curing - Curing of ~he curb shall comply with the requirements of Section 502-
3.t0, Curing. Minimum curing periods for the various t.xqpes of curing materials used shall
comply with the requirements of Table 502-2.
H. Protection - The Contractor shall keep the curb clean, aligned and protected from damage
until final acceptance of the work. Any curb damaged prior to the final acceptance of the
work shall be repaired or replaced at the Contractor's expense.
END OF SECTION 02772 - CONCRETE CURB
DIVISION 2 - Page 48 of 67
DIVISION 2 - SITE WORK
SECTION 02775 - CONCRETE WALKS
~VORK INCLUDED
A. This ~vork includes all labor, materials, equipment, and incidentals necessary to construct
concrete ~valks to the depth, limits and grades in accordance with the plans, specifications,
and/or as directed by the Engineer.
B. The construction of the concrete sidexvalk shall meet the requirements of the Town of
Southold Highway Department Code and the New York State Department of Transportation
Standard Specifications Of January 2, 1995 as amended for Item 608.01 Concrete Sidexvalks
except as modified herein.
i~L~TERIALS
Materials shall meet the requirements specified in the following subsections of Section
700 - Materials:
Portland Cement (Type II)
Fine Aggregates
Coarse Aggregates
Premolded Bituminous Joint Filler
Wire Fabric for Concrete Reinforcement
Polyethylene Curbing Covers
Water
Section 701-01
Section 703-01
Section 703-02
Section 705-07
Section 709-02
Section 711-04
Section 712-01
The material requirements and composition shall comply with the Specifications or Class
"A" concrete in Section 501-2 under "Portland Cement Concrete General". Concrete
shall be proportioned in accordance with the aggregate weights specified for Class "A"
concrete in Table 501-3, Concrete Proportions.
C. Concrete shall have a minimum compressive strength of 3500 psi at 28 days.
CONSTRUCTION DETAILS
The general construction details fbr manufacturing, transporting, and placing concrete
shall meet the requirements of Section 501, Portland Cement Concrete - General. Curing
of concrete shall meet the requirements of Section 502, Portland Cement Concrete
Pavement.
Handicapped sidewalk ramps shall be constructed at locations determined by the
Engineer.
C. The concrete shall be placed in one course four inches (4") in depth.
Wire fabric for concrete reinfomement, Section 709-02, shall be embedded at mid-depth
in the slab.
DIVISION2 - Page 49 of 67
L
The wire fabric shall e~.~;~ ~' ]',o. ,, ._~u~,- , re at 6" centers traversely and
longitudinally.
Transverse construction j,~ :~ .4 :.: ~,1i ,ex tex~,o;, tl ~ t'. t, lepth of the slab and spaced 2() to
25 feet apart. The edges t,:.'sd,:.: i~)ints sh il I:c ~.inisne:l vdth an edging tool having a l 4-
inch radius.
The concrete surface shall be ,cored as approx ed i,~ the Engineer so that the t-mished
walk will be marked in squares ]he coho'rede shall [-.e worked and floated to produce a
smooth and uniform surface'.
Premolded bituminous joint filler. Section 705-07 shall be installed at all joints between
sidewalk and curb, pavemant, building, etc
After the completion of sidewalk work. the contractor shall cover the sidewalk overmght
during the ftrst night of curing with a polyethylene cover or an equal to the approval of
the Engineer. No sidewalk shall be left uncovered overnight during the th'st night of
curing.
The contractor at all times provides access to homes and businesses m a mariner
approved by the Engineer.
New sidewalk area shall be barricaded using ropes, horses, flagging, etc., in a manner
approved by the Engineer to protect the public during the curing period until the sidewalk
is sufficiently cured to allow pedestrian traffic.
The Contractor shall protect the sidewalk and keep it in first class condition until the
completion of the contract. .,Uny portion of the sidewalk, which is damaged or
vandalized at an5' time before the f'mal acceptance of the xvork, shall be removed and
replaced with satisfactory, sidewalk at the Contractor's expense.
END OF SECTION 02775 - CONCRETE WALKS
DIVISION 2 - Page 50 of 67
DIVISION 2 - SITE WORK
SECTION 02820 - VINYL CHAIN LINK FENCE AND GATES
WORK INCLUDED.
This work includes all labor, materials, equipment, and incidentals necessary to furnish
and install 9 gauge wire core, black vinyl clad, 2" mesh, 4' and 6' height chain link
fencing.
SUBMITTALS
A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of
components, accessories, and post foundations.
B. Product data: Manufacturer's catalog cuts indicating material compliance and specified
options.
CHAIN LINK FENCE FABRIC
PVC coated over galvanized wire: ASTM F 668, Class 2b, 7 mil thermally fused
polyvinyl chloride in Black. ASTM A 641, galvanized steel core wire, tensile strength
75,000 psi with 6 gauge core wire.
Size: Helically wound and woven to height of as indicated on plans with 2" diamond
mesh, 6 gauge core wire with a wire diameter of 0.192" and a break load of 2170 lbs.
C. Selvage of fabric shall be knuckled at top and bottom
STEEL FENCE FRAMING
Steel pipe - Type I: ASTM F 1083, standard weight schedule 40; minimum yield
strength of 25,000 psi (170 MPa); sizes as indicated. Hot-dipped galvanized with
minimum average 1.8 oz/fl2 (550 g/m2) of coated surface area.
Steel pipe - Type II: Cold formed and welded steel pipe complying with ASTM F
1043, Group IC, with minimum yield strength of 50,000 psi (344 MPa), sizes as
indicated. Protective coating per ASTM F 1043, external coating Type B, zinc with
organic overcoat, 0.9 oz/ft2 (275 g/m2) minimum zinc coating with chromate
conversion coating and verifiable pol2aner film. Internal coating Type B, minimum
0.9 oz/ft2 (275 g/m2) zinc or Type D, zinc pigmented, 81% nominal coating, minimum
3 mils (0.08 mm) thick.
Formed steel CC") sections: Roll formed steel shapes complying with ASTM F 1043,
GrouplI, produced from 45,000 psi (310 MPa) yield strength steel; sizes as
indicated. External coating per ASTM F 1043, Type A, minimum average 2.0 oz/ft2
(610 g/m2) of zinc per ASTM A 123, or 4.0 o~'ft2 (1220 g/m2) per ASTM A 525.
DIVISION 2 - Page 51 of 67
Steel square sections: [AS'I i,[ ? 'q ,I, Grac.,: !31 5i~:~ tt ~ving minimum yield stren~h o(
40,000 psi (275 MPa); size ; :t ; ~.:c~.te, l. t,t tirl-e, i:flvanizedwithminimum} 8
oz/ft2 (550 g/m=) of coated ~_ rtrt~ i '..a.
F. End and Comer Post .......... 5 ~;:: :t,. indicate :1 t,,~ t,~: olans
Line (intermediate) Post .......,,,.~" ~s indica:ed, tr tr~c plans
Rail and Braces ........... ~ -- ·
....... .1z~ as indicate~t on tq<~ plans
CHAIN LINK SWING GATES
Gate frames: Fabricate chaiu link s~xing gates in accordance with ASTM F 900 using
galvanized steel tubular members, 2" square, weighing 2.60 lb/ft or aluminum tubular
members, 2" square, weighing 0.94 lb/ft. Weld coimections tbrming rigid one-piece
unit.(no substitution) Vinyl coated frames thermally fused with 10 to 15 mils of PVC
per ASTM 1043. (If gate frame is not to be vinyl coated, eliminate reference to PVC
coating.
Chain link fence fabric: PVC thermally fused to metallic coated steel wire. ASTM t"
668, Class 2b, in color, mesh, and gauge to match fence. Install fabric xvith hook bolts
and tension bars at all 4 sides. Attach to gate frame at not more than 15" on center.
Hardware materials: Hot dipped galvanized steel or malleable iron shapes to suit gate
size. [Field coat moveable parts [e.g. hinges, latch, keeper, and drop bar) with PV(7
touch up paint, provided by manufacturer, to match adjacent f'mishes].
Hinges: Structurally capable of supporting gate leaf and allow opening and closing
without binding. Non-lift-off ~'pe hinge design shall permit gate to swing 180° 13.14
radius) inward or 180° (3.14 radius) out, yard.
Latch: Forked ~,pe capable of retaining gate in closed position and have provision tbr
padlock. Latch shall permit operation from either side of gate
ACCESSORIES
A. Chain link fence accessories: [ASTIVl F 626] Provide items required to complete fence
system. Galvanize each ferrous metal item and finish to match framing.
Post caps: Formed steel, cast malleable iron, or aluminum alloy weather tight closure cap
for tubular posts. Provide one cap for each post. Cap to have provision tbr barbed wire
when necessary.. "C" shaped line post without top rail or barbed wire supporting arms do
not require post caps. (Where top rail is used, provide tops to permit passage of top rail. >
C. Top rail and brace rail ends: Pressed steel per ASTM F626, for connection of rail and
brace to terminal posts.
DIVISION 2 - Page 52 of 67
DIVISION 2 - SITE WORK
D. Top rail sleeves: 7" (178 mm) expansion sleeve with spring, allowing for expansion and
contraction of top rail.
E. Wire ties: 9 gauge [0.148" (3.76 mm)] galvanized steel ~vire for attachment of fabric to
line posts. Double ~wap 13 gauge [0.092" (2.324 mm)] for rails and braces. Hog ring ties
of 12-1/2 gauge [0.0985" (2.502 mm)] for attachment of fabric to tension wire.
F. Brace and tension (stretcher bar) bands: Pressed steel. At square post provide tension
bar clips.
G. Tension (stretcher) bars: One piece lengths equal to 2 inches (50 mm) less than full
height of fabric with a minimum cross-section of 3/16" x 3/4" (4.76 mm x 19 mm) or
equivalent fiber glass rod. Provide tension (stretcher) bars where chain link fabric meets
terminal posts.
H. Tension wire: Galvanized coated steel wire, 7 gauge, [ 0.177"(4.5 mm)] diameter wire
with tensile strength of 75,000 psi (517 MPa).
I. Tress rods & tightener: Steel rods with minimum diameter of 5/16" (7.9 mm). Capable
of withstanding a tension of minimum 2,000 lbs.
J. Nuts and bolts are galvanized.
SETTING MATERIALS
Concrete: Minimum 28 day compressive strength of 3,000 psi (20 MPa).
EXAMINATION
A. Verify areas to receive fencing are completed to final grades and elevations.
B. Ensure property lines and legal boundaries of work are clearly established.
CHAIN LINK FENCE FRAMING INSTALLATION
A. Install chain link fence in accordance with ASTM F 567 and manufacturer's instructions.
B. Locate terminal post at each fence termination and change in horizontal or vertical
direction of 30° or more.
C. Space line posts uniformly at 10' on center or as indicated on the plans.
D. Concrete set terminal and gate posts: Drill holes in firm, undisturbed or compacted soil..
Holes shall have diameter 4 times greater than outside dimension of post, and depths
approximately 6" deeper than post bottom. Excavate deeper as required for adequate
support in soft and loose soils, and for posts with heax? lateral loads. Set post
DIVISION2 - Page 53 of 67
bottom 36 below surface ,,~}t: ~ i-, 5c n. urdi: t ir ,..~,t ~,. Place concrete around posts
a continuous pour. Trowel lit M, ar: ~:n,t [,,> Si:. ~:., direct water a~vay t¥om posts.
E. Check each post for verit:.i :t'< top :-:iz, rn,,~t[I, aid maintain in position during
placement and finishing
F. Bracing: Install horizontal pipt. brace at mido_e gl-a tcr fences 6' and over, on each side
of terminal posts. Firmly attacc with fitt;ng~.. Install diagonal truss rods at these
points. Adjust tress rod, ensuring posts remain plum},.
H. Tension wire: Provide tension ~qre at bottom of fhbric if indicated on the plan= (and at
top, if top rail is not specified'}. Install tension wtre before stretching fabric and attach
to each post with ties. Secure tension wire ~o fabric with 12-l/2 gauge [0.0985" 1£'.502
mm)] hog rings 24" oc.
[. Top rail: Install lengths, 21'. Connect joints ~vith sleeves for rigid connections for
expansion/contraction.
J. Center Rails (for fabric height I2' ( and over). Install mid rails between posts with
fitting and accessories.
K. Bottom Rails: Install bottom rails between posts with fittings and accessories.
GATE INSTALLATION
A. Install gates plumb, level, and secure for full opening without interference.
B. Attach hardware by means which will prevent unauthorized removal.
C. Adjust hardware for smooth operation.
D. Touch up hardware (see 02820.5C.)
CtL~.LN LINK FABRIC INSTALLATION
A. Fabric: Instail fabric on side as directed by the Engineer and attach so that fabric
remains in tension after pulling force is released. Leave approximately 2" between finish
grade and bottom selvage. Attach fabric with wire ties to line posts at l 5" on center and
to rails, braces, and tension wire at 24" on center.
B. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and attach to
terminal posts with bands or clips spaced maximum of 15" [381 mm) on center.
DIVISION 2 - Page 54 of 67
DMSION 2 - SITE WORK
ACCESSORIES
A. Tie wires: Bend ends of wire to minimize hazard to persons and clothing.
B. Fasteners: Install nuts on side of fence opposite fabric side for added security.
CLEANING
A. Clean up debris and unused material, and remove from the site.
END OF SECTION 02820 - VINYL CHAIN LINK FENCE AND GATES
DIVISION 2 - Page 55 of 67
SECTION 02891 - SIGNAGE
WORK INCLUDED
This work includes fm'nishing a,! kbo,', materials ¢,c~ic~rcnt, and incidentals necessau to
install new signs for the proposeJ rc ac ~, and par~::ttg lield; ,n accordance ~Sth the plans and
specifications and as directed by thc i-nginee< e 'c,[,osec ,t=,ns shall include but not be limited
to the following:
· Directional signs
· Handicapped parking siga~s
· Building signs
· Traffic signs
The construction of the signs shall meet the requirements ct' sections 645 of the New York State
Department of Transportation Standard Specifications of January 2, 1995 as amended except as
modified herein
MATERIALS
A. Sign Panels - The aluminum sign panels shall meet all requirements the New York State
Department of Transportation Standard Specifications of January 2, 1995 for Item 645-
2.01 Sign Panels.
B. Concrete for Foundations - The concrete foundations shall meet all requirements the New
York State Department of Transportation Standard Specifications of Jamtary 2. 1995 for
Item 645-2.03 Concrete for Foundations.
C. Sign Posts and Support Systems - The sign posts and support systems shall be galvanized
steel and meet all requirements the New York State Departmem of Transportation
Standard Specifications of January 2, 1995 for Item 645-3.11 Sign Posts and Support
Systems.
INSTALLATION
A. All Construction Details requirements of the New York State Department of
Transportation Standard Specifications of Januau',-, '~ 1995 shall applv, except as hereto
modified.
B. No signaue shall be place prior to En=~neer s acceptance of the proposed stgn [ocanon
END OF SECTION 02891 - SIGNAGE
DIVISION 2 - Page 56 of 67
DI*VTSION 2 - SITE WORK
SECTION 02900 - PLANTINGS
DESCRIPTION
The Contractor shall furnish all labor, equipment and materials necessary to install plantings.
The work to be completed in this section shall include the following:
Trees and Shrubs
Mulching and Fertilizer
MATERIALS
All plant material shall be true to name and size in conformity with the following
standards:
Hortus Third. 1976. Revised and expanded by the staff of the Liberty Hyde
Bailey Hortorium, New York, NY: Macmillan Publishing Co.
American Standard for Nursery Stock, Most current edition. Washington D.C.:
American Association of Nurserymen, Inc.
B. Plant Materials:
Plant list. A complete list of plants, including a schedule of quantities, sizes and other
requirements is shown on the Drawing. In the event that discrepancies occur between the
quantities of plants indicated in the plant list and as indicated on the plan, the plant quantities
indicated on the plan shall govern.
Substitutions. No substitutions shall be accepted, except with the written permission of the
Engineer.
Quality. Al1 plants shall be typical of their species or variety. All plants shall have normal,
well-developed branches and vigorous root systems. They shall be sound, healthy, vigorous,
and free fi.om defects, disfiguring knots, abrasions of the bark, sunscald injuries, plant
diseases, insect eggs, borers, and all other forms of infection. No trees or shrubs with wounds
larger than 3A" shall be accepted. No plant material containing noxious weeds in the mot ball
shall be accepted. Trees with broken, cracked or damaged mot balls will not accepted and the
plant material shall be replaced at no extra cost to the Town. All plants shall be nursery grown
and shall have been growing trader the same climatic conditions as the location of this project
for a least two (2) years prior to the plat of planting on this project.
Measurement. Size and grading standards shall conform to those of the American Association
of Nurserymen unless otherwise specified. A plant shall be dimensioned as it stands in its
natural position. Stock furnished shall be a fair average between the minimum and maximum
size specified. Large plants which have been cut back to the specified sizes will not be
accepted. Perennials and Groundcovers shall be well rooted and established within the
container, yet not rootbound
DIVISION 2 -Page 57 of 67
C. Composted Bark Mulch
Shall be of any wood except eh-~- a ~,~1 t:'[:,~. of :m~ p~ts~s. [;ark Mulch shall be natural forest
product of 98% bark containing ,..;:~ hz i, i'".',, w, ~,~,l, ~r '1',~ ..lebris. Wood chips produced oil
the site may also be used for tfis x,,,r< ~u.,'h that the~ h-: tree from leaves, sticks, seeds,
diseased materials, chunks ofwond !ar?~ thtm ~' > c. ttte' ,t,'bris. The Engineer reserves the
right to reject, on or after deli~ct.x tn, ntatert~.i that tt,)cs not, in his opinion, meet iht
specifications.
D. Organic Fertilizer (10-6-4~ 150°,, sloxx release'i
All Organic Fertilizer (10-6-4) (50% slow release) shall be delivered in standard size bags of
the manufacturer, showing organic certification, weight, analysis, and name of manufacturer.
It shall be stored as directed by the Engineer in such a manner that its effectiveness ~xill not
be impaired.
PLANT MATERIAL AND INSTALLATION
A. Location of individual woody plants shall be staked and the planting beds outlined on the
project site in accordance with the planting plan before any planting pits are dug.
Engineer prior to installation shall review all staking. The Engineer shall have the
authority' to adjust the plant or bed locations at no cost to the owner if in his opinion these
do not resemble the plant or bed locations as originally laid out and approved.
B. Planting pits shall be round, with tapered sides and fiat bottoms, and sized in accordance
with outlines and dimensions sho~xn on the drawings.
C. In the event that the Contractor identifies detrimental soil conditions, the Engineer shall be
notified in writing of said conditions along with suggestions tbr rectit~ing the conditions
Poor quality subgrade soils shall be removed from the planting pit and replaced with good
quality topsoil at no additional expense to the Town.
D. Plants shall be planted the root flare level with at or slightly higher than the finished grade.
In the event that the root flare is bm'led within the root ball, the top of the ball shall be cut
down and any adventitious roots removed.
E. In the event that the pit is excavated to a greater depth, the pit shall be refilled with the
appropriate amonnt of soil and the soil tamped.
All planting stock shall be nursery-grown in accordance with good horticultural practices.
Plants shall be free of disease, insects, eggs, larvae, and defects such as 'knots, sunscald,
injuries, abrasions, or disfigurement. They shall be sound, healthy and vigorous, ot
uniform groxvth, typical of the species and variety, well-formed, free from irregularities.
with the minimum quality conforming to American Standard for Nurseo, Stock. No trees
or shrubs with wounds larger than ~/~" shall be accepted. Trees having damaged or missing
leaders, muhiple leaders, Y-crotches. or indications of topping or heading back will not bc
DIVISION 2 Page 58 of 67
DIVISION 2 - SITE WORK
accepted. Single stem trees shall have the lowest branches between 6'-7 above f'mished
grade. Multistem or clump trees shall be pruned at the direction of the Engineer if in his
opinion an excessive number of branches protrude from the canopy of the tree below 7'
which may require pruning in the future. The Contractor may request to have plant
material selected by the Engineer prior to delivery, on site. This shall not preclude the
Engineer from rejecting material once on site if in his opinion it has been damaged or fails
to meet the specifications.
Plants furnished in containers shall have the roots well established in the soil mass and
shall have grown in the container for at least one growing season. Containers shall be
large enough to provide earth-root mass of adequate size to support the plant tops being
grown. Plants over-established in the container, as evidenced by pot-bound root ends, will
not be accepted.
Tubers shall be firm, non-desiccated, and certified free of disease and viral infection, as
indicated in the Plant Schedule. All tubers shall be top size and firm with numerous
fibrous roots if applicable. The Contractor shall submit a list of the proposed daylily
species, quantities, colors, bloom periods and ultimate sizes for review and approval of the
Engineer prior to purchasing said material
Ground covers shall be xvell-established cuttings and planted by hand. Tubers and
herbaceous plants shall be planted in the spring after suitable preparation of the planting
bed by tilling the soil, allowing the weeds to germinate (two-week minimum) and tilling
again prior to planting. Groundcovers shall be planted 8 or 12 inches on center (O.C.). as
indicated on the plan. These areas shall be fertilized in the same manner as areas to be
prepared for turf. A 2" mulch of aged bark mulch shall be spread around all ground covers
to aid in establishment and minimize competition from weeds. The beds shall be
maintained in a weed free condition throughout the guarantee and maintenance period.
Preparation of Plants. In preparing the plants for moving, all precautions customary in
good practice shall be taken. Workmanship that fails to meet the highest standards will
not be accepted. Balled and burlaped plants shall have a solid ball of earth of minimum
specified size held in place by burlap and a stout rope. Oversize or exceptionally heavy
plants are acceptable if the size of the ball or spread of the roots is proportionally increased
to the satisfaction of the Engineer.
Delivery. All plants shall be packed, transported, and handled with the utmost care to
ensure adequate protection against injury. Trees with broken, cracked or damaged root
balls will not accepted and the plant material shall be replaced at no extra cost to the
Totem. Any inspecti6n certificates required by law shall accompany each shipment
invoice.
DIVISION 2 - Page 59 of 67
L. Inspection. The Contractor sltt ! I'l~rt ~,, p .mt m ~:: ti:l ~ntil it is inspected and approved
by the Engineer at the site o! he )') *,2t .' ~ n st~.fi. I with fresh or uncallused x~ounds
larger than 3/4" in diameter t~ <', ~: ;:lb ec ,. re ,~t ~ The Engineer shall be the ~o[e
judge of the quality and acxpt;t~ Ii '. ~ f xne nr~lc':~. ~ All rejected material shall be
irrmaediately removed from t~t site ~nd rephtc~:d x, ,tn :itceptable material at no additional
cost.
TIME OF PLANTING:
Unless other~Sse directed by the Engineer. deciduous material shall be planted ti'om M~rch [st
to May 1st and from October 15th to December 15th, evergreen mater/al shall be planted from
April 1st to May 15th and from September 1st to Octobe,' 15tb. or as approved by the Engineer
PLANTING:
A. Setting Plants. Each plant shall be planted in an individual hole as specified. All holes
shall be dug with tapered sides and flat bottom.s, or as directed. All plants shall be set to
ultimate finished grade, so that they will be left in the same relation to the surrounding
grade as they were grown in the nurser3' or slightly higher. In the event that nurseo
practices have resulted in soil being placed above the root flare, this extra soil and an5
advantageous roots shall be removed. The planting detail shall supersede these
specifications. Ail synthetic material shall be removed from the planting pit and root bail.
Ropes, wires and burlap shall be removed from the top and upper 1/2 of the root ball and
hole before filling in. Burlap shall be properly cut and removed from the sides of the bail
and the planting pit. When depth is specified, it shall be understood as meaning depth
below finished grade. Excess excavation from all holes shall be removed from the site.
B. Backfilling of Planting Pits. Use planting mixture of 4 parts topsoil. 1 part approved
commercial horticultural peat moss. Upon approval of the Engineer, existing native soil
may be used if the soil is found to be of a suitable quality. Existing subsoil is to be
removed from site by Contractor. Planting pits and beds shall be back filled carefully to
fill all voids and to avoid breaking or bruising roots. An approved fertilizer such as 1 cup
of 5-10-5 or slow release fertilizer tablets per 1" of caliper shall be placed with the
backfill. A sample of the proposed fertilizer shall be submitted to the Engineer r't~r
approval prior to the start of work. Tamp backfill firmly to prevent settlement. Whan pit is
nearly filled, water thoroughly and allow water to soak away. If settling of the backfill
.occurs after xvatefing, add more backfill to bring to level. A slight "saucer" shall be tbrn~ed
around each plant to hold additional water.
C. Shrubs. All shrubs shall be planted in holes at least 1 foot greater in diameter that the ball
of earth or spread of roots. The depth of the ho[es shall be at least ltbot and as much
greater as is necessary to set the plant properly at finished grade. A2:ter preparation of the
hole as specified, the plant shall be planted in the center of the hole. The hole shall be
filled with topsoil and settled thoroughly by watering. Areas between shrub beds {.masses
of shrubs planted 4' apart or closer) betxveen shrubs must be tilled and pulverized to a
depth of 6 inches excepting those areas within the driplines or' existing tree.s. :\ slight
DIVISION 2-Page 60 of 67
DIVISION 2 - SITE WORK
"saucer" shall be formed around each plant to hold additional water. Skrubs shall not be
planted closer than two (2) feet from the edge of the shrub beds.
Groundcovers Plants shall be carefully removed from the containers or flats immediately
prior to planting and set to the same depths as they were grox~aa in the nursery bed or
container, to the correct spacing indicated on the plans. Roots shall be arranged in their
natural position and topsoil worked in among them, taking care to avoid bruising or
damaging the roots. No later than one (1) hour after planting, all plants shall be thoroughly
settled with water. The unit as listed on the plant list as "flat" shall be flats of 24 plants
per flat.
Upon completion of planting, all debris and waste material resulting from the planting
operation shall be removed from the project area, and the affected area raked or swept and
cleaned as necessary.
MECHANICAL TRANSPLANTING TREES
A. Description. This Item shall consist of all labor, material, equipment, tools and incidentals
necessary to transplant designated trees within the limits of the project- hereinafter
specified.
B. Materials.
Transplant Inoculant. The Transplant inoculant shall consist of Mycor Tree
Saver Transplant, a product of Plant Health Care, Inc., 440 William Pitt Way,
Pittsburg, PA., 15~38, 1-800-421-9051 or an equivalent product as approved by
the Engineer.
Sandy Loam Backfill. Sandy loam backfill shall be typical of the area with no
noxious weeds, grasses, sticks, roots, stones present and shall be consistent in
texture. (1 inch Maximum lump size).
C. Construction IVlethods:
Equipment. The Contractor shal 1 use machinery in good condition with
minimum tolerances between cutting blades. All blades shall be true to
their designed spade and free of bends which could interfere with its operation.
The tree spade shall be mounted on a suitable, stable machine capable of
supporting the weight of all dug materials and heavy enough to force all blades
into the soil at the proper depth. Pits to receive machine transplanted trees shall
be dug with machines of like size and manufacture to that which is used to dig
the intended tree.
DIVISION 2 - Page 61 of 67
General Notes:
a. Three to s 2: Ilia 42"} :~thpe~ tie;. ,'hal 1 be moved with a nrmimum
of sixty in: ' f { ': n,ec ha ~ c ~ t~ ,..: ; 5z ,le.
Over eight t, art ,nth ~-[ ,"* ,::t per trees shall be moved xxith a
minimum cit~e 7 .tcix 190 incct-,ar3izt i tree spade
The Contracto, shall be re:sponsib{e tor locating underground utilities
for transplant operations.
The Contractor shall be rca ~'
ponsl)~ for watering and maintaining the
trees for two (2 ~ 5ears.
TheContractor shall keep the project areas cleaned of all debris and left
in a neat and presentable condition at all times. 'Fine Contractor shall fill
grade, and repair an3' damaged x~ork areas on the project site to the
satisfaction of the Engineer. The Contractor shall exercise utmost care
to prevent damage to an3' utilities, structures, fences, gates, or other
facilities at all sites.
Pruning:
a. Before digging, or within forD'-eight (48) hours after transplanting trees
shall be Class 1 pruned, in accordance with the National Arborist
Association Pruning Standards for Shade Trees.
Pruners shall be kept sharp, clean and adjusted properb' to re proper
cuts. Anvil type praners or loppers will not be acceptable pruning
equipment.
Digging, Transporting and Planting:
a. Trees shall be centered in the machine when dug. Caution should be
observed to prevent damage to the tree branches and trucks while
backing up to or driving away from the tree.
Roots protruding from the digging spades shall be cut flush with the
rootbal I before planting.
Transplanted trees shall stand plumb and be planted two to ibur iuches
(2"-4") higher than existing fitfished grade.
fhe Contractor shall use one-quarter inch (l.,'4") diameter twine or other
suitable material approved by the Engineer to compress the branches
the tree to prevent breakage during transportation or planting the trees.
e. 'Frees shall be dug and transph'mted within forty-eight 148 hours.
DIVISION 2- Page 62 of 67
DIVISION 2 - SITE WORK
MULCHING:
Sandy Loam Backfilling:
a. Trees shall be backfilled with sandy loam topsoil.
b. Backfill shall be watered in after each twelve inch (12") layer.
c. A water basin shal 1 be constructed around each tree. The basin shall be
no more than (12") beyond the edge of the tree pit and the maximum
height shall be eight (8"). On slopes, the areas around the tree shall be
graded in such a manner that an adequate basin can be provided.
Transplant Inoculant:
a. Trees shall be inoculated with a mixture of "Tree Saver" or approved
equals, mixed as per label instructions.
b. Transplant Inoculant shall be applied during transplanting.
After planting has been approved, layer aged bark mulch shall be placed within the extent
of all planting beds to cover the planting pit of all trees, shrubs and groundcovers and the
areas in between to a depth of 2". All shrub beds shall be completely covered with a
similar material.
Upon completion of planting and prior to application of wood ch/ps, commemial fertilizer
(10-6-4) shall be incorporated into soil to a depth of two (2) inches at the rate of(10) lbs.
per thousand (1,000) square feet.
Wood ch/p mulch shall be applied to the surface of beds and tree pit areas as shown on the
plans and directed by the Engineer. Mulch shall be applied to a uniform depth of three (3)
inches, and shall be so distributed as to create a smooth, level cover over the exposed soil.
Plants shall not be covered.
EDGING OF PLANTING AREAS:
The Contractor shall establish a neat edge where planting areas meet grass areas, as shouaa on
the plan or as directed by the Engineer. Edging shall be done by competent mechanics in a
workmanlike manner with a spade or edging tool immediately after all planting and seeding is
completed. Particular care shall be exercised in edging to establish good flowing curves as
sho~ on the plan or as directed by the Engineer.
DFv'ISION 2 - Page 63 of 67
MAINTENANCE:
A. At the time of planting, the soi; alto,ltl each F[,tttt silaJi q~z thoroughly saturated with water,
and as many times later as seasonable t:ortdition~ reqtt rc antil final acceptance of the plant
materials. Maintenance shal[ Jnclttd.' ;~ateru~g, ,xeecmg, cultivating, edging, control of
insects, fungal infections, and c,ther disea.~c.- b3 means of spraying xvith an approved
insecticide or fungicide, pruning, adjustmer~t and repair of stakes, anchors, and ~ires.
repair of minor washouts and guilies ap to z~elx..' inches (12") in depth, and other
horticultural operations necessa~' tot the proper gro,.~lh of all trees, and for keeping the
entire area within the contract hntits neat m appearance until the final acceptance and
completion of the whole work of this contract, q be maintenance schedule fi)r the
groundcovers and herbaceous materials shall continue lot a period of time not to be less
than 2 years or until such time as me ~ound cover and herbaceous materials has become
fully established and has begun to spread such that the occurrence of weeds is non-existent
or incidental to the plantings. The maintenance fi)r lawtl areas is described separately.
schedule of maintenance operations shall be submitted to the Engineer fi)r rcviex~ and
approval, and checked periodically for concurrence.
B. All planting areas shall be cultivated and weeded with hoes or other approved tools within
the growing season extending from May 1st to October 1st, and such cultivating and
weeding shall be repeated at least eveE,' three (3) weeks. Under no conditions shall weeds
be allowed to attain more than six inches (6"') of gro',~lh. The cost of maintenance shall be
included in the price bid.
END OF SECTION 02900 - PLANTINGS
DIVISION 2 - Page 64 of 67
DIVISION 2 - SITE WORK
SECTION 02911 - TOPSOIL
DESCRIPTION
The Contractor shall furnish all labor, equipment and incidentals necessary for hauling,
stockpiling, placing, grading, and compacting of topsoil in accordance with the
Specifications, Engineer and as indicated on the Contract Drawings.
The Town of Southold will furnish the required leaf compost material necessary for the
Contractor to blend on-site soils suitable for making topsoil. The Contractor will be
required to transport all soil materials on-site, blend/screen the leaf compost material with
the suitable on-site soil material before spreading, compacting and prepping for
hydroseeding.
MATERIALS
A. Screened Leaf Compost material shall be available from the Town of Southold.
CONSTRUCTION DETAILS
A. The Contractor shall be responsible to test the screened (blended) topsoil material to
verify organic content, Ph and soil nutrients (nitrogen, potassium and phosphorus).
B. No topsoil shall be spread until the subgrade elevations and the topsoil have been verified
by the Contractors surveyor and approved by the Engineer.
The Contractor shall supply all required equipment and personnel necessasy to scarify,
rake and fine grade topsoil. Raking shall be performed at a minimum to the top 2 inches
of soil.
D. The Contractor shall rake and frae grade all areas within the contract limit lines. All
equipment tracks, depressions, etc., shall be graded smooth.
E. The Contractor shall amend soil as required to the recommendation of an agricultural ·
laboratory based upon test results.
The Contractor may supply erosion control to protect the contract area. Any erosion,
which may occur during construction, shall be repaired by the Contractor at no additional
expense to the Town.
END OF SECTION 02911 - TOPSOIL
DIVISION 2 - Page 65 of 67
SECTION 02920 - HYDROSEgD
DESCRIPTION
The Contractor shall furnish all Inbox, t:mterials. :,l~tipmer t md incidentals necessary to apply
hydroseeding, amend the soil and estabiish an acceptabte stand of grass as specified, shown on
the Contract Drawings and as approved b> the Engineer.
SUBMITTALS
The Contractor shall submi't to the Engineer all items described in subsequent sections as.
outlined by the following schedule:
A. Prior to hyd[oseeding material deliYery to the proiect site:
1. Certified seed mixture.
2. Certified soil amendments, i.e. fertilizer, lime, peat moss, etc. as required pet'
Agricultural Laboratory recommendations. '[he Contractor shall submit the repor~
to the Engineer.
3. Certified wood fiber nmlch.
Upon completion of hydroseeding:
1. Maintenance instructions for Owners maintenance after tinal acceptance.
2. Statement of warrant2,.' (1 3'ear maintenance)
MATERIALS
The seed mixture should be as follows and applied at a rate of 150 pounds per Acre:
35% Care Free Tall Fescue
35% Cavalcade Tall Fescue
l 5% AffiniBr Perennial Ryegrass
15% PS 8990 Perennial Ryegrass
B. All fertilizer and lime shall be of commercial grade.
A 100% wood fiber mulch binder should be incorporated into the seed mixture at a
rate of eight (8) pounds mulch per one (1) pound of seed.
D. The 100% wood cellulose fiber mulch binder should meet the following requirements:
Organic Matter 98% ±2%
Ash Content 1.4%
pH 6±2
Water Holding Capacity 90% minimum
DIVISION 2 - Page 66 of 67
DIVISION 2 - SITE WORK
CONSTRUCTION DETAILS
A. Any existing vegetation determined by the Engineer to be unsuitable shall be removed by
the Contractor prior to installing jute or erosion control mat.
B. Seeding shall be done between April 15th to June 15th or September 1st to November 15th.
Soil amendments shall be granular type incorporated into the top three inches of soil. The
Contractor may utilize liquid type with manufacturer's certification and Engineer's
approval.
D. The manufacturer's representative anrFor installation guidelines should be consulted for
more specific installation guidelines.
Seeding: Every effort shall be taken to obtain a uniform distribution over the seeded area.
The hydroseeder shall have continuous agitation action that keeps the seed mixed in the
water slurry until pumped form the tank and the pump pressure shall be maintained such
that a continuous pump' pressure shall be maintained such that a continuous non-
fluctuating stream is maintained. If distribution of hydroseeding is not uniform, the
affected area shall be re-seeded at the Contractor's expense. The seed-fertilizer mixture
shall be used within 4 hours of adding the seed to the tank. Seed that is allowed to remain
mixed with the fertilizer for longer than 4 hours will not be accepted for ruse and no
compensation will be made for seed so rejected.
Maintenance of Grass: The Contractor shall maintain the seeded area without additional
pa~,Tnent until a uniform stand of grass approximately two and one-half (2-1/2) inches high
has been obtained. Any areas that have been damaged or fail to show a uniform stand of
grass shall be re-fertilized and re-seeded with the original mixture at the Contractor's
expense until all the designated areas are covered with grass. The Contractor shall properly
water, protect if necessary, the areas until a satisfactory stand is obtained.
~qaen any portion of the surface becomes gullied or otherwise damaged, or when
treatment is destroyed, the affected portion shall be repaired to re-establish condition and
grade of soil and treatment prior to injury as directed at no additional cost to the Owner.
Repair work required because of faulty operations (delays) or negligence on the part of the
Contractor shall be performed without additional cost to the Owner. The Contractoi shall
make any repairs as directed by the Engineer before final acceptance.
END OF SECTION 02920 - HYDROSEED
DIVISION 2 - Page 67 of 67
DIVISION 3 - CONCRETE
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 Dra~vings and Specifications of other trades and contractors for items ~vhich might
affect the work under this Division.
TABLE OF CONTENTS - DMSION NO. 3 - CONCRETE
Included in this Division are the following sections:
03100
03200
03300
03360
Concrete Form Work
Concrete Reinforcement
Cast-In-Place Concrete
Concrete Surface Hardener
DIVISION 3 - Page I of l 1
SECTION 03100 - CONCRETE FORM WORK
SCOPE
The work under this heading shall consist of furu~shin[,, all labor, materials, equipment and
appliances necessary or req~tirec~ it, perfom'~ ~ ~d con p~te all concrete tbmt work. including
but not limited to the following:
Forms and centering.
?dl forms required Ibr the x~ork in tt~fis Section.
Setting and building of all anchors, inserts, hangers, supports, ties. frames, bolts,
sockets, sleeves, lintels, etc.. required to be built into concrete work, except where
otherwise specified.
FORMS, CENTERING AND FORM WORK AFFECTING WORKMANSHIP
Forms shall conform with the lines, dimensions and shapes of concrete indicated on the
Drax~Sngs, for the members for wtfich they 'are provided. They shall be tight to prevent any
possibility of movement after concrete is poured and shall insure safety to workmen and the
public.
On concrete exposed to view, metal ties where used shall be detached l-inch back fron~t
surface of exposed side and holes filled with cement mortar and rubbed immediately after
removal of forms.
Forms for concrete work shall be plywood or composite of smooth line construction, that
will produce straight, dense surface free from honeycombs, bulges and depressions.
If any material is used to coat formwork to facilitate its removal, this material shall be of
such nature as not to stain or injure the concrete or cause injury to £mish to be applied on
exposed surfaces on concrete. Forms shall be thoroughly cleaned before reusing.
All wood form work, including that used in void spaces, po. ckets and other similar places,
shall be removed.
Forms shall not be disturbed until the concrete has adequately hardened. Care shall be
taken to avoid spalling concrete surface.
WORK IN CONNECTION WITH OTHER SECTIONS AND/OR CONTRACTS
Box out for pipes as directed and fill up to pipe sleeves with concrete after same are in
place.
Build in anchors, inserts or slots as required for proper anchorage.
DIVISION 3 - Page 2 of 11
DIVISION 3 - CONCRETE
C. Set in concrete all sleeves furnished under other sections or contracts, in proper alignment
and location.
D. Cooperate with other trades.
E. Build in concrete all forms furnished by other trades and required to be built into concrete.
END OF SECTION 03100 - CONCRETE FORM WORK
DIVISION 3 - Page 3 of 11
SECTION 03200 CONCRE~I E REIN[ORCEMEN 1
SCOPE
The ~vork under this heading shah cor, sist of fi:rnishin~ ail labor, materials, equipment and
appliances necessary or required to perform and com[,lete tl concrete reinforcing.
SHOP DRAWINGS
Complete and accurate shop drawings shall be submitted to the Engineer tbr reviexx before an3
work is executed. Dra~vings shall show franfing plans, details, bending diagrams, sizes and
spacing of members, relationship to contiguous work, scale elevations of all reinforced concrete
walls, and all other pertinent infommtion. Details shall be carried out in accordance with the
A.C.I. roles.
Contractor shall submit one black and white print and one reproducible with each submission.
Cost of all prints required from the reproducible, including prints required by the Engineer, shall
be borne by this Contractor.
MATERIALS
Deformed reinforced steel shall conform with SPECIFICATIONS FOR NEW BiLl.ET-STEEL
BARS FOR CONCRETE REINFORCEIvlENT, ASTM A-615, GRADE 60.
Deformations on deformed bars shall conform with SPECIFICATIONS FOR
DEFORNLATIONS OF DEFORMED STEEL BARS FOR CONCRETE REINFORCE_MENT.
ASTM A-305.
C. ' Welded wire fabric shall comply with ASTM A-185.
PLACING OF REINFORCEIVIENT
Metal supports, ties and spacers for reinforcement shall be rustproof of proper size, and strength
to ensure against displacement during pouring operations. For structural slabs placed on ground.
provide legs of slab bolsters and continuous high chairs with continuous plates.
All reinforcement shall be bent cold. IVlinimum radius of bend shall be four dian~eters for bars
5/8 inch round or less, and six diameters for larger bars.
C. At intersections, rods shall be securely wired together.
Contractor shall exercise extreme care to prevent discoloration of exposed concrete surfaces
reinforcement.
All reinforcement shall be inspected in the fom~s before concreting starts by the Engineer
Contractor shall notify, the Engineer at least 24 hours prior to an5' pour.
END OF SECTION 03200 CONCRETE REINFORCEMENT
DIVISION 3 - Page 4 of 11
DIVISION 3 - CONCRETE
SECTION 03300 - CAST-IN-PLACE CONCRETE
REFERENCES
Except as shown or specified otherwise, the Work of this Section shall conform to the
requirements of Specifications for Structural Concrete for Buildings ACI 301-89 of the American
Concrete Institute.
QUALITY ASSURANCE
Concrete batching plant shall be currently approved as a concrete supplier by the Ne~v York State
Department of Transportation.
PROPORTIONING (Amendments to ACI 301~ Chapter 3):
Compressive Strength: Minimum 3000 psi, unless shown or specified otherwise.
Minimum 4000 psi for stmcturai footings, foundations, floor slabs, exterior slabs, ramps
and stairs.
Weight: Normal weight as indicated, Lightweight Concrete (for floor fills): Air-dry trait
weight between 95 and 115 lb/cu fi.
Durability:
1. Concrete shall be air-entrained.
Design air content shall be 6 percent by volume,
with an allowable tolerance of plus or minus 1.5 percent for total air content.
Entrained air shall be provided by use of an approved air-entraining admixture.
Air-entrained cement shall not be used.
Tipping floor and loading trench cortcrete slabs shall be air-entrained to a designed
air content of no more than 3 percent by volume for the application of the surface
hardener per ASTM C 173 or ASTM C 231.
Slump:
1. 3000 psi Normal Weight Concrete: Between 2 inches and 4 inches.
2. 4000 psi Normal Weight Concrete: Between 2 inches and 3 inches.
3. Lightweight Concrete: Between 1 inch and 4 inches.
Admixtures: Do not use admixtures in concrete unless specified or approved in writing
by the Engineer.
Selection of Proportions: Concrete proportions shall be established on the basis of
previous field experience or laboratory trial batches, unless otherwise approved in writing
by the Engineer. Proportion mix with a minimum cement content of 564 pounds per
cubic yard for 3000 psi concrete and 611 pounds per cubic yard for 4000 psi concrete.
DIVISION 3 - Page 5 of 11
DIVISIOX 3 - CONCRETE
REINFORCEMENT (Amendments to ACI 301~ Chapter _fi}:
A. Bar Reinforcement: ASTM x, ¢i'~ q Grade 6~), delo:-n~cd steel bars.
B. Fabric Reinforcement: ASIM k t85, welded ~,i:'e fabric, fabricated into flat sheets
unless otherwise indicated.
C. Bar Supports: Galvanized steel or AISI Type 430 stainless steel, and without plastic tip,s.
D. Tie Wire: Black annealed wire. 16-l/2 gage or heavie~
PRODUCTION (Amendments to ACI 3017 Chapter 7}
A. Provide ready-mixed concrete, either central-mixed or truck-mixed.
EXAMINATION AND PREPARATION
A. Do not use items of aluminum for mixing, chuting, conveying, forming or finishing
concrete, except magnesium alloy tools may be used for f'mishing.
B. Keep excavations free of water. Do not deposit concrete in water.
C. Hardened concrete, reinforcement, forms, and earth which will be in contact with fresh
concrete shall be free from frost at the time of concrete placement.
D. Prior to placement of concrete, remove ail hardened concrete spillage and lbreign
materials from the space to be occupied by the concrete.
FORMWORK (Amendments to ACI 301~ Chapter 4)
A. Chamfer all exposed external comers of concrete.
PLACING REINFORCEMENT (Amendments to ACI 301~ Chapter 5)
A. At the time concrete is placed, reinforcement shall be free of mud, oil, loose rust, loose
mill scale, and other materials or coatings that may adversely affect or reduce the bond.
PLACING CONCRETE (Amendments to ACI 301~ Chapter 8)
A. Operation of track mixers and agitators and discharge limitations shall conform to the
requirements of ASTM C 94.
B. Do not allow concrete to free fall more than 4 feet.
DIVISION 3 - Page 6 of l 1
DIVISION 3 - CONCRETE
FINISHING FORMED SURFACES (Amendments to ACI 301, Chapter 10)
Finish Schedule: Except xvhere indicated otherwise on the Drawings, provide the finishes
below:
1.
2.
3.
4.
Rough Form Finish for concrete surfaces not exposed to view.
Smooth Form Finish for concrete surfaces exposed to view.
Smooth Rubbed Finish for exterior concrete surfaces exposed to view.
Grout Cleaned Finish for interior concrete surfaces eiposed to view.
FINISHING SLABS (Amendments to ACI 301, Chapter 11)
A. Slabs On Grade: Provide key type joints unless otherwise shown. Tool exposed joints.
Finish Schedule: Except where indicated otherwise on the Drawings, provide the finishes
below:
1. Floated Finish for:
a. Treads and platforms of exterior steps and stairs.
b. Slabs and fill over which waterproofing, roofing, vapor barrier, insulation,
terrazzo, or resin bound flooring is required.
2. Broom Finish for exterior slabs. Texture as approved by the Engineer.
3. Bull float/highway straight edge "Tipping Floor" Concrete slabs for the
application of surface hardener.
Finishing, General: Provide monolithic finishes on concrete floors and slabs without the
addition of mortar or other filler material. Finish surfaces in true planes, tree to line, with
particular care taken during screeding to maintain an excess of concrete in front of the
screed so as to prevent Iow spots. Screed and darby concrete to true planes while plastic
and before free water rises to the surface. Do not perform finishing operations during the
time free water (bleeding) is on the surface.
CURING AND.PROTECTION (Amendments to ACI 301~ Chapter 12)
Maintain concrete surfaces.in a moist condition for at least 7 days after placing, except
where otherwise indicated. For surfaces of exterior slabs (on grade), apply chemical
curing and anti-spalling compound in accordance with the recommendations of the
manufacturer.
FIELD QUALITY CONTROL (Amendments to ACI 301, Chapter 16)
The Contractor shall make available to the Engineer a maximum of (2) two test cylinders
per track load of concrete delivered to the site for testing as determined by the Engineer.
One sample shall be taken at the start of the pour and the second at the end of the pour.
Furnish shipping boxes for compression test cylinders.
DIVISION 3 - Page 7 of 1 l
B. The Contractor shall be rc.:~:)msirl: fi,r Ium :;~i~ I: t-c Engineer with the [est results ,~i'
each concrete test cylinder tested t~ ' a~td [4 c at..- ~/r .:ach truck load.
LABORATORY TESTS
All laboratory costs in establishing -he design mix and testing of cylinders shall be borne by thc
Contractor.
END OF SECTION 03300 - CAST-IN-PLACE CONCRETE
DIVISION 3 - Page 8 of 1 l
DIVISION 3 - CONCRETE
SECTION 03360 - CONCRETE CURING/SEALING/HARDENING
Dra~fngs and general provisions of Contract, including General and Supplementary Conditions
and Division 1 Specification sections, apply to this section.
Furnish labor, materials, equipment and supervision to install the monolithic heavy-duty non-
resting, non-corrosive floor hardener as specified or shown in drawings. Work includes
providing pre-mixed, ready-to-use surface hardener; proportioned,, mixed, packaged at the
manufacturing facto .ry and delivered to the job site ready to apply; placing, finishing and curing
as specified.
SUBMITTALS
Description: A ready to use floor topping comprised of a blend of 100% pure emery corundum,
Portland cement and special additives proportioned and sealed in moisture resistant 50 pound
bags.
QUALIFICATIONS
Manufacturer: Company Specializing in manufacturing the products specified in t/tis section
shall have a min/mum of 10 (ten) years documented experience in floor hardener manufacturing.
Applicator: Company specializing in performing the work of this section shall have a minimum
of three (3) years documented experience, and shall have prior approval of the floor hardener
manufacturer. Applicators not certified or approved by the manufacturer, refer to Quality
Assurance.
Supervision: Trained by product manufacturer, under direct supervision of the manufacturer of
the floor hardener.
Notification: A notification of the manufacturer's authorized representative must be given at
least 2 weeks before the start of work.
QUALITY ASSURANCE
Applicators not certified by the floor hardener manufacturer shall provide a mockup of flooring
including surface preparation.
B. Provide a 10 foot by 10 foot applied sample for each color and texture or finish specified.
C. Locate where directed by Architect/Engineer.
D. Retain mockup throughout the application period to serve as reference until final approval.
DIVISION 3 - Page 9 of 1 l
DELIVER~ STOIL4~GE, AND ItANDLI N{ i
A. Deliver products in original un~p_~c,~.d, undamaged ~it, to~' packaging bearing identificanon of
product, manufacture, batcl- ~ ur,.ff.-~,:, md expifat~o?. &,ia as applicable.
B. Store the product in a locamm protected from damage construction activity, and precipitation in
strict accordance with the manufacturer' s recommeudat~ons.
EN~qRONMENTAL REQUIREMENTS
A.
Do not use specified prodnct under conditions of precipitation or freezing conditions. Usc
appropriate measures for protection and supplementary heating/cooling or to ensure prior drying
and curing conditions in accordance with the manufacturer's recommendations.
Floor hardener manufacturer shall provide Material Safety Data Sheets. I'he applicator shall be
responsible to post these sheets during the application of the floor hardener.
WARRANTY
The approved applicator and hardener manufacturer shall provide a one ( 1 ) .,,'ear lin~ited ,varranty
for the work specified against becoming unserviceable or causing an objectionable appearance
resulting from either defective or non-conforming materials or wor 'kmanship.
PRODUCTS
MANUFACTURERS
Approved Manufacturers: specifications are based on the fa'st named manufacture. Other
approved manufactures must meet or exceed this standard and must be approveci by the
Engineer.
Anti-Hydro International, Inc., 45 River Road, Flemington, NJ 08822
Phone: 1-800-777-1773
Product
1. A-H Eme~~ as manufactured by Anti-Hydro International
2. MATRIX: 100% pure emery/corundum - minimum 58% aluminum oxide, mininmm
24°/; iron oxide and maximum 4°.6 silica.
3. Application Rate:
Heavy-Duty Use 1.25 lbs/ft2
DIVISION 3 - Page 10 of 11
DMSION 3 - CONCRETE
EXECUTION
A. Concrete Mix
2.
3.
4.
Maximum slump shall not exceed 4 inches.
Maximum air content shall not exceed 3%.
Minimum compressive strength of 4,000 psi.
Add 1.5 gallons of "Anti-Hydro" admixture per yard of concrete in accordance xvith
manufacturer's specifications.
B. Concrete Placement
1. Move concrete into place with square-tipped shovels or concrete rakes.
2. Vibrators, xvhen used shall be inserted and withdrawing vertically.
Concrete shall be struck to specified level with wood or magnesium straight edge or
mechanical vibrating screed.
The concrete surface shall be further leveled.and consolidated with high~vay magnesium
straight edge and/or magnesium bull float.
Mechanically float the concrete surface as soon as the concrete surface has taken its
initial set and will support the weight of a power trowel using float shoes or a pan
(combination blades shall not be used).
C. Installation- Flooring Hardener
The installation of the floor hardener shall be as indicated in the manufacturer's instructions.
D. Curing
The curing oflhe slab shall be as per the surface hardener manufacturer's instructions.
E. Protection of Finished Work
2.
3.
4.
Protect finish work.
Prohibit foot or vehicular traffic on floor surface as directed by the Engineer.
Barricade area to protect flooring as directed by the Engineer.
Protect floor surfaces from sub-trades until final inspection and acceptance by Owner.
END OF SECTION 03360 - CONCRETE CURING/SEALING/HARDENING
DIVISION 3 - Page 11 of 11
DIVISION NO. 5 - METALS
GENERAL
The work under this Division shall be subject to the requirements of the GENERAL
CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES,
ADDENDA, and other Contract Documents.
Refer to the .Draxvings and Specifications of other trades and contractors for items which might
affect the work under this Division.
TABLE OF CONTENTS - DIVISION NO. 5 - METALS
Included in this Division are the following sections:
05100
05300
05400
05503
05510
05720
Structural Metal
Cold Formed Metal Framing
Miscellaneous Metal
Bollards
Metal Stairs
AlumInum Handrails
5-1
DIVISION NO. 5 - METALS
SECTION 05100 - STRUCTURAL METALS
SCOPE
A. The work under this heading shall consist of furnishing all labor, materials, equipment and
appliances necessary or required to perfom~ and complete all structural steel as shm~ o~:
the Drawings and specified herein, including but not limited to the tbllowing:
1. Furnishing, fabricating and erecting all strnctural steel work as shown on the Drawings.
2. Furnishing anchor bolts for setting under other sections of the Specifications.
3. Bearing plates for beams.
4. Shop and field painting.
5. Preparation of shop, erection and detail drawings.
6. Hot dipped galvanized members exposed to weather and where indicated on drawings.
7. Hangers and struts.
DRAWINGS
A. Submit shop and erection drawings tbr review in accordance with the requirements of the
General Conditions, immediately on award of Contract, based on design drawings.
B. Materials shall not be fabricated or delivered to the site before the shop drawings have been
reviewed by the Engineer, and returned to the St¢¢1 Contractor. Shop drawings shall include
layouts and details showing the sizes of members, connections, cuts, holes, welds, bolts, etc.
Provisions for the connection of other work shall be indicated. All Welds shall be indicated b.~
standard welding symbols contained in the "Structural Welding Code" of the American Welding
Society. Shop drawings shall show the size, length and type of each weld.
C. Review of shop drawings will be for size and arrangement of principal and auxiliary, members
and strength of connections. Errors in dimensions shall be the Contractor's responsibilin.'.
DIMENSIONS
A. The Contractor must verily' all measurements at the building, especially when his ;~ork is
subsequent to other work of the building and is to join it and will be held responsible fbr an.;'
error in said measurement unless he notified the Engineer in time for proper a4iustment to be
5-2
DIVISION NO. 5 - METALS
made. This Contractor must cooperate with other contractors of the several trades so that work
will not be constructed prematurely and have to be taken down to allow the construction ofxvork
that should have had precedence. All work so done must be adjusted and must be replaced at the
Contractor's cost. Dimensions shown on the structural drawings shall be verified and
· supplemented.
MATERIALS
A. All structural steel and accessories shall be new.
B. Structural steel shall be ASTM A-36.
All stock material shall be of quality equal to that called for in Paragraph A above. Mill test
reports shall constitute sufficient records as to materials taken from stock.
Unidentified stock material, if free from surface imperfections, may be used for shore sections of
minor importance or for small unimportant details where precise physical properties of the
material would not affect strength of structure, as approved by the Engineer.
E. No material containing plugged or filled holes will be accepted.
Structural steel exposed to view in finish work shall be uniformly roiled true to section, without
kinks, bends or surface imperfections.
G. Welding Electrodes and Flux Combination: Use 70XX Class Electrodes.
H. High Strength, Steel Bolts and Nuts shall be ASTM A-325.
GENERAL REQUIREMENTS
Except where otherwise specified or shown on the Drawings, all materials, design, fabrication,
erection and inspection shall comply with Specifications for DESIGN, FABRICATION AND
ERECTION OF STRUCTURAL STEEL FOR BUILDINGS and also CODE OF STANDARD
PRACTICE FOR STEEL BUILDINGS AND BRIDGES latest edition, issued by the American
Institute of Steel Construction.
The design of members and connections for any portions of the structure not indicated on the
Drawings shall be completed by the fabricator, and shop drawings submitted to the Engineer for
review before fabrication.
Welding, where permitted shall be in accordance with STANDARD CODE FOR ARC AND
GAS WELDING IN BUILDING CONSTRUCTION of the American Welding Society.
5-3
DIVISION NO. 5 - METALS
All pieces having assigned positions shall have a distinguishing mark plainly indicated thereon
and near one end. These markings shall agree with those given on the Drawings relating thereto.
or calling for those pieces.
The Contractor shall be held responsible for all errors of fabrication and erection and for correcl'
fitting of structural members to each other and to adjacent work.
Templates sl~alt be furnished for setting of anchor bolts and other bolts and item,s. Femplates
and bolts shall be delivered within such time as x;411 not delay progress of concrete and masonry
xvork.
CHECKING MEASUREMENTS~ EXAMINATION OF FOUNDATIONS
The Contractor, before commencing with the xvork, shall check all governing dimensions at the
building and the levels of all footings on which the work is to stand, and shall notify the
Engineer of any- discrepancies.
SUBSTITUTION OF SECTIONS
Substitution of sections or modifications of details shall be made only if accepted by the
Engineer. Substituted sections, if permitted, shall be of strength equal to those sho;xq~ on
Drawings and shall not interfere with Architectural and Mechanical requirements.
DELIVERY AND STORAGE
All work shall be fabricated in ample time so as not to delay the progress of the work, and shall
be delivered at such time as required for the proper coordination of the work.
Competent workmen and suitable equipment shall be on the job at the time o~' deliveD' to
properly handle and receive the material.
All materials shall be kept clean and stored and ~handled in such a manner as to cause a
minimum of inconvenience and to avoid injury in any' way.
FABRICATION
Finished members shall be tree to line and free from twists, bends and open joints. Shearing and
punching shall leave clean, true lines and surfaces.
All shop connections shall be high strength friction type bolts, or welded, except where welded
connections are indicated on Drawings or specially authorized by the Engineer. Field
5-4
DIVISION NO. 5 - METALS
connections shall be bolted, except where welding is required.
C. Bolts shall be 3/4 inch in diameter, except where otherwise noted. Holes shall be 1/16 inch
larger than nominal diameter of the bolts.
D. Holes in bearing plates shall be drilled. Grout holes shall be provided in column bearing plates
where required.
E. Contractor shall do all cutting, drilling, fitting, blocking, reinfoming, etc. of structural steel as
required for the proper fabrication, connection and erection of work and as may be required for
passing through, support or attachment thereto of work of other trades, where shown on
Drawings, where required by site conditions or where instructions for same are given. Extent
and location of all such drilling or cutting of each member shall be subject to the approval of the
Engineer.
F. Provide standard AISC framed beam connections wherever possible. Web connections shall be
double angle connections. End connections shall be of sufficiem strength to develop maximum
reaction of the member, plus any eccentric load.
G. Connections shall be so arranged as to avoid eccentricity so far as possible.
H. Field Connections. All field connections shall be made with high strength friction type bolts.
I. End connections shall be of sufficient strength to support safely the maximum reactions of
cans'ing member, plus any load due to eccentricity.
WORKMANS~ AND ERECTION
A. Except as otherwise sho~m or specified, details of erection shall be in accordance with the
Specifications for the Design, Fabrication and Erection of Structural Steel.
B. It shall be the responsibility of this Contractor to correct errors in shop fabrication or
deformations ~vhich result from handling and transportation and prevent the proper assembly.
Corrections shall be made at no additional cost to the O~mer.
C. Location of anchor bolts shall be verified by Steel Contractor before erection of structural steel
work.
D. All members shall be aligned, leveled, and adjusted accurately prior to final fastening.
Tolerances shall conform to A.I.S.C. code of Standard Practice. Fastening of splices of
compressions members shall be done after the abutting surfaces have been brought completely
into contact.
5-5
DI~TSION NO. 5 - METALS
As erection progresses, the work shall be fastened securely to take care of all dead load. wind
and erection stresses. All structural steel shall have suitable temporaD' braces to bold i~ m
position until permanently secure.
Field cutting of structural steel max only be done with prior consent of the Engineer Burning o!
holes for bolted connections will not be permitted, and violation nl' this clause ~ill be sufficient
cause for the rejection of any piece in ~vhich a burned hole exists.
WELDING
Welds shall be made only by operators who have been previously qualified b.~ tests as prescribed
in STANDARD QUALIFICATION PROCEDURE of the American Welding Society to
perform ~'pe of work required, except that this provision need not apply to rack welds later
incorporated into finished ~velds cm'D4ng calculated stresses.
Appearance, quali~' of work and methods of correction for defective work xvhere welding is
permitted shall be in accordance with the American Welding Society publication CODE' FOR
ARC-WELDING IN BUILDINO CONSTRUCTION.
PAINTING AND CLEANING
A. All steel work shall receive a shop coat except as follows:
l. Milled bearing surfaces.
2. Contact surfaces of high-strength bolted friction connections.
3. Within two inches of field welds unless paint is certified weldable.
B. Cleaning:
All interior steel work, except steel visible inside the finished building, to be shop
painted shall be cleaned in accordance with Steel Structures Painting Council SP2.
Hand-Tool Cleaning. Steel which will be visible inside the finished building shall be
cleaned in accordance with SSPC SP6, commercial blast cleaning.
Painting and cleaning of structural steel shall conform to the requirements of DMsion 9 -
Finishes, Section 09910.
5-6
DFv'ISION NO. 5 - METALS
INSPECTION
A. Field inspection will include but not be limited to ascertaining that:
1. Plates are level and properly placed.
2. Connections fit.
3. Welding is properly executed by qualified welders.
4. Torque of high strength bolted connections.
B. Any weld which upon examination or inspection is found to be defective, shall be removed to
the satisfaction of the inspector and the weld shall be remade. This Contractor shall remake the
welds at no additional cost to the Owner and shall in addition bear all costs of examination and
inspection of the welds that have been remade.
C. This Contractor shall, at his own expense, furnish such facilities and provide such assistance as
may be required for proper inspection.
D. Reports shall be made of each inspection and shall be distributed in accordance xvith directions
issued by the Engineer.
END OF SECTION 05100 - STRUCTURAL METALS
5-7
DIgq[SION NO. 5 - METALS
SECTION 05300 - COLD FORMED METAL FRA~IING
GENERAL
Description
l. Scope of Work - All axially or wind loaded light gauge steel studs, track, bridging and
related accessories as indicated on the Contract Drawings and specified herein.
2. Related work specified elsewhere.
Quality Assurance
1. Inspection and Qualits' Control:
Contractor shall provide effective full time qualiB' control over all fabrication and
erection activities.
2. Standards
Work shall meet the requirements of the following standards
Axnerican Iron and Steel Institute (A.I.S.I.) Design of Cold Formed Steel Structural
Members, 1980.
American Welding Socie~' (A.~,r.S.) D. 1.3, 1981 Structural Welding Code - Sheet
Steel.
American Society. for Testing and Materials (A.S.T.M.).
~:nerican Institute of Steel Construction (A.I.S.C.) Manual of Steel Construction, 9th
edition.
All pertinent Federal, State and Local Codes.
The most stringent requirements shall govern in conflicts bev, veen specified codes and
standards.
Product Handlin~
1. Protection - Upon deliver3.,, material shall be protected t?om rain and snow b3
impervious covering or shelter.
5-8
DIVISION NO. 5 - METALS
Manufacturers
All flaming members shall be manufactured and supplied by Marino Industries Corp.,
Montmse Road, Westbury, NY 11590, 1-800-MARINO7, or approved equal, and be of
the .type and size as shoxvn on the Plans.
Materials
1. Galvanized Material:
All galvanized studs 12, 14 and 16 gauge, shall be formed from steel that corresponds to
the minimum requirements of A.S.T.M. A446, Grade D' with a nfinimum yield of
50,000 psi..
All galvanized 18 and 20 gauge studs, all galvanized track, bridging, end clo~ures and
accessories shall be formed from steel that corresponds to the requirements of A.S.T.M.
A446, Grade A with a minimum yield of 33,000 psi.
All galvanized studs, track, bridging and accessories shall be formed from steel having a
G-60 galvanized coating meeting the requirements of A.S.T.M. A525.
Properties:
The physical and structural properties shall be considered the minimum permitted for all
flaming members. Specifically, the following minimum properties, calculated in
accordance with the latest A.I.S.I. Specification shall be provided: ix (in. 4), Area (in.
2), rx (in.), Fy (KSI), Resisting Moment (in. - lb.).
Substitutions
Any substitutions must be approved in writing ten (10) days prior to bid date, by the
Engineer of record.
Fabrication
Framing components may be preassembled into panels prior to erecting. Prefabricated
panels shall be square, with components attached in a manner as to prevent rocking.
All framing components shall be cut squarely for attachment to perpendicular members,
or as required for an angular fit against abutting members. Members shall be held
positively in place until properly fastened.
5-9
DIVISION NO. 5 - METALS
Fasteners:
Fastening of component~ shall be with self tapping screws or welding of sufficient size
to insure the stren~h of the comlection Screws shall be of type ktlld
Draxvings and shall be manufactured by Buildex, Inc. (Division of Illinois
Inc.'} or equal. V¥~aere protection against moisture and corrosive environmanr ~s needed.
screws shall have Climaseal coating as supplied by Buildex, Inc. or approved equai.
Welds shall be performed by the operators qualified in accordance with sectiop,
the Pd~erican Welding Society Structural \Velding Code - Sheet Metal !AWS D
(Where field welds are anticipated, ~ve suggest that components ,)t' 20 gauge
are not specified.) All svelds shall be touched up with zinc rich paint.
G. Surface Conditio~
Inspection - Prior to installation, inspect work of all other trades. Veri~' that all such
work is complete and accurate to the point where this installation ma5 properl:~
commence in strict accordance x~4th fi'aming shop draxdngs.
Discrepancies:
Immediately notify Engineer of all discrepancies.
END OF SECTION 05300 - COLD FORMED METAL FRAMING
5-10
DIVISION NO. 5 - METALS
SECTION 05400 - MISCELLANEOUS METALS
MISCELLANEOUS METALS
Provide at the proper time, all various miscellaneous metal support, bracing and flaming not
provided under other sections and required to complete the work, whether or not such items are
shox;m on Drawings or specified.
ALUMINUM SADDLES
Aluminum saddles and slip saddles where indicated or specified herein shall be shaped to fit
jambs and other adjoining work closely, and shall be cut and drilled as required to fit hardware.
Saddles at exterior entrances unless otherwise shown shall be abrasive cast aluminum,
weatherstrip type, fabricated and set in accord with approved details. Saddles shall be full length
of door opening, of width and profile as shown. Saddle shall be not less than 3/8 inch thick at
any. point and shall be set in a nonstaining bed of caulking secured in place with 3/8 inch flush
head white bronze expansion bolts, 12 inches o.c.
Furnish and install dividing strip saddles, 1/8 x 1/4 inch strip, at centers of door openings and
elsewhere shown on the Drawings, wherever different types of flooring finish occur in opposite
side of openings except as otherwise shown on Drawings.
MISCELLANEOUS FRAMING
Provide miscellaneous framing members at fascias and soffits as shown and elsewhere as
required consisting of angles, channels, plates, hangers, brackets, clips, fasteners and other
miscellaneous items shown or required.
PROTECTION AND CLEANING
All work shall be protected by positive means from any damage or defacement. All defective or
other~vise unsatisfactory parts shall be removed and replaced at no additional cost to the Owner.
Upon completion of the work, all coatings and materials applied for temporary protection shall
be removed. All ornamental metal shall be washed with mild soap and water or with a
petmlettm distillate. No abrasive cleaning agent shall be used.
All operative items shall be adjusted to xvork properly, and work left ~vhole, clean and in
satisfactory condition.
END OF SECTION 05400 - MISCELLANEOUS METALS
5-11
DIVISION NO. 5 - METALS
SECTION 05503 - BOLL.&RDS
A. Bollards shall be minimum of schedule 40 steel pipe. The steel pipe shall be 6" dictameter and c}.
long.
B. Bollards shall be adequately backfilled, tamped and set so as to provide a neat. lever and plumb
appemance.
C. Bollards shall be installed in the locations shown and as detailed in the Contract l)ra~x ings.
D. Painting and cleaning of bollards shall conform to the requirements of Division O - Finishes,
Section 09910.
END OF SECTION 05503 - BOLLARDS
5-12
.DIVISION NO. 5 - METALS
SECTION 05510 - METAL STAIRS
A. Stair framing shall be steel, designed for a safe live load of 100 pounds per square foot in
addition to the dead load.
B. Include box stringers, bent plate interlocking thread and risers, and ail necessary .brackets, struts,
lugs, carrier angles, and the like.
C. ,MI landings/platforms shall be open grate aluminum.
D. Provide handrails and ail necessary accessories. Components shall be similar to products of
IWM Construction, 775 Long Island Avenue, Med£ord, New York or approved equal.
E. The Contractor shall submit Shop Drax~/ngs for all stair designs for approval by the Engineer,
prior to fabrication.
F. Painting and cleaning of stairs shall conform to the requirements of Division 9 - Finishes,
Section 09910.
END OF SECTION 05510 - METAL STAIRS
5-13
DIVISION NO. 5 - METALS
SECTION 05720 - ALUMINUM HANDRAILS
SCOPE
The Contractor shall furnish and install aluminum handrails at all locations as shown on the
Contract Drawings and approved by the Engineer.
MATERIALS
All rails shall be 1-l/2" O.D. aluminum (1.660") 6063-~f52 (pipe) as designated bl,
"Specifications for Aluminum Structures" 1982. Lengths shall be not less than 20 feet or as
required.
Railings and railing parts shall be as manufactured by Julius Blum & Co. bm. Carlstat, N.J
(800)526-6293 or approved equal.
Sleeves where showm on drawings, shall be a minimum of one- half inch larger than rail
outer diameter. All sleeves to be set in concrete in a straight line as approved bx the
Engineer. Sleeves to be flush vdth the top of concrete walk.
Epoxy grout where shown on drawings, shall be "Five Star Ready Grout" ,T~
manufactured by U.S. Grout Corporation or approved equal. Grout shall be constructed
to shed water from mil.
3. Bolt railings to steel platforms/stairs as required.
INSTALLATION
Install as per manufacturers specifications and as directed by the Engineer.
END OF SECTION 05720 - ALUMINUM HANDRAILS
5- 14
DIVISION 6 - WOOD AND PLASTICS
GENERAL
The work under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
D1L~WINGS, 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 - DMSION NO. 6 - WOOD
Included in this Division are the following sections:
06100 Rough Carpentry
DIVISION6 - Page 1 of 4
SECTION 06100 - ROUGtt C ~RPENTR'b
QUALITY ASSURANCE
Mill and Producers \lad,: S ach pice,-o: ha:J~et and [-.li',v ~od shall be grade stamped
indicating tspe, grade, m~l ~nd gr~:din~ r,gen,'~ cettiticd b, ~he Board of Review o~
~eric~ Lumber Standard: Committee. M:tr~ ;hall ..t~>c~r on unfinished surface.
ends of pieces with fimsned surthce>.
1. Pressure Preser~ati,.e I rcated Material: Accredited agency quailD- mark. oa each
piece of wood. indicating treatmen,..
DELIVERY, STORAGE, AND 1-L&NDLING
Keep materials dD'. Make provision for air circulation around and betxxeen stacks
wood products.
LUMBER
General: Furnish seasoned dimension lumber dressed to nominal sizes indicated with 19
pement maximum moisture content at time of dressing, marked "S-DRY" Comply with
clry size requirements of PS 20.
I. Dress: Surfaced 4 sides (S4S) unless otherwise indmated.
Framing Lumber: Species: Douglas Fir or Hem-Fir (WWPA or WCLIB), or Southern
Pine (SPIB), or Spruce-Pine-Fir (NGLA) unless otherwise indicated.
1. Light Framing; 2 inches through 4 inches thick, less than 6 inches wide: Standard
and Better grade, except Stud grade for stud framing.
2. Structural Framing; 2 inches through 4 inches thick, 6 inches wSde and wider: No
2 grade.
Board Lumber; less than 2 inches thick:
1. Exposed Board Lumber, for Paint Finish: Southern Pine No. 1 (SPIB), Douglas
Fir 2 Common (WWPA), Select Merchantable (WCLIB), or Spruce-Pine-Fir
Appearance (NGLA).
2. Concealed Board Lumber: Southern Pine No. 3 (SPIB), any species No 4
(WWPA). any species Standard (WCLIB), or Spruce-Pine-Fir No. ! ' Nt,. 2
(NGLA).
Miscellaneous Lumber: Standard ~ade, No. 3 grade, or better grade o[' the follo~xing
species unless otherwise indicated:
1. Nailers and Blocking: Douglas Fir, Hem-Fir. idaho White Pine, Southern Pine. or
Spruce-Pine-Fir.
2. Furring: Spruce. Hem-Fir, or Spruce-Pine-Fir except Douglas Fir or Sotahern
Pine for furring required to receive preservative treatment.
DiViSION 6 - Page 2 of 4
DIVISION 6 - WOOD AND PLASTICS
PLYWOOD
A. Sheathing and Subflooring: ,4PA RATED SHEATHING, EXPOSURE 1. Furnish APA
PS 1 veneered panels, with span ratings for the required thicknesses as listed below
unless otherwise indicated.
THICKNESS
3/8 inch
1/2 inch
5/8
3/4
SPAN RATING
24/0
32/16
40/20
48/24
PRESERVATIVE TREATMENT
Treat lumber and plywood where indicated and as specified. Comply with applicable
AWPA and AWPB Standards and quality control and inspection requirements.
Complete fabrication of items to be treated to the greatest extent possible prior to
treatment. Where items must be cut after treatment, coat cut surfaces with heavy, brush
coat of the same chemical used for treatment or other solution recommended by AWPA
Standards for the treatment.
Pressure Treatment (Above Ground Use): Treat the following wt)od items with
waterborne preservatives for above ground use, complying with AWPB LP-2. Redry
wood to a maximum moisture content of 19 percent after treatment.
1. Nailers, blocking, cants, shim stock, and similar members used in conjunction
with roofing (including related flashings, trim and vapor barrier) and coping.
2. ' Nailers, blocking, furring, stripping, and similar concealed members in contact
with exterior masonry and concrete (including interior Wythe of exterior wails).
3. Wood items indicated or scheduled on the Drawings to be preservative treated.
Pressure Treatment (Ground Contact Use): Treat the following wood items with
waterborne preservatives for below ground use, complying with AWPB LP-22:
1. Wood members placed in the ground.
2. Wood members immersed in fresh water.
3. Wood members encased in concrete.
FASTENERS AND ANCHORING DEVICES
A. Select and furnish items of type, size, style, grade, and class as required for secure
installation of the Work. Items shall be galvanized for exterior locations, high humidity
locations, and for use with treated wood.
DIVISION 6 - Page 3 of 4
INSTALLATION
Wood Framing: In~m:l m accordax,~'¢ x~ :h al,pl,c,Lqc 1;:~ '.~,,tons of the AFPA "Manual
for V~rood Frame Cormlrt~cttor~ -, unlc,4s otne~v~q(, inc leal2 ~
Plywood:
l. Install in accordm~ce with APA
2.
3.
4.
Des,g~c.2on:m'acuon Guide. Residential &
Commercial. tmlcss otherwise indicated.
Fasten in accordance with APA recorrm~endations
Underlayment I[se ring-shank ar screx~-shm~ type nails. Set nails 1 i6 inch, bui
do not fill nail holes.
Subflooring: Glue-nail pb~ood to supports Comply with APA re-
commendations.
C. Nailers and Blocking: Attach to substrate as required to support applied loading.
D. Wood Framing: Install true to lines within a tolerance of 1, 8 inch in l 0 feel.
E. Treated Wood: Brash-coat field cut surfaces ~5th same treatment material.
END OF SECTION 06100 - ROUGH CARPENTRY
DIVISION 6- Page 4 of 4
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
GENERAL
The work under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
DiLA. WINGS, SCHEDULES, ADDENDA, and other Contract documents.
Refer to the Drawings and Specifications of other trades and contracts for items which might
affect the ~vork under this DMsion.
TABLE OF CONTENTS - DIVISION NO. 7 THERMAL & MOISTURE
PROTECTION
Included in this Division are the following sections:
07111
07210
07411
07600
07920
Bituminous Damp proofing
Building Insulation
Preformed Metal Roofing
Flashing and Sheet Metal
Sealants & Caulking
DIVISION 7 - Page 1 of 8
SECTION 071£1 · MF,:MINC; b L t_Mp PI;tOt,O'lN¢,
SUBMITTALS
A. Product ;~ta: ~:ualog >}t, xb
material s;~ecilit:d
PROJECT CONDITIONS
A. Apply damp prooling in c,ear d,? xxeathe~
40 degrees F.
MATERIALS
A.
B.
PREPARATION
A.
L,o ll.>t appl; ,Jatm~
Asphalt Primer: ASIM D 41.
Asphalt Emulsion, heavy duty. fibrated: ASTM D 1227, ]ype IX,..
Comply with manufacturer's printed recommendations for preparation o~' type of
surface shown or indicated to receive dantp proofing.
Thoroughly clean surfaces to be damp proofed of soil. 'debris and ali fi)reign matter.
Allow cleaned surfaces to thoroughly
On porous surfaces, except new concrete masonry units, apply a uniform coating of
asphalt primer.
APPLICATION
Provide continuous uniform damp proofing coating, 3/32 inch minimum dr3.' thickness.
on surfaces shox~m or scheduled to be damp proofed. Apply damp proofing b.~ brush.
Damp proof vertical wall surfaces to within 4 inches of finished grade at top of walls
At bottom of walls, extend damp proofing across horizontal projection of footing and
down face of footing approximately 2 inches.
END OF SECTION 07111 - BITUMINOUS DAMP PROOFING
DIVISION7- Page 2 of 8
DMSION 7 - THERMAL .aND MOISTURE PROTECTION
SECTION 07210 - BUILDING INSULATION
The metal building is to 'be insulated to comply with ASHRAE 90.1 - Compliance for Metal
Buildings.
SUBMITTALS
Product Data: Catalog 'sheets, specifications, and installation instructions for each type
of insulation specified.
Include data substantiating that the materials comply with the specified thermal
resistance and vapor resistance qualities.
DELIVERY~ STORAGE~ AND HANDLING
Do not allow insulation materials to become wet or soiled, or covered with ice or
snow. Comply with manufacturer's recommendations for handling, storage, and
protection during installation.
Do not deliver flammable insulation materials to the project site more than 2 days
ahead of the time of installation. Protect at all times against ignition.
Protect insulation materials subject to deterioration by sunlight from exposure to
sunlight.
Complete the installation and concealment of insulation materials as rapidly as
possible.
PROJECT CONDITIONS
Do not proceed with the installation of insulation on walls or under slabs until the
Work which follows (and which conceals the insulation) is ready to be performed.
Examination of Substrate: Examine the substrate and the conditions under which the
insulation Work is to be performed. Do not proceed with the insulation Work until
unsatisfactory' conditions have been corrected.
MATERIALS
Metal Building Insulation: Glass or other inorganic fibers and resinous binders formed
into flexible blankets, batts or rolls with vapor retarder facing; meet North American
Insulation Manufadturers Association requirement NAIMA 202-96.
1. R-Value requirements:
A. Exterior ~valls - R-19.
B. Ceiling - R-19 with 1' x 3" foam thermal spacer block on purlins.
DIVISION 7 - Page 3 of 8
INSTALLATIO ~
Comply x~iS' u~4:alb_ct.~,:"~ >Sntec iu;t'uz ,,l., ,, :.:',.,:~ 'onditions ur'
project coildittons, constlt fl,, il~.nti~ ..ti.,- ~,.ch ~ca: ',., ,:~'u :u tor specific
recommelTdat Oll~, before [I{,C;t'c ill~ ~,~ i:h t0 ,~ ,~:t,
Extend insulation (ull II:lic[,n..-,., i~.er cntlr..: ;ttctac.~ t~ kc i:i, [ 5ia'.; .ppl.,,r a
layer of insulation of the ,-equaed thickn.~ss, ui~less ,:it. crux i-~ itt[lC i!t.,.. ,r required
make up the total thickness. ( t;t and Iil tightl/,tround ,~b<tl ut rt*ui._,..,i.c ill voids with
insulation.
install instdation with Ihctorv applied oarriel' men;brahe fitcing ~tte .vann side
building spaces. Replace insu}ation with ruptures in barrier mcnq)ran?
END OF SECTION 07210 - BUILDING INSULATION
DIVISION 7 - Page 4 of 8
DMSION 7 - THERMAL AND MOISTURE PROTECTION
SECTION 07411 - PREFORMED METAL ROOFING SYSTEM
RELATED WORK SPECIFIED ELSEWHERE
A. See DIVISION 13 - SPECIAL CONSTRUCTION, METAL BUILDING
SYSTEMS for Metal Roofing System and other related work.
END OF SECTION 07411 - PREFORMED METAL ROOFING,SYSTEM
DIVISION 7 - Page 5 of 8
SECTION 07600 - ~I.A$ttlN6 lis ? ~liEEI ~'.tl: '~;,I
DELIVERY
Deliverec rtate~a[> shall ;c : m-~ rolm v~:t a,_'r- ,,' gms! ~>:,.~.,.~- Id containers
clearlymtrged ~.'[tt~t[~ea3~:,, :.lrnantt.~.tdJ~t: t,dlc,~l :.,i:? ~ ? : . .er.'. Ltem
Store all ntateri:llv in a th3. ,'2n~i,atecl ;?}[~ce or'thc 2r3tm~ )~o i'~ ~: :~: .erse :~attter
conditions mid lob delays, scor~ n atcrial> itqtlt,r 2ox 2:' o'ln .i ~:3i,'. ell, ,,: cd space. [:se
of wet materials will not bc pe~'afitted.
PREPARATION
A. Vents, drains and other projections tttrough surfaces shall be p~opcrI?, a,-,¢~: ,one&
B. Wood blocking and nailers for flashing cleats shall have been rigmiy anchored in vlace.
Dissimilar metals in contact shall be fully isolated from each other. UnptSmed, abraded
or otherwise corrosive surfaces of metal shall receive a coat of the bituminous paint and
allow to dr3.' betbre assembling.
MATERIALS
Stainless Steel: Sheets or strips - ASTM A167, Type 302 or 304 gauge. :015 inch - 8 to
10-foot lengths. Finish - 2D. Solder - ASTM B32 - 60-40% block tin and pig lead.
Flux - Acid type. Sealant - single component synthetic robber - color as selected by the
Engineer.
Pop Rivets - noncorrosive metal, may be used where water tightness of thstener is not a
factor or if waterproof rivets are used.
Pipe Flashing - Flashing around pipes and vents extending above the roof shall extending
at least 12" above the fro/shed roof surface, and extending at least six inches beyond
opening.
Mechanical Equipment Flashing - Examine Plans and Specifications for mechanical and
electrical trades and note extent of flashing coxrered herein. Provide all flashing
addition thereto as necessary.
MISCELLANEOUS WORK AND CLEANING
Do all necessary cutting, patching, fining in connection with the fining and sealing of'the
modular units, one to another.
On completion, work shall be left in perfect condition.
END OF SECTION 07600 - FLASHING .~ND SHEET METAL
DIVISION7- Page 6 of 8
DIVISION 7 - THERMAL AND MOISTURE PROTECTION
SECTION 07920 - SEALANTS AND CAULKINGS
WORK INCLUDED
Caulking of exterior joints formed by the intersection of different materials, such as
masonry and concrete, masoras' and metal, wood with masonry or metal, and adjacent
dissimilar materials.
B. Caulking of joints at heads, jambs ,and sills of door fi:ames and windows.
C. All other caulking where indicated on Drawings or required by building conditions.
DELIVERY
Materials delivered to the job site shall bear the quality label and the name or trademark
of the approved manufacturer; shall be new, unopened and fi:om fresh stock, and shall be
the same products and manufacture as approved. Caulking tubes shall bear label
indicating conformance to referenced Federal Specifications.
MATERIALS
Caulking compound for general exterior application shall be "Tremco's Dymeric", a two-
part polytremdyne polymer sealant conforming to Federal Specifications TT-S-00227E
as manufactured by the Tremco Manufacturing Co., Cleveland, Ohio. Approved
equivalent items of the following manufacturers any be provided: Pecora Chemical
Corp., Harleysville, Pa. or Products Research and Chemical Corp., Burbank California.
Caulking compound for general interior application shall be "Tremco"s Caulking
Compound" an oleo-resinous caulking compound conforming to Federal Specifications
TT-C598B as manufactured by the Tremco Manufacturing Co., Cleveland, Ohio.
Approved equivalent items of the following manufacturers may be provided: Pecora
Chemical Corp., Harleysville, Pa.} or Products Research and Chemical Corp., Burbank,
Califomia.
C. Colors of Caulking Compound - As selected by the Engineer.
Primer - A quick drying, non-staining liquid as recommended by the caulking compound
manufacturer. Primer shall be used in all installations unless the caulking manufacturer
specifically states otherwise.
Back-up (Packing) Material - Polyethylene foam or hollow tubing or other approved
non-staining material.
DIVISION 7 - Page 7 of 8
INST.4.LLATI£O
A. Surface Pc.~ozt~at~ot: - ~,n~ ,,x. , ~ <~..t t ! r:~-, m,' , :1 .- ' ,', :
material.
:. objectionable
B. Application o:' ( aulK
l. Joints deeper flxtn I'2" shall hax~ backing mater a[ insc. t ie~ ',, '~ ~,/q~
the joint.
,')f the thee of
Apply caulking compound uader snfficient pressure to l~,rcc ,~u~ a,l at:' ~m. to completeb
filI the joints, using a canlking gtm with nozzles of v. Sdths as necessa~, t · fit the various
joints, except in locations where knife application is necessary
3. Tool joints to a neat and smooth bead of m~ifonn v, idth. tlnisl~tng flush ,Mth adjoining
surfaces or tool to a concave profile.
4. Upon completion of caulking, joints not completely filled stroll have :a.alk roughened
and then the joint shall be properly filled and tooled.
5. Adjacent surfaces soiled by caulking operations shall be cleaned tmmediately.
END OF SECTION 07920 - SEALANTS AND CAULKINGS
DiVISiON 7- Page 8 of 8
DMSION 8 - DOORS AND WINDOWS
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 ~vork under this Division.
TABLE OF CONTENTS - DIVISION NO. 8 - DOORS AND WINDOWS
Included in this Division are the following sections:
08110
08331
08710
08800
Steel Doors and Frames
Overhead Coiling Doors
Finish Hard~vare
Glazing
DIVISION8 - Page 1 of 14
SECTION 08110
STANDARDS
Steel Doors and Fran,.,::, ;t-~a [ cot fo 'm t,~ cqmren.e, r:., "T~, I Door Institute (SD[ [i)O01 as
modified by local cc c ,: r,',,u tetn.:nt; .mi
label indicating comoharcc a irh the ',_~,:.*~'cnced
Doors - 1-3/4" thick. 18 ,.,..att_c.,_J' I Ser,~s-; atvaancaled ,',iti' .>,~,l:, styrene core for exterior and
non Galvannealed for int.~rior as manulitcl.ured by Srct. lc~aff Budding Products. Cincinnati
Ohio (513-745-6400) o:' approved eqt:a[, itt eleva ions a:~ i~¢icated on the drawings.
Frames - Full width t.,,pc ]6 gauge. Inc'a~de pmvisiot,~s Ibr qlencers and gaskets Frame
profile shall be one piece
D. ' Glass Lites - Insulated glass lites as shoum on drax~,qngs
E. Maximum Clearance
· top rail and hinge stile: 1.'16"
· lock stile: 1/8"
· floor and saddle: 14"
SHOP PAINTING
AH doors and frames are to be shop primed and painted.
INSTALLATION OF DOORS & FRAMES
A. HOLLOW METAL DOORS .AND FRAMES
Install hollow metal units and accessories in accordance with the final shop draxvings.
manufacturer's data, and as herein specified.
Placing frames - Set frames accurately in position, plumbed, aligned and braced
securely until permanent anchors are set. After wall construction is complete, remoxc
temporao' braces and spreaders leaving surfaces smooth and undamaged.
Make field splices in frames as detailed on final shop drawings, welded and
finished to match factory work.
Remove spreader bars onl3 after flames or bucks have been properly set and
secured.
D[V][SION 8 - Page 2 of 14
DIVISION 8 - DOORS AND WINDOWS
3. Door Installation
Jambs and head: 3/32".
Meeting edges, pairs of doors: 1/8".
Bottom: 1/4", where no threshold.
Bottom: At threshold: 1/8".
Place fire-rated doors with clearances as specified in NFPA Standard No. 80.
4. Adjustments
Check and readjust operating finish hardware items just prior to final inspection.
Leave work in complete and proper operating condition. Remove and replace
defective work, including doors or frames which are warped, bowed or otherwise
unacceptable.
INSTALLATION OF FINISH HARDWARE
A. GENERAL
All finishing hardware specified in the Section 08710 of this specification entitled
"Finish Hardware" shall' be received, accounted for, stored and applied under this
Section.
Hardware shall be sorted and stored in space assigned by Contractor and shall be kept
at all times under lock and key. The safety and preservation of all items delivered will
be the responsibility of the Contractor.
Hardware shall be carefully fitted and securely attached, in accordance with these
specifications and the instructions of the various manufacturers.
Mount hardware units at heights recommended in "Recommended Locations for
Builders' Hardware" by NBHA unless otherwise noted on Drawings. (See Door Type
elevations in the Drawings.)
Install each hardware item in compliance with the manufacturer's instructions and
recommendations. Wherever cutting and fitting is required to install hardware onto or
into surfaces which are later to be painted or finished in another way, install each item
completely and then remove and store in a secure place during the finish application.
After completion of the finishes, re-install each item. Do not install surface-mounted
items until finishes have been completed on the substrate.
Set units level, plumb and true to line and location. Adjust and reinforce the
attachment substrate as necessary for proper installation and operation.
DIVISION 8 - Page 3 of 14
Drill and eom ~<~,~t , t it ,,~ t ~ ~ ~, b.~,, :_',: ed for anchorage th. stoner_-,.
Spacefastener~:~:~ .~:',.}~ r c.t. l n,, ,~it ,i: [:.t' : andard>.
Cut and fit tNe, lcl :utc:oct: ~," t ~,,I ~: I ,~ · rames, with mitered comers
and hair-line jo.q s . ): ~.mt4 ,, t ~.~ :: .e.I ,~ it., oncealed mechanical ioints
Cut smooth op-'~[m4-, tot .q,inc ic:. b :,Irs ,u d ii,xil:~r ~,:t s if anS.
All keys used :iq,all [,c co~:sn'[,cfior i,e.~> ~h.:l [',. ,. t.: tagged xxith fiber disc>
approved, cleart: ld~,.'[cct -..*Sth ~ctenttt?in~ i~>cr?t ,m-~ :ir d then neatly an'anged m
temporary cabinet..'~ 1 c,~n.structio~ l:¢y> shall !~,: i-t ltu~,.'d to the
B. ADJUSTING AND C[.£AN~N(,
Adjust and check each operating ~tem of hm'dware and each door, to ensure proper
operation or thnction of eve~x' trait. [.ubrmate moving parts v, Sth ~pe lubricatio~
recommended by manufacturer (graphJte-t.~pe if nt, c. ther recommended). Replace
units which cam~ot ~oe adjusted and lubricated to ,~perate fi'eely and smoothl5 a~
intended for the application made.
Final adjustment: Wherever hard~are installation is made more than one month prior
to acceptance or occupancy of a space or area. retm-n to the work' during the week
prior to acceptance or occupancy, and make a final check and adjustment of all
hardware items in such space or area. Clean and re-lubricate operating items as
necessary to restore proper fimction and finish of hardware and doors. Adjust door
control devices to compensate for final operation of heating and veutilatmg
equipment.
CLEAN UP AND PROTECTION
A. CLEAN-UP
At regular intervals during the course of the work, all debris and excess material shall be
cleaned up and removed from the site. Upon completion of installation, clean all spaces o~'
debris caused by woodxvork installation.
B. PROTECTION
Protect all woodwork hardware, doors and frames and finish accessories from mamng_
defacement or other damage until final completion and acceptance of the project b3 the
Owner. Repair or replace all defective units prior to ILnal inspection as directed by the
Architect..Any units that cannot be satisfactorily repaired in the opinion of the .Architect shall
be replaced with ne,,,,, units of same original design, at no additional cost to the Owner
END OF SECTION 08110 - STEEL DOORS .aND FR~ad~IES
DIVISION 8 ~ Page 4 of 14
DIVISION 8 - DOORS AND WINDOWS
SECTION 08310 - OVERHEAD COILING DOORS
GENERAL
Description
A. Ail roiling service doors shall be as manufactured by The Cooksan Company or approved equal.
Furnished material includes all guides, hoods, operating mechanisms and special features as
pertaining to the particular type of door.
B. Work not to be furnished by The Cookson Company includes design of, material for and
preparation of door openings but not limited to structural or miscellaneous iron work, access
panels, finish painting, electrical xviring, conduit and disconnect switches.
Performance
A. Exterior roiling doors shall be designed to withstand at least a twenty (20) pounds per square
foot windload. Windlocks shall be provided as required for windload protection.
B. All service doors and grilles shall be able to withstand a standard maximum of up to 50,000
operating cycles for the life of the door and 6 cycles per day for side-coiling doors.
SUBMITTALS
A. Shop Drawings: Show application to project.
B. Product Data: Catalog sheets, specifications, and installation instructions for rolling
service door assemblies, finishes, and operators.
C. Samples: Curtain slat, 1 foot long end piece.
D. Contract Closeout Submittals:
1. Operation and maintenance data.
2. Replacement parts list.
PRODUCTS
Materials
A. The door curtain shall be constructed of interlocking slats - 22 gauge.
B. Guides are to be constructed to structural angle form'mg a channel for the curtain to travel in.
The guides shall be attached to the wall by minimum 1/2 inch fasteners. (Fastener type to be
determined by type of surrounding mounting surface.)
C. Brackets are to be constructed of steel plate and shall be bolted to the wall angle with 1/2 inch
fasteners.
DIVISION 8 - Page 5 of 14
All gears shall be cai: l c ~.:t -=err
be less than a 3-inch > t,' ,1 at u tie I .e
effbrt of not more tM- ,1~ 'ttad .
terus. ] he pinion gear shall
esigned for a m:_q_ximum mmmaJ
The barrel shall be slee. ,lbmg c,f ,, ~.s~ ir...~ - i~. i,,:s tiameter, t)il tentpered t~rsi,'m
springs shall be capable tl c,~ 'ret ti5' ~ ,) l't<t bal:,nci:~g I t.~ .x= :!_, ~t of the curtain. The barrel shall
also be designed to I 1t,i~ I~ t:l~tX mu n ,[,:' cct.~, t o ~7- '. ~. [ ] z foot of opening ,xidti~
Hoods shall be fabricated from 24 .2aLt?: ga!x.m~'cd -t:'<-i I!oods shall be formed to tit the
curvature o f the brac k ct ~.
Operation
A. Chain Operation shall operate with an endless chain and t as~ iron reduction gears
IVlotor Operation shall be of the proper size firr the type cfi' door selected and shall be activated
by push bunon controis. Additional control stations for motor operator shall be as noted oa the
drawings.
Locking
Locking de*4ce shah be standard provided.
Finish
Galvanized steel curtain and hoods shall have "FinalCoate
receive one coat of dark bronze rust inhibiting paint.
finish. All other exposed surfhces shall
EXECUTION
Installation
All Cookson Company Rolling Door products shall be installed by an authorized Cookson Dis'tributor.
Warrfln~r
Cookson Company Rolling Door products shall be guaranteed tbr a period of one year against detects m
workmanship and materials from the time of Contract completion.
ADJUSTING
Adjust and lubricate doors and operating equipment to operate smoothly. Adjust door fit and
weatherstripping to make a weathertight fit tbr the door perimeter.
CLEANING
Clean doors, and clean work area surfaces that have been soiled pertbrming the Work.
END OF SECTION 08310 - OVERIIEAD COILING DOORS
DIVISION 8 - Page 6 of 14
DIVISION 8 - DOORS AND '~VINDOWS
SECTION 08710 -FINISH H~S~RDWARE
DESCRIPTION
Applicable provisions of the "General Conditions", the "Supplementary and Special
Conditions" and "Division 1 General Requirements" form a part of this section.
Furnishing all labor, materials, equipment and appliances necessary or required to
perform and complete all work including, but not limited to, the follow'rog:
l. Finish Hardware
2. Weatherstripping
3. Door Saddles
QUALITY ASSURANCE
Hardware shall conform to Federal Specification FF-H-106, FF-H-116 latest edition.
SUBMITTALS
A. Product Data: Submit manufacturer's latest printed literature on materials specified
herein. Obtain approval before materials are delivered to the job site.
B. Samples: Submit samples in accordance with the Contract Conditions for the various
pieces of hardware required.
DELIVERY~ STORAGE AND HANDLING
Deliver hardware and specialty items in ample time to facilitate
GUARANTEE
the work oft/tis section.
Furnish to the Owner a written guarantee signed by an authorized official of the various suppliers
for a period of two (2) years as evidenced by the date of final payment. All hardware shall be
guaranteed against faulty workmanship and finish and to satisfactorily perform the functions
required at the various places.
PRODUCTS
Hinges, lock and latch sets, door closers, holders, push and pull protective plates, exit
devices, door stops and flush bolts, shall be as indicated in the "Hardware Schedule".
DIVISION 8 - Page 7 of 14
Code Requirement: Ii :,t ,. u: I ~ .... i. ., indicated as labeled
confom~toapplicabl::e, d',:i ltn'~:- i It *,tt, t Lt , .
Door Silencers: All J ~,~ trt~.s. ::,.e zap-rt.',, tc:~ ', ~. all be furnished with three
silencers tbr single d.~c:r: .t-c ~o.lt 1, tar ol I ~tn. ,t.' i ~ ' doors.
Anchorage Devices: [ xp)qcd plt!-:- ill ~:c,'t..,', ~,: }. ~l- qhall be finished ,~ame
hardware they secur.~. l'L~tc:, s}ta:l 'ct set,ired x~i:h [q'.it!q,~ s!,~ screws. Concealed alex ices
shall be on non-ferrous r~e:ai, galvanizec steel ,: stainle':, <t:~ I.
Templates: Furnish ~,uitab!e template_-, together .t:t[- 'hr approved schedule to the
respective trades, as requircJ
Packing and Marking: Each item of hm'dware shal! hat c fastening devices, key and
iostructions included ir: the same package as the hardware. Each package shall be
properly labeled indicating contents and the part of the work for which intended. [.abels
shall include a marketing con'esponding to equivalenl designation on the approved
hardware schedule.
Hardware Requiring Shop Installation: Shall be delivered to the proper Comractor in
sufficient time so as not to dela3 the progress of the work.
Protection: Wrappings famished by the manufacturers on knobs, handles, protective
plates, kick plates, push plates and pulls, shall be of adhesive-coated paper, of a ~pe
easily removed without marring the finish of' the hardware.
Field Checks: The Contractor shall make periodic checks during installation of finish
hardware to ascertain the correctness of the installation..~0.er completion of the wor~<, he
shall certil}', in writing, that all items of finish hardware have been installed, adjusted and
are functioning in accordance with the specification requirements.
MATERIALS
A. Finished hardware shall include but not be limited to: butts lock and latch sets, rosettes
escutcheons, push plates, pulls, door mutes: 3 for single doors, closers, stops, holders and
all other items necessary to make a complete job. Doors shall have i-l/2 pair of butts per
door minimum.
All hardware for labeled doors shall conform to the requirements tbr labeled doors of the
class as shown whether herein specified or not.
C. Finished:
1. US10D Satin Bronze
2. US26D Satin Chrome
3. US32D Satin Stainless Steei
DIVISION 8 - Page 8 of 14
DIVISION 8 - DOORS AND WINDOWS
4. SBL Sprayed Aluminum
5. DBL Sprayed Bronze
6. DURO 313
7. LBL .- Bronze Enamel
8. USP Prime Coated
D. Keying
Construction Master Key System shall be provided for all locks during construction.
Construction master key system shall be changed over to the building master key system
upon completion of the work.
Keying System: The Owner will consult with the Contractor to ascertain the specified
requirements for individual keying, master keying and grand master keying. Within 30
days of receipt of such information, prepare and. submit a keying chart for the Owner's
approval.
3. Keys
Formed of nickel silver, with change number and key control symbol stamped
thereon.
Forward master keys and grand master key by registered mail, in safety envelopes,
to the Owner.
c. Furnish keys as follows, except as otherwise requested by the Owner.
1)
2)
3)
4)
Individual lock settIng ........... 2 keys each
Master key setting .................. 3 keys each
Blanks .................................... 25 extra
Grand master key setting ......... I key
E. All other materials as specified herein.
MANUFACTURE
A. Butts
Stanley,Works, Hager, Lawrence, McKirmey
B. Locks and Cylinders
Corbin, Sargent, RusswSn, Yale
C. Closers
L.C.N., Norton, Yale
D. Overhead Stops
Ives, Rockxvood Mfg.
E. Stops and Bumpers
Ives, Rockwood Mfg.
DIVISION 8 - Page 9 of 14
F. Exit Devices ~ !~ ~: ,
G. Kick, Mop and Atw~. ' ? ;.ti-
H. Push and Pulls
I. Silencers
..'es, Rockwood Mtk.
J. Key Cabinet [cli, e:
K. Weatherstripping
Zero, NatienaI (}ttard
INSTALLATION
Install door saddles full width of door opening scribco to fi:amc, set in bed of caulking
compound and anchored ~4t}r 3/8" xvhite bronze flush head expansion bolts [2"
Provide removable cover plates of matching design x~ here floor hinges occur
Install door weatherstripping at head and jambs with No. 8 stainless steel fiat head
machine scre~vs 12" o.c.
C. Finish Hard~vare
Receive, store and distribute all f'mishing hardware and assume the responsibility for ns
safety. Leave the protection wrapped around pieces of hardware as it is installed, properl?
maintain until the final completion of the building.
Do not install finishing hardware in the building until all wet work had been full)'
completed and dr5'.
Apply hardware not only to the work furnished under this Section but fit and adjust to
work furnished under other Sections.
Accurately fit and secure hardware in place, adjust to operate perfectl3 and flee from
scratches and/or other defacement.
Assume responsibilit3' for the condition and operation of all finished hardware until thc
issuance of the Certificate of Final Acceptance or until the building ts occupieo.
whichever event is sooner.
Face har&~are shall, after being fitted, be removed before the woo&~ork finish or
painting is applied.
Immediately prior to completion of all work, go over the entire building with the
Architect and see that each piece of hardware is undamaged, in perfect working order and
that the proper key for the lock in question is identified.
DIVISION 8 - Page 10 of 14
DUv'IS1ON 8 - DOORS AND WINDOWS
Properly tag and identify all keys and turn over to the hardware supplier, for filing by him
in the key cabinet.
ADJUST AND CLEAN
At time of completion of the work, the Contractor shall clean and adjust all hardware and
replace any damaged parts.
Setting Up: The hardware supplier shall gather together all keys and data conceming
them and shall perform the actual work of setting up and putting into operation the
complete key control system for the entire project. All keys shall be properly tagged,
indexed and filed in the key cabinet in accord x~Sth the instructions of the manufacturer of
the lock sets and as approved by the Architect. Keys shall be turned over to the Architect,
xvho will issue a receipt for same.
SCHEDULE
For any doors ~vhich may be indicated on the drax~Sngs but not mentioned in the DOOR and
HARDWARE SCHEDULE listed hereafter, hardware of the same kind, quality and function as
that scheduled for similar proposed door shall be provided.
GROUP A
Hinges: 3 - Stanley FBB179-4-1/2" x 4-1/2", stainless steel finish.
Door Closer: 1 - LCN 4040 Series Alum. finish w/Hold-Open arm & metal
cover.
Lockset/Exit device: 1 - Adams Rite 8300 series Mortise exit device, US32D
(satin stainless) finish, Model 3001 Tubular fixed pull, 4036-01 mortise cylinder.
Silencers: 3 - Ives No. 20.
Weather stripping: Zero International system to metal frame & door sweep.
Threshold: Extruded aluminum
GROUP B
Hinges: 3 - Stanley FBB179-4-1/2" x 4-1/2", stainless steel finish.
Lockset: 1 - Yale 5400LN series Key-In-Lever Bored Lockset, US32D (satin
stainless) finish, Momoe MO Trim.
Silencers: 3 - Ives No. 20.
END OF SECTION 08710 -FINISH HARDWARE
DIVISION 8 - Page 11 of 14
SECTION 08800 GLAZIN~;
DESCRIPTION
A. Applicable provision; ," 'l~c Gcne,'at ¢'oadit~o~.,' t · '3upplementars. and Special
Conditions" and "D~v'sioa ' (~eneral Reqa~rem,:nt:; ' 5,re, t ?,ta of this section.
B. Fumis~ng all labor, ma.erials, equipment and applianc,:: necessa~ or required
perfo~ and complete all work inclading, bul nc.t lhnited w, the following:
l. Cle~ Gl~s
2. Tempered Grass
3. ~sulated Glass
QUALITY ASSU~CE
A. All materials shall be ~ee from defects impairing strengfl~, d~abili~~ or appearance and
sh~l be of ~e best qualiB' for the pu~ose specified.
B. Glass shall meet Federal Specification DD-G-45 ld.
C. Grazing compo~d shall meet Federal Specification TT-G-410.
SUBMITTALS
Sub~t staples in accord~ce with the General Condition~, as requested by the Arc~tect.
DELIVERY~ STOOGE AND ~L~G
A. Deliver products to job site ~ mple time to facili~te the work of t~s section.
B. Store all glass with due care to prevent bre&age.
JOB CO~ITIONS
Protect all glass on the project before, d~ing, and after installation.
N~TE~S
A. Clear Glass: Type I - Pfim~~ glass (a~ealed float) Class I Tmn~parem,
Glaz~g Select; 1/4" thick except as othe~vise ~nd~cated.
L~inated Glass: 2 sheets T~e l-Pfimao~ Glass (~ealcd float) Cl~s l Transparcm~
Quali~~ q-5 Glazing ~ pe~anemly l~inated togetheg with a 0.030" ~ck s~act o~' cl~ar
pl~ticized pol3winyl bu~-ral. Fi~shed thic~ess l/4" except as otherwise indicated.
DIVISION 8 - Page 12 of 14
DIVISION 8 - DOORS AND WINDOWS
·
Tempered Glass: Type 1-Primary Glass (annealed float) Class 1 Transparent; Quality q-5
Glazing B; heat strengthened by manufacturer's standard process (after cutting to final
size) to achieve a flexLtral strength of 4 times normal glass strength. Provide with
MANUFACTURER'S; SEAL iNSCRIBED ON EACH LIGHT, 1/4" thick except as
otherwise indicated.
D. Safety Glass: Laminated or Tempered as specified above for the following:
All doors, both exterior and interior.
All sidelights, both exterior and interior.
All vision panels, fixed or sliding.
Insulated Glass: Two sheets of 1/4" thick Type 1-Primary Glass (armealed float) Class 1
Transparent, Quality q-3 glaz~ing select; permanently and hermetically sealed together at .
edges with spacers, sealant and metal protective edge binding; to provide a dehydrated air
space 1/2" thick with a -60 degree dew point.
F. Butt Glazing Compound: Silicone sealant.
II.
Glazing Gaskets: Preformed glazing gaskets formulated of a neoprene compound
conforming to the requirements of ASTM C542. Gaskets shall be as detailed on the
drawings and shall be as manufactured by the Standard Products Co.
Glazing Compound: "Dap 1012" as by Dap Inc. or approved equal.
Joint cleaner, primer and sealer: Recommended by the manufacturer of the primary
glazing material for each specific use.
J. All other materials herein specified.
MA1NUFACTURE
Unless otherwise noted above, provide products manufactured by Pittsburgh Plate Glass Co.,
Libby-Owens and Ford Glass Co. or A.F.G. Industries, Inc.
INSPECTION
Examine conditions and be responsible for the proper arrangement and fit of the work. Correct
discrepancies prior to proceeding with the work of this section.
INSTALLATION
Perform all work using mechanics skilled in their trade and execute work in a first class
manner.
DMSION 8 - Page 13 of 14 '
Set all glass in a tru~ gl~ ~ ~. : ~1: a ~: !t' ~_ eh. ~, tit i:~ .'-: t ' ~ adequate clearance, firml5
anchoredtoprevent".tllir2 ;at, loc ~.~.s~ ~.'d a ,,1~_,, t ~',.nl5 cut: do no~ nip o~' ,,can:
the edges.
Cut and set sheet wi~,,lo,~ ,. ~,>s wit }
Set smooth surfaces of t12t:rect glass ~}~ th.' .:ttt~c:t .>~ :×terior openings and on th=.
corridor side tbr interior openiugs.
Obtain and verily' all measurements and stze ct' work, accep: responsibility for the correc~
and accurate fit of all work.
Well bed and back putt;' glass and carefl_dly remove all surplus glazing compound from
doors, sash and adjoining work while still fresh. [imsb glazing compound in true, e~en
lines, neat and smooth faced.
ADJUST AND CLEAN
Upon completion of glazing, thoroughly clean all glass surfaces, correct all imperfection.,.
replace and clean all damaged or broken glass betbre leaving project.
END OF SECTION 08800 GLAZING
DIVISION 8 - Page 14 of 14
DI~'ISION 9 - FINISHES
GENERAL
The ~vork under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
DRA. WINGS, SCHEDULES, ADDENDA and other Contract documents.
Refer to the Drazdngs and Specifications of other ~'ades and contractors for items which might
affect the work under this Division.
TABLE OF CONTENTS - DIVISION NO. 9 - FINISHES
Included in this Division are the following sections:
09250
09771
09910
09920
Gypsum Board
Fiber Reinforced Plastic Panels/Boards
Exposed Steel Painting
Interior Painting
DIVISION 9 - Page 1 of 12
SECTION 09250 GYPSUM DRY~ Al l
DESCRIPTION
A. Applicable provision of tit,.' "i.,t.ncral Co-opt ti,,~.' the Supplemenan7 and Special
Conditions" and "Division 1 ,Scherzi Requi 'er w,n.- . :orm a pan of this section.
B. Furnish all labor, materials, eqnipmcnt ancl 2ppli.mces necessary or required to perlbrn'.
and complete all gypsum dr3. x~ all xx ork includinz, ot,t not limited to, the tbllowing,
1. Type X Gypsum Board
2. Tape & Spackle
3. Trim and Accessories
DELIVERY~ STORAGE AND HANDLING
A. Deliver all materials in their original tmopened packages and store in an enclosed shelter
providing protection from damage and exposure to the elements. Remove damaged or
deteriorated materials from the premises.
JOB CONDITIONS
A. In cold weather and during the period of gypsum board application and joint fiinshing.
maintain within the building a uniform temperature ;vithin the range of 55 F to 70 F.
Provide adequate ventilation to eliminate excessive moisture ;~Sthin the building during
this same period.
MATERIALS
A. Type X Gypsum Wall Board: As required, 5/8" thick unless otherwise noted, 48" wide in
len~hs as long as practical to minimize number of joints.
B. Fasteners: Type S Bugle head screws. Lengths as recommended by' manufacturer for the
various panel thicknesses.
C. Metal Trim: USG No.200 CJ" Molding).
D. Corner Bead: Dur-A-BeadNo. 103
E. Joint System: USG Perf-A-Tape Reinforcing Tape, with USG Ready-mixed Joint
Compound All Purpose
F. Control Joint: USGNo. 093
D~qSION 9 - Page 2 of 12
DIVISION 9 - FINISHES
G. Adhesive: USG Durabond 90
H. Gypsum vinyl panels: USG "Textone"; type, pattern and color shall be as selected by the
Architect. Core shall be type X of thickness indicated on the drawings.
I. Plastic trim: USG RPV series; including RPV-2 inside comers, RPV-4 end caps, and
RPV-7 snap on battens.
J. Vinyl foam tape: 1-1/2" wide (min.) 1/32" to 1/16" thick.
K. Other materials hereinafter specified.
MANUFACTURE
A. Above listed materials are manufactured by U.S. Oypsum. Equivalent products of.
National Gypsum or Celotex will be accepted.
INSTALLATION
Apply wallboard with long edges parallel to, and centered over studs. Headers or backing
must be provided behind horizontal joints. At no time should the comers of four boards
meet at one single point.
For single-layer vertical application of gypsum panels, space screws 12" o.c. in field of
panels and 8" o.c. staggered along vertical abutting edges. For horizontal panel
appiication, space screws 12" o.c. in field and along abutting end joints.
C. For double layer screw attachment, space screws 16" o.c. for both layers. Apply both
layers of gypsum panels vertically with joints in face layer offset from base layer joints.
D. Wallboard joints on single layer, or the face layer on two layer applications, shall not
occur ;vithin 12" of the comers of door frames.
Provide metal trim at junction of wallboard and adjacent materials. Metal Comer Bead
shall be securely installed at all external comers. Finish with joint compound, as
required.
Control joints shall be used to isolate wallboard surfaces where partition or furring hms
exceed 30 feet and installed in accordance with the wallboard manufacturer's
recommendations.
Fasteners shall be driven not less than 3/8" from edges and set to provide a 1/32" deep
dimple. Screw lengths must be not less than 1/2" greater than the total thickness of
material being fastened.
DIVISION 9 - Page 3 of 12
Using a broadknife, butter ~c.'~ ..... iI ou~! c cess formed by tapered cdge~ ,~!
adjoining wallboard panels: Lil ~ '. ; e ex er :'l Y tape to £ull length of each ioint.
centering it over joint. Use t ,,itt t i ",'sst '.: ,' ,: dknife to embed tape itt compom-td
Remove excess compound. ~e~ ~ ~, tt 'i',-: ~.~ .nterior angles in a similar m:mr,e~
Fill depressions around scre'x be.~.t; ~, th fi~ s :,},~ :' oint compound.
After first coat is dr3.', apply ~.c,:c t', ~, :x~ of <c,n~: ,,.n, to joints and screwhead, Feather'
out compound on each side o: tap..
When second coat is dr3.', sane {lo_it:ix. :\ppi?' finistn coat of regular compound or topping
compound to joints, nail head, mc ;~ick_-..k 'te~' 24 t~,,urs, sand smooth for paint finisl;.
Gypsum vinyl panels shall be attadtcd to metat t',~rring in the following mam'~er: Applx
8" long strips of vinyl form tape to Ihce of turring strips positioned at 3'-0" oc. ~kppi5 a
continuous 3/8" bead of do'wall adhesixe to the eufire face of furring between the x in3'!
foam tape. Immediately apply Gypsum Vinyl panels vertically and apply' sufficient
pressure to insure complete contact xx ith both tape and adhesive.
Finish panel joints, edges and corners with plastic trim moldings matching specified
panels and installed according to manufacturer's directions.
END OF SECTION 09250 GYPSUM DR~W~ALL
DIVISION 9 - Page 4 of 12
DIVISION 9 - FINISHEs
SECTION 09771 - FIBER REINFORCED PLASTIC PANELS/BOARDS
DEFINITIONS
Plastic Panels (FRP): Glass-fiber rekaforced polyester plastic panels without substrate
backer
SUBMITTALS
Product Data:
1. Catalog sheets, specifications, and installation instructions for each material specified.
2. Physical property, data for plastic panels.
Samples:
1. Plastic Panels and Plastic Boards: 12 inch square pieces.
2. Substrate Backer: 12 inch square pieces, each type.
3. Accessories and Moldings: 12 inches long, full section, each type.
4. Fasteners: One, each type.
5. Adhesive: One pint, or standard size tube.
6. Laminating Adhesive: One pint.
7. Color Samples: Plastic panel manufacturer's standard colors and textures.
Quality Control Submittals:
Fabricator's Qualifications Data:
a) Name and address of proposed fabricator and name and telephone number of
contact person at proposed fabricator's facility.
b) Names, addresses, and telephone number of 3 similar projects that the proposed
fabricator's plastic boards have been installed at for a minimum of 3 years.
· Contract Closeout Submittals:
Maintenance Data: Deliver 2 copies, covering the installed products, to the Director's
Representative. '
QUALITY ASSURANCE
Fabricator's Qualifications: The fabricator of the plastic board shall be regularly engaged in
the lamination of plastic panels to subslrate backer for a minimum of 5 years, and shall be
subject to the approval of the Director.
DELI¥3ERY~ STORAGE~ AND HANDLING
Packing and Shipping: Deliver panels and boards with protection sheets intact on exposed
f'mished surfaces. Deliver accessories and fasteners in original, unopened containers.
Storage and Protection: Store materials in a manner to prevent soiling. Protect materials
from physical damage and wetting.
DIVISION 9 - Page 5 of 12
PROJECT CONDITIONS
A. Enviroan~ental Requiremen': c~!l~. ~i t t~.hcturer's written reconnneadation5
regarding environmental con& i~ ~ t,~ ..e' wifi:: t~ ~:,~r als can be installed.
MATERIALS
A. Plastic Panels: Glass-fiber reinforced poliesrer piLl>ti_ r~anels:
1. Kemlite Company, [nc.. o: appro't ed cqm4
Finish: Suitable for hminating.
Nominal Thickness: 1,2 inciq.
B. Substrate Backer: Particleboard: x, NS[ A2708.[, tirade l-M-1.40.0 lbs.'cu, ft. mininmm
average densiBr, 1/2 inch nonnnal thickness.
C. Accessories and Moldings: One piece extruded vinyl or aluminum, color to match plastic
panels, thicknesses to match plastic panels and plastic boards.
D. Fasteners: Plastic panel manufacturer's or plastic board fabricator's standard ~,:'
recommended rivets sized to securely attach material to substrate, color to match plastic
panels or plastic boards.
E. Adhesive: Plastic panel manufacturer's standard or recommended high strength waterproof
adhesive for substrate involved.
F. Laminating Adhesive: High strength waterproof structural adhesive recommended and
approved by both the plastic panel manufacturer and the substrate backer manuthcturer.
FABRICATION
A. Factory laminate plastic panels to substrate backer to lbrm permanently adhered plastic
boards.
INSTALLATION
A. Install the Work of this Section in accordance with the manufacturer's printed mstmcnons,
except as shovm or specified otherwise.
B. Pli, xvood Substrate Backer: Seal cut edges as required by manufacturers' instructions.
C. Install moldings and trim plumb and level, v~4thin 1/8 inch in an)' 8 feet of length, in longest
lengths practicable. Install division bars between panels in the same plane, inside comers at
interior junctures, outside comers m external comers, and cap at top of panels and where
panels abut dissimilar materials.
DIVISION 9 - Page 6 of 12
DIVISION 9 - FINISHES
Attach moldings and trim to substmte with concealed fasteners spaced not more
than 2 inches fi'om ends and 12 inches on center.
Showers and Kitchen Areas:
a. Apply a continuous bead of Type 1D sealant to one side of channel trim piece.
Install trim piece on leading edge of panel. Apply a continuous bead of Type 1D
sealant to exposed channel and install the next panel. Continue in this manner until
installation is complete.
b. Appb' Type ID sealant into each fastener hole before inserting fastener.
CLEANING,
Remove dirt and other foreign substances from exposed surfaces in accordance with
manufacturer's printed cleaning instructions.
END OF SECTION 09771 - FIBER REINFORCED PLASTIC PANELS/BOARDS
DIVISION9 - Page 7 of 12
SECTION 09910 - EXTERIOR PA N'I i'i,,
GENERAL
A. Work under this heading si:ti ,', ~; s ,t t ti'is ~ le all labor, materials, equipment arm
incidentals necessary to complete the tail t:xt z, t' ,tli ,:"Ir,.5 -~.: -' t, el surfaces.
PAINTING~ CLEANING AND St' RFA( E PREf'AR~T{ON
A. Cleanina
?dl steel work shall be cleaneu in accordant c ~ ith Steel Structures Painting Conncil
SP-6 Commercial Blast Ciealdng. Surfac: profile shall not exceed 1.5 mils
Surfaces inaccessible to blast cleaning after assembly shall be blast cleaned
beforehand.
B. Shop Applied Primer
Application shall be by spra.5, each coat with care, to thoroughly clean surfaces only.
in accordance with all provisions of SSP(' PA-I Paint Application, specified dtT
film thic'knesses maintained on edges and comers; sharp cut edges shall be
uniformly relieved to fmxn a slight radius sufficient to permit proper arap of the
coatings.
Manufacturer's printed label instructions for all handling, applying and re-coat
intervals, shall be followed. No work shall be performed when temperature and
humidly' conditions are outside the limitations stated by the coatings manut~acmrer.
Do no apply paint to fe35ng surfaces of high strength bolted friction connections or
at areas to be welded, except as permitted by AISC Manual of Construction.
Handling, shipping and erection of painted steel shall not be performed until
thoroughly dr3'. Special care shall be exercised to avoid abrasion or ouher damage to
the coated surfaces. Stacking and storing of painted members - in the shop, in
transit and at the job site - shall be done using softeners and timbers to keep
individual members free from contact vdth the ground, and with each other; and
shall be protected from soiling by adjacent thbfication or construction operations.
C. Field Applied Coating
Application shall be by spray, each coat with are, to thoroughly clean surfaces only,
in accordance with all provisions of SSPC PA-1 Paint Application, specitied do
film thicknesses maintained on edges and comers; sharp cut edges shall be
uniformly relieved to form a slight raditts sufficient to permit proper ~wap of the
coatings.
DIVISION 9 - Page 8 of 12
DIVISION 9 o FINISHES
Touch-up after erection shall consist of smoothing all damaged painted or
galvanized areas and building back each coat to achieve initial condition. Where
abraded to bare metal, and all other bare surfaces such as on field welds, bolts,
washers, and nuts - the surfaces shall be cleaned to the standard of the shop applied
system and painted with the two coat system, in proper recoating intervals.
Galvanized surface shall omit the primer except where required for touch-up of
damage to galvanize.
D. Coating Materials
Surface Preparation: SSPC Commercial blast cleaning as a minimum. Remove all
mill scale.
Shop applied primer: No. 90-97 TNEMEC - Zinc (By Tnemec Company, Inc., . '
Kansas (816) 483-3400) at 2.5 - 4.0 mils dry. film thickness or approved equal.
Field Touch-up: (In addition to Item C, Paragraph 2, Page 9- 25) No. 90-97
TNEMEC - Zinc as all touch-up.
First Field Coat - apply to all steel, 1 coat 163 Varacure at 4.0 - 6.0 mils dry film
thickness, or approved equal.
Second Field Coat - apply to all steel, 1 coat 163 Varacure at 3.0 - 5.0 mils d~ film
thickness or approved equal.
Colors shall be as selected by the Engineer.
Any coating substitutions will be considered for approval if submitted by copy of
data sheets that include performance criteria off The specified coating, the coating
proposed, a schedule listing the specification article paragraph number, the specified
product and the p[oposed product; and color 'charts. Minimum dry film thickness
herein specified shall hold precedence over whatever recommendations are made for
other supplier's products.
8. Galvanizing where shox~m on the Drawings conform to ASTM A- 123.
NOTE: 163 could be applied by spray in one coat at 7-10 mils dr3' film thickness.
END OF SECTION 09910 - EXTERIOR PAINTING
DIVISION 9 - Page 9 of 12
SECTION 09920 - INTERIOR Pg.{ ~ T t ?~ (,
WORK INCLUDED
Painting of interior walls, ce, i ~g:; d } ,rs. frt~mes, tc,m and unfinished snrfhces as indicated
on Drawings.
EXAMINATION AND C OORDINATI ON
Smd3' the Drawings, Specificarions mid job condittons to determine the extent of painting
and finishing.
Examine surfaces prior to the application of paint. Give notice of any defects which arc
detrimental to the proper and timety performance of the work.
PAINT MATERIALS
A. All finish paint colors used shall be as selected b5 the Owner and or Engineer ,' .~chitect.
EXTRA STOCK
.&mount: Upon completion of the work of this section, deliver to the Ox~mer an extra stock
equaling 10 percent of each color, .type. and gloss of paint used on the work.
B. Packagingi Tightly seal each container and clearly label with the contents and location used
APPROVED PAINT MANUFACTURERS
Typical enamels and emulsions shall be as manufactured by one of the following or
approved equal:
· Benjamin Moore & Company
· The Glidden Compan)
· Sherwin-Williams Company
· Or approved equal
DELIVERY AND STORAGE
Deliver materials to the job site in original containers and packages bearing the
manufacturer's name, type and brand. Paints shall be delivered ready-mixed except as
otherwise approved.
Store materials and equipment used on the job in a single designated space Keep
storage area neat and clean and floors adequately protected from paint spillage. Place
cloths and cotton waste wkich might constitute a fire hazard in metal containers:
remove at the end of each work day.
DIVISION 9 - Page 10 of 12
DUv'ISION 9 - FINISHES
PREPARATION
A. General - Surfaces to receive paint shall be clean, db' and free of all matter which will affect
adhesion of paint or appearance of £mished surfaces.
B. Fixtures: Remove lighting fixtures, canopies, saStch plates, receptacle plates and the like
before painting adjacent surfaces; replace after painting. Protect flush type fixtures.
C. Protection of Adjoining Surfaces:
1. Prior to application of paint, remove fixture times, escutcheons, cover plates and other
similar objects on walls and store in protected area until ready to be replaced.
2. Use tarpaulins, drop cloths, masking tape and other suitable covers as required to protect
adjacent and underlying surfaces which are likely to be stained, spotted or otherwise marred..
PAINT APPLICATIONS
A. Material for succeeding coats on any one surface shall be the product of the same
manufacturer fumishing the first or primer- sealer coat for that particular surface except
where metal primer is used applied in accordance with manufacturer's recommendation.
B. Exercise care so that paint does not splatter. When splattering does occur, remove promptly.
C. Primer and intermediate coats of paint shall be unscarred and completely integral at the time
of application of each succeeding coat. Each coat of paint shall be inspected and approved
before the succeeding coat is put on. Tint each coat of paint a slightly different shade for
identification of the different coats.
D. The number of coats hereinafter specified is in addition to any shop primer coats.
PAINTING SCHEDULE
A. General
1. Refer to Drawings for extent of painting work.
2. The following schedule shall be construed as a general guide for complete painting and
finishing including all spaces, surfaces and items of furnishing or equipment except those
surfaces and items specifically referenced as facto~ finished or as not requiring job finishes.
3. Materials for succeeding coats on any one surface shall be compatible products of the same
manufacturer.
DIVISION 9 - Page 11 of 12
B. Schedule
1. Primed Ferrous Metals i.e. _iqt¢l~ ,x,'~¢~'e .q.i .,5. ,Other than Steel to be painted with
Tnemic)
a) Two coats ...... & 1-.3 c' ]at ,)r alk~,i ~t~trc: (as selected/.
2. Firfished gypsum board and tnn: mxc: all t~scia and tr,m on exterior.
a) Onecoat ...... Latex Pt'liner
b) Two coats ..... Alkad Flat or Enamel i.ts selected)
CLEAN-UP
A. Upon completion of the work, remove staging, scaffolding and containers fi:om the site:
lea.re storage areas in acceptable condition.
B. Replace fixture frames, escutcheons, cover plates and other similar items which were
removed during painting. Paint stops and stains shall be completely removed withoc~t
damage to surface.
END OF SECTION 09920 - INTERIOR PAINTING
DIVISION 9 - Page 12 of 12
DIVISION 10 - SPECIALTIES
GENERAL
The work under this Division shall be subject to the requirements o£ the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
DRAWINGS, SCHEDULES, ADDENDA and other Contract Documents.
P,e£er to the Drawings and Specifications of other trades and Contractors for items which might
affect the ;york under this Division.
TABLE OF CONTENTS - DIVISION NO. 10 - SPECIALTIES
Included in this Division are the following sections:
10430 Exterior Signs
10800 Toilet and Bath Accessories
DIVISION 10 - Page 1 of 4
SECTION 10430 - EXTERIOP, Slt,~, s
GENERAL
Furnish labor, materials, equip~r,rnt a',c applian:c~ ttccess4a or required to perform and
complete all work including, but l,,):
1. Painted Cast Alumimm~ [cttering :md Mount
SUBMITTALS
Shop Drawings: Submit scaled shop drawings showing t'abricafion method, finish, anchoring
methods, layout, and installation method
PRODUCTS
CAST LETTERS
Scope: The project shall include cast letters as described below, to be installed by
contractor. Letterstyle, finish and mounting to be determined by owner.
Acceptable Manufacturer: Subject to compliance with requirements, provide products
manufactured by A.R.K. Ramos Architectural Signage Systems, Oklahoma Citv
Oklahoma, Toll Free 1-800-725-7266, Fax 405-232-8516 or approved equal.
Fabrication of Letters: Fabricate letters to comply with requirements indicated below
and as indicated on drawings.
1. Cast letters: Form letters by sand casting. Produce characters with smooth flat
faces, sharp comers, precisely formed lines and profiles, free from pits, scale, sand
holes and other defects. Cast anchoring devices into individual letters as required for
anchorage.
D. Template: Provide full size paper mounting template showing hole placement an~
location of mounting holes.
E. Finishes: Colors and surface textures for exposed letters as selected by the architect
from the manufacturer's standards.
EXECUTION
INSTALLATION
A. General: locate sign units and accessories where indicated, using mounting methods of
the type described and in compliance with the manufacturer's instructions.
DIVISION 10 - Page 2 of 4
DMSION 10 - SPECIALTIES
Install signs level, plumb, and at the height indicated with sign surfaces free
from distortion or other defects in appearance.
Cleaning and Protection: After installation, clean soiled sign surfaces according to the
manufacturer's instructions. Replace all work showing any' defects or blemishes
without additional cost to o~uer. Protect units from damage until acceptance by the
owner.
END OF SECTION 10430 - EXTERIOR SIGNS
DIVISION 10 - Page 3 of 4
DI~qSI()N 10 - SPECIALTIES
SECTION 10800 - TOILET AND UTILITY ROOM ACCESSORIES
SCOPE
A. Toilet accessories specified herein have been selected from the cun'ent catal,,g
Bobfick Washroom Equipment. Inc. Products of equal quality, design and fm~ction.
be approved.
B. Installation of all equipment shall be done in strict accordance ;vith the approxed
manufacturer's printed directions utilizing the proper anchorage and attachments to the
various wall finishes as designated by the manufacturer.
C. Location of the various accessories not indicated on the Drawings shall be placed at thc
direction of the Engineers in the field.
SHOP DRAWINGS
Submit complete and accurate shop drawings, details or illustrated literature to the Engineer's
approval. No installation shall be made prior to approval of the Engineer.
SOAP DISPENSER
A. Shall be as manufactured by "Bradley Co.", Milwaukee, WI or approved equal by the
Engineer. S~'le shall be model 6562 all purpose (stainless steel).
TOILET TISSUE DISPENSERS
A. Shall be as manufactured by Bradley, model No. 5412, recessed dual roll or approved
equal.
PAPER TOWEL DISPENSERS
A. Shall be as manufactured by Bradley, model No.250-15 or approved equal.
GRAB BARS
A. Shall be as manufactured by Bradley, Model No. 812, or approved equal. Standard
finish size as sho~n on the Contract Drawings.
MIRRORS
A. Mirrors shall be as manufactured by Bradley, or approved eqtml. S .tyle shall be model
720 size as indicated on Drawings.
END OF SECTION 10800 - TOILET AND UTILITY ROOM ACCESSORIES
DIVISION 10 - Page 4 of 4
DIVISION 11 - EQUIPMENT
GENERAL
The work under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENEP,2kL CONDITIONS,
DRA~qNGS, SCHEDULES, ADDENDA and othei 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. 11 - EQUIPMENT
Inctuded in this Division are the following sections:
11721
11780
11822
Scale Video Monitoring System
Radiation Detection System
Gas Detection System
DIVISION 11 - Page 1 of 9
DIVISION 11 - EQUIPMENT
SECTION 11721 -SCALE VIDEO MONITORING SYSTEM
SCOPE
Work under this heading shall consist of furnishing all labor, materials, equipment and
incidentals necessary to complete the installation of a surveillance monitoring s3stcm l.,
include but not be limited to the following:
A. Ultra high resolution color cameras (4)
B. Camera power supply
C. Camera weather enclosures (4)
D. Ivlountings
E. Color Monitors (2)
F. All Cables and Wiring
G. Color Digital Video Recorder
H. Setup and training
INTENT
The intent of this monitoring system is to provide a total of four (4) high resolution color
cameras that can clearly identify the vehicle's license plate on each scale and the abilit:,' to
examine the contents of the waste material inside a conventional trailer body. Each of the t~o
scale operations shall have two cameras (high/overhead and low) with a 10" color monitor
(desktop or mounted) at each work-station located in side of the scalehouse, The scale
operator (2) shall have the ability to toggle between the two respective views or have the
ability to view both camera views simultaneously (overhead and license plate) split-screen.
All four cameras shall be integrated to a color digital video recorder housed inside of the
scalehouse building.
GENERAL
The Contractor shall furnish aod install a total of four (4) cameras as specified to
locations defined on the contract drawings.
Each camera shall be properly fastened inside of specified protective housings.
free from any external sources of moisture. The protective enclosures shall also
regulate temperature conditions to eliminate togging (condensate), freezing or over
temperature conditions.
The Contractor furnish and install include v,vo (2) high resolution color monitors
and a color digital video recorder as specified.
The Contractor shall provide full service of all equipment, including changing
lenses for fine tuning of fields of view, recording equipment setup, adjusting
mounting stands and training of all personnel required to use the ~-stem.
All cables and wiring necessary for the installation of the complete monitoring
system shall be neatly concealed to minimize exposure along the outside of the
building as well as the interior workspace of the scalehouse. Any penetration,
through the building shall be sealed to prevent any external moisture intrusion.
DIVISION 1 t - Page 2 of 9
DIVISION 11 - EQUIPMENT
EQUIPMENT
Cameras shall be high resolmion fixed, auto iris cameras and have the following
minimum properties:
l. Signal System: NTSC or PAL
2. Imagining Device: 1/3" Inch Interline color CCD (Super HAD)
3. Scanning System: 2:1 Interlace
4. Power: 12VDC or 24 VAC
5. Horizontal Resolution: NTCS-450TV lines, PAL- 440 TV Lines
6. Signal-to-noise Ratio: 48db
7. Min Illumination sensitivity: 1 lux (f2.0)
8. Video Out: 1Vp-p Composite (75ohm)
9. Auto Gain Control
10. Exposure: Automatic Control w/DC Iris meter (1/60-1/100,000)
11. Auto White Balance
12. Auto or Manual (switch selectable) Backlight compensation
B
Lenses shall be color hi-resolution only and must meet the following
specifications:
1. Focal Length: 3-6mm
2. Format size: ¼ inch
3. Relative aperture (F): 1.2 to 1.5
4. Auto iris, manual focus, and manual zoom
5. The Angle of view must be 72o-36° deg in the horizontal position and
deg in the vertical position.
52°- 260
The Four (4) camera housings shall consist of two ICS-300 Series Camclosures to be
mounted to separate support poles and two DF5HD-PG-E1 series fixed heavy duD,
pendant mount domes to be mounted to a 20' high light pole. All housings are to be
manufactured by Pelco (800-289-9100) and/or approved equal.
The power supply shall be MSC4-2B series power supply' as manufactured by.
Pelco or approved equal. The power supply must have 120/230VAC input, four
circuit breaker with 24VAC outputs, and total capacity of 2A (45vA).
The color video digital recorder shall be model DX-7108o120 as manufactured by
PeIco or approved equal, and have the following minimum properties:
1. Input: 100-240VAC, 50/60 Hz, 210watts
2. Celeron-CPU, 256MB- RAM, 120GB Total HDD Space
3. Image Size: NTSC 320X240; PAL 352X288
4. Compression: M-JPEG
5. Video Inputs: 8, Video Outputs: 2, Alarm Inputs: 8, Control Output: 8
DIVISION 11 - Page 3 of 9
DIVISION 11 - EQUIPMENT
6. Data Transfer Rate: Write-52X f7.SMB'sec), Re~wite- 24Xi56MBsc,.
Read-52X Max (7.2MB/sec }
7. Video Playback (VCD): 32X max. (6MB sec~
8. Keyboard, PS/2 mouse. RS-422 converter, Windows 2000. DX'I00RX
remote site software, and rack ears nmst also be include m an acces,oric~
pack.
The Color Monitors shall be Pelco model PMC 10A or approved equal. Fhc
Monitors shall be a minimum of 10 inches and have the following minimum
properties:
l. Input voltage: 90-260VAC. 50-60 Hz auto-ranging
2. Power consumption: 95 watts
3. Resolution: 350TV lines
4. Vie;vable picture size: 1 O-inch diagonal
5. Sweep linearity: 10%
6. Speaker output: 1.0 xvatt (-3dbV)
CAMERA POLE
Steel 4" Straight Square Poles: PyTamid Lighting Group, Inc.'s. Gardco ki~ning
'Gullwing" 18 Poles Series SSS20-4-11, or approved equals having:
1. 20' height.
2. Pole shall be steel plate longitudinally welded providing a minimum yield strength of'
36 KSI.
3. Removable top cap.
4. Handhole opening shall be reinforced ~ith cover plate and attachment screws. The
handhole shall be located 1800 ;~4th respect to the luminaire arm.
5. Base cover shall completely conceal the entire base plate and anchorage.
6. Anchor bolts shall be cold rolled steel with miniratm~ yield of 50 KS[. Bolts shall
have an "L" bend on one end with
7. Four 5/8 inch diameter anchor bolts, 18 inches long x~th a 4½ inch right angle leg.
Anchor bolts to be completely hot dipped galvanized. Include 2 galvanized nuts. 1
loekwasher and 2 flat~vasher with each bolt. Template for setting onchor bolts
8. Finish color shall be natural aluminum.
CONCRETE BASES
As detailed on the drax~fngs for the standard light pole base. Bases ma3' be precast or poured in
place.
RIGID NONMETALLIC CONDUIT
PVC Plastic Conduit and Fittings: Carlon Electrical Sciences lnc.'s Plus 40, Certain Teed Corp.'s
Schedule 40, National Pipe Co.'s Schedule 40, or Queen Ci~' Plastic lnc.'s Schedule 4i).
END OF SECTION 11721 -VIDEO SURVEILLANCE SYSTEM
DIVISION 11 - Page 4 of 9
DIVISION 11 - EQUIPMENT
SECTION 11780 - RADIATION DETECTION SYSTEM
DESCRIPTION
Under this Item, the Contractor shall supply all labor, materials, equipment and incidentals
necessary to fumish and install a radiation detection system at the proposed track scale.
SUBMITTAL
The Contractor shall submit shop draxvings and specifications to the Engineer, for approval, for
the proposed radiation detection system, foundations and equipment placement prior to delivery
to the site.
MATERIALS
A. Radiation Detection System: The radiation detection system shall be Model 3500-
1000RWM Waste Monitor as manufactured by Ludlum Measurments, Inc. (325-235-
5494) or approved equal. The System shall provided shall include:
I. (1) Microprocessor Based Electronic,s,
2. (2) 480in Plastic Detectors with 200 Cables
3. (1) 5" Diameter Red Alarm Strobe with 50' Cable
4. (1) 40 Column Date/Time Printer
Detector Assemblies - The radiation detection assembly shall be feature the folloxving:
1. Two detectors for pole mounting.
2. Medium and high energy gamma emitters.
3. Detection volume of 960 cubic inches.
4. Remote microprocessor, high voltage supply, phot0multiplier divider assembly,
pulse height discriminator and line driver electronics.
Control Unit - The radiation detection assembly shall be feature the following:
2.
3.
4.
5.
6.
7.
8.
9.
Maximum sensitivity is set automatically.
READY (green) and ALARM (red), LOST SIGNAL (yellow)
Sound for alarm and alert conditions, with push button resets
Background compensation from 4-34 deviations.
Continuous self diagnostics
Meter shall be 3.5"arc, lmA analog type, with a meter dial of 0-25kcps
Must contain a 9 pin connector to allow a computer/printer to be connected
Must conta'm a 5 pin connector for connection of external alarm indicators
Ivfust contain a 3 pin connector for connection of external alarm indicators
Checkout and Training: The Contractor shall provide one (1) day of checkout and
training of the completely installed radiation detection equipment. The Contractor shall
coordinate the training with the Owner of the facility.
DIVISION 11 - Page 5 of 9
DIVISION 11 - EQUIPMENI
Foundation/posts/housing: The Contractor shall provide concrete foundation un~! Steel
Square posts for the detector assemblies. Fouudations and steel posts =b~ali thee,
manufacturer's recommendations. The Contractor shall assemble a steel housing around
each detector as shown on the contract drawings. ]'he steel shall be ;5" plate stee! grade
836.
Conduit: The Contractor shall furnish and install dedicated 1" diameter schedule 4O
PVC conduits from each detector assembly in the scale house. The conduit shall bt:
installed in the most direct path available, with necessary fittings, connectors, crc
necessary to provide xvatertight terminations at each end.
Bollards: Four bollards shall be furnished and installed for protection of the post
mounted detector assemblies. The bollards shall be 6" diameter concrete filled schedule
40 steel pipe and painted fluorescent yellow. Foundations/'or bollards shall b~:
diameter and 30" deep. The overall height of the bollard shall be 6" higher than the
detector assemblies; each detector shall have 2 bollards.
END OF SECTION 11780- RADIATION DETECTION SYSTEM
DIVISION l I - Page 6 of 9
DIWISION 11 - EQUIPMENT
SECTION 11822 - GAS DETECTION SYSTEM
GENERAL
A natural gas (LEL) and carbon monoxide (CO) detection system shall be supplied for the
relocated scale house building. The system shall consist ora single control panel, (3) remotely
mounted LEL sensors, and (1) remotely mounted CO sensor. The system shall be the Mine
Safety Appliances Co. QuadOas Il control panel with Ultima XA gas sensors, as distributed by
Vanguard Controls Inc. at (973) 691-2246, or approved equal. Contractor is responsible to
furnishing all labor, materials, equipment and incidentals necessary to complete the
installation and testing of a gas detection system
EQUIPMENT
A. Natural Gas Sensor Requirements
The natural gas sensor shall be the catalytic-bead type, MSA Model Ultimax-A-3 I-E or
approved equal. The detector shall have a detection range of 0-100% LEL and a
demonstrated resistance to silicones and reduced sulfur compounds. The transmitter
shall have built-in display with non-intrusive calibration, and shall be rated NEMA 4X.
Transmitter output shall be 3-wire, 4-20 mA.
The sensor shall be dual-condulet type, whereby the sensor housing and transmitter
housings are separate. Two of the LEL sensors shall be mounted in the crawlspace
below the building with their respective transmitters inside the building. The
crawlspace sensors shall incorporate a sensorgard fitting and remote calibration tubing
allowing normal calibrations to be performed from within the building at the
transmitter location.
The contractor shall install the sensors per the manufacturer's guidelines, and shall
furnish and install the necessary signal cable in conduit between the sensor,
transmitter, and the control module.
B. Carbon Monoxide Sensor Requirements
The CO sensor/transmitter shall be the electrochemical type MSA Model Ultimax-A-
II-B or approved equal, with a detection range of 0-100 PPM and 3-wire 4-20 mA
output. The transmitter shall be rated as NEMA 4X.
The contractor shall install the sensors per the manufacturer's guidelines, and shall
furnish and install the necessary signal cable in conduit between the sensor/transmitter
and the control module.
DIVISION 11 - Page 7 of 9
DIVISION 11 - EQUIPMENT
C. Control Panel Requirements
The control panel shall be wall mount type MSA Model 215345 QuadGa.4 ii (J:t>
Monitor/Controller, or approved eqnaL The Panel shall have a NEMA 4X rating, and
shall operate on 115 VAC, 50/60 Hz power. The panel shall be capable of supporting
up to (4) remote gas sensors.
2. A scanning module xvith three digit LED readout shall be provided for the purpose oJ
displaying the gas value of each sensor and initianng alarms.
3. Visual Alarm Indicators - The monitor shall have a separate indicating lights for each
of (2) alarm levels and system fault light.
Alarm Set Point Levels - Two separate alarm set point levels shall be provided fo~'
each channel (warning and alarm). Each set point shall be independently a4justable
any value in the readout range.
5. Each gas channel shall have one SPDT, 8 amp warning relay. Common SPD-[, 8 amp
alarm, horn, and fault relays shall also be provided.
Audible Alarm - A 75 db audible buzzer shall be integral to the panel, and shall have
an associated SPDT horn relay tbr energizing remote audible devices. The integral
buzzer and horn relay shall be capable of reset during active alarm events.
D. Remote Alarms
Upon any detection of natural gas above 20% LEL or CO above 25 PPM, red
strobe/buzzer unit shall be activated inside the building, and the crawlspace exhaust fan
shall be automatically engaged thought the alarm panel's relays to exhaust any gases within
the crawlspace.
E. Foundation Exhaust Fan
Contractor shall fnrnish and install a foundation exhaust fan within the crawlspace at th.~
proposed locations. The Exhaust fan shall be a Model SE-12-432-CB as manufactured by
Greenheck (715-359-6171)or approved equal. The fan shall be wired in to the MSA
control panel so that in the event of an alarm situation from the gas detection sensors located
within the crawlspace, the exhaust fan ~xSll engage automatically to cleat the crawlspace of any
dangerous gases. The fan shall automatically remain on until the sensors are no longer in
alarm mode.
The Fan shall have the following minimum properties: 1. Fan Shall be 1/8 Hp
2. Fan must be explosion proof
3. CFM Rating: 438 min
4. Motor RPM: 860
DIVISION l 1 - Page 8 of 9
DIVISION 11 - EQUIPMENT
F. Calibration Accessories
Contractor shall furnish a calibration kit with sufficient test gas to allow for quarterly
calibrations for two years following initial start-up. Kit shall include a hand-held IR calibrator
allowing one-man calibration at the Ultima XA gas sensor locations.
G. Start-Up and Training SeN, ice
Contractor shall provide the sen,ices of a factory representative for the purpose of initial start-
up, calibration, and training of the Owner's personnel in proper system operation and
maintenance.
END OF SECTION 11822 - GAS DETECTION SYSTEM
DIVISION 11 - Page 9 of 9
DIVISION 13 - SPECIAL CONSTRUCTION
.GENERAL
The work under this Divisic,n shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
DRA~vTNGS, 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 - DMSION NO. 13 - SPECIAL CONSTRUCTION
Included in this Division are the following sections:
13046
13120
13122
13410
Information Booths
Steel Deck Motor Truck Scale
Pre-Engineered Metal Building Systems
Above Ground Double Wall Storage Tanks
DIVISION 13 - Page 1 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
SECTION 13046 - INFORMATION BOOTHS
GENERAL
Provide all labor, equipment and materials to furnish and install prefabricated pot[able steel
building(s) where shown on the contract drawings. The installation shall include bu[
limited to:
1. Site/foundation work.
2. PVC stub for electric
3. Unloading, placement, installation and anchoring.
SUBMITTALS
Catalog sheets, specifications, and installation instructions ibr each material
specified.
Physical property data for prefabricated booths.
REFERENCES
Prefabricated building manufhcturer shall provide the locations and owne/'s of 3 similar buildings
that have been in service more than three years so that the architect can inspect on site and obtain
a statement from the owners on the quality of workmanship (fit and finish).
SUBMITTALS
Upon award of order, manufacturer shall prepare and submit shop drawings fbr each different
building required for this project. Drawings shall include elevations, section, floor plan, electric
schedule, service entrance locations, and anchor clip detail.
Color charts illustrating available colors and patterns for specified finishes shall be submitted to
owner Ibr prompt selections.
QUALITY ASSURANCE
l. Structures shall be the product of a manufacturer with a minimum of 20 years-
documemed experience in the design and fabrication of portable steel buildings,
The recommended manufacture is Par-Kut International, Inc., 40961 Production Driw,
Harrison Township, Michigan, 48045, Phone (586) 468-2947. Fax 1586) 463~6059.
website: x~xv.parkut.com, email: sales,~parkut.com, or approved equal.
Manufacturer shall maintain and fumish proof of maintenance of qualit5 assurance
program vxSth regularly scheduled independent third part3.' testing. Production process will
include a minimum of 5-stage, 35-step inspection.
Prefabricated buildings by manufacturers other than the one approved shall submit
sufficient data to enable approval to be given. As a minimum: design drax~,ings and. er
DIVISION 13 - Page 2 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
calculations, applicable certifications, catalog information, and color samples showing
equal range of variety.
A request for substitution must include a list of three or more projects in satisfactory
service for not less than three years that use products identical to those being
proposed for substitution. For each project, provide name, address, and telephone number
of the A/E firm, the contractor and the owner. Requests for substitution after bids have
been submitted will not be considered.
Electrical devices factory installed within the prefabricated building shall be UL listed.
Factory installed wlxing system shall bear UL Classification label certi ~fying compliance
with the current NFPA's National Electrical Code
Adherence to applicable portions of state and local building codes is the responsibility of
the installing contractor. Building manufacturer shall not be responsible for
permits, special engineering calculations or architectural type drawings unless otherwise
notified in writing three weeks prior to release of bid document.
8. Design loads: Live Loads: Floor 50 PSF, roof 50 PSF, wind 100 MPH.
PRODUCTS
The attendant's booth shall be a Pre-assembled unit. The unit shall be Model 86 PRES as
manufactured by Par-Kut Imemational, Inc or approved equal. Unit shall include hip
roof, colonial style xvindow mullions and architectural wall treatment.
Structure: Prefabricated steel building shall be single unit welded steel construction with
14-gauge galvannealed steel panels and tubing on the exterior and 18-gauge galvannealed
steel interior panels. Exterior walls beneath window line shall include raised rib
architectural tube steel treatment utilizing 1" x 2" ribs and a formed 1-1/2" by 6" formed
base panel. Building to be shipped completely assembled. All welded joints ground
smooth. Aluminum or fiberglass construction not acceptable.
Base and floor: Base height shall be 4 inches for outside use. Floor shall be 12-gauge
galvanized steel, 4-way tread plate. Four 1/4" steel angle anchor clips with pre-drilled
holes are provided to secure building. Anchor bolts by installer shall be galvanized or
stainless steel.
Door(s) shall be top-suspended hea~3' duty sliding galvarmealed steel, 18-gauge
minimum, fully weather-stripped. Include Adams Rite,~ #1850 hook bolt type lock, view
window and all roller assembly hardware. Trolleys shall be ball bearing, adjustable
pendant type.
Windows: Shall be steel construction, properly primed and finish painted, fabricated in
decorative colonial style. Perimeter window mullion shall be 1-1/2y x 1/4" and inner
window mullions shall be 1" x 1/4". All ~vindows shall be fixed unless clearly stated
DIVISION 13 - Page 3 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
otherxvise. Window, s will haxe interior anodized aluminum stops screv, ed in place
easy glass replacement, ii' required. Furnish glass of type specified herein. Windo~xs
shall be squared and weather-sealed at the factoD.
A cashier's window shall be installed in one window location as shown on the cc, ntra,.t
drawings. The window shall be a tull height, side-sliding windo~x.
Glazing: All windows and doors shall contain clear tempered safety glass, 1/4" minimnni
thickness.
Finish: All steel surfaces shall be painted with rust inhibitive epoxy primer. Ali exposed
interior and exterior steel surfaces shall be painted with one finish coat of industrial
acrylic epoxy. Choice of single color of paint for the building and one separate colin
the roof as selected by oxx:aer from manufacturer's standards. Additional colors available
for extra charge.
Canopy: Shall be 14-gauge galvanneated steel and shall extend 6" beyond the side walls
At soffit, underneath the overhang, supply decorative crown molding. Standard fascia
height shall be 3". Omit hip roof for buildings to be located within a garage or under
cover.
10.
Roofi Roof surface shall be 14-gauge galvannealed steel sheet with 1" standing ribs 1.2'
16" on center. Roof welded, caulked and weatherproofed. 4:12 pitch minimum Hip
roof will have ridge cap covers fabricated of formed 14-gauge galvannealed steel l '2"
perimeter drip edge standard.
11.
Insulation: Walls shall be insulated xxSth 2" rigid fiberglass board, R=I0. Roof structure
fully insulated, R=I 7.4.
12.
Work counter: One 18" minimum depth 14 gage painted steel counter across width or'
booth. Include one (1) 16" wide steel storage drawer, and one (i) locking cash draw
Counter shall be ~velded in place. Include one electrical cord access hole.
13.
Electrical: Unit shall be delivered complete with all wiring required for two-lamp
shielded fluorescent light with lamps and wall switch, one 110V duplex outlet, heater, and
a 100A 12-circuit load center with 100A main. All wiring copper No. 12 minimum,
enclosed in EMT. All fittings, wiring devices and fixtures UL listed. Ready for site
connection. Three ~vire 240/120V single-phase se~4ce required. Thru-wall a,'c optional.
14.
Heating/Cooling: Electrical wall unit shall be a combination heaffcool unit. The unit shall
be fan-forced type 'including integral thermostat. Minimum size shall be 120V;1500~
EXECUTION
The Contractor is responsible to install prefabricated buildings on fiat and level concrete pad ir~
accordance with the manufacturer's recommendations and placement drawings. Position units
over utility stub-ups, verify building is level and anchor.
END OF SECTION 13046 - INFORMATION BOOTHS
DIVISION 13 - Page 4 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
SECTION 13120 - STEEL DECK MOTOR TRUCK SCALES 40 TON WITH ANALOG
LOAD CELLS
GENERAL PROVISIONS
Ali work shall conform to the requirements of the follo~ving:
· Furnish and install one steel platform motor track scale and associated electronic controls.
· The scale shall have a clear and unobstructed weighing surface of not less than 70 feet in
length by 11 feet in width.
· The scale shall be fully electronic in design and shall incorporate a restraint system that limits
motion of deck.
· The scale shall be designed to perform as a single weighing platform and shall be of flat top
design.
· The scale shall have a gross weighing capacity of 135 tons and shall have a concentrated load
capacity of 40 tons.
· The scale shall be designed to accept vehicles, which generate up to 80,000 lbs. per tandem
axle.
· The scale shall be calibrated 200,000 lb. by 20 lb. increments.
· Load ceils shall be constructed of stainless steel.
· The scale must have no more than 8 load ceils.
· The scale shall be NTEP certified and shall meet the requiremen;s as set forth by the National
lnstltute of Standards and Technology Handbook 44, current edition for class III L devices.
The scale manufacturer s.hall provide a Certificate of Conformance to these standards.
Provisional certification will not be acceptable.
· The design and manufacturer of the scale weighbridge, toad cells, digital instrument, and
associated accessories, shall be one manufacturer to maximize compatibility and availability
of components and design.
· The manufacturer shall provide ~4th the bid proposal a listing of major spare parts and their
prices including but not limited to, replacement load cells, digital instruments, junction
boxes, circuit boards, and associated accessory parts.
· The scale shall be a Cardinal Model 13570-EPR or equal.
DIVISION 13 - Page 5 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
SCALE FOUNDATION REQUIREMENTS
The foundation shall meet ali local requirements and the minimum specifications as stated in thiq
section.
· The minimum soil bearing required shall be 3,000-psfminimum.
· The foundation shall extend to the frost line at the load cell piers. The areas between the loaci
cell piers are not load beating and are tbr cover.
· The foundation shall provide a minimum of 3" of clearance to the weighbridge.
· The approach slab shall be a maximum of 15 1/2" above grade.
· The foundation shall be constructed of concrete with a minimum strength of 3,500 psi.
· The entire foundation shall be tied together by a minimum of 6" X 6", 10 gauge woven wire
mesh, which shall cover the entire length and width of the foundation.
· The foundation shall be constructed to provide positive drainage away from the foundation.
· The foundation shall be designed to include txxo approaches, one at each end of the scale in
accordance to local regulations and to the guidelines of the National Institute of Standards
and Technology Handbook 44, current edition.
WEIGHBRIDGE SPECIFICATIONS
All work shall conform to the requirements of the following:
· The scale weighbridge shall be capable of weighing trucks having a tandem axle weight of up
to 80,000 lbs.
· The weighbfidge shall consist of 3 prefabricated modules.
· The weighbridge shall allow side access to load cells and junction boxes. The.deck module~
are to be designed with interlocking yoke and pin arrangement for "no bolt" assembly
· All required junction boxes, load cells and interconnecting cables shall be furnished and
installed at the job site.
· All xvork shall conform to the requirements of the following:
o The weighbridge and load cell mounting assemblies shall be designed to allow
installation or replacement of a load cell with only one additional inch of clearance
required between the top of the foundation and the bottom of the weighbridge.
DIVISION 13 - Page 6 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
There shall be no bolted connectious between the load cell and xveighbridge assemblies.
SURFACE PREPARATION AND FINISH
The weighbridge shall be shot blasted to a minimum of SSPC SP6 specification prior to painting,
then coated with Sherwin-Williams EPOLON II epoxy in Cardinal blue.
LOAD CELL SPECIFICATIONS
All xvork shall conform to the requirements of the follo~ving:
All load cells are to be of double-ended shear beam type and shall have a minimum capaci .ty
of 50;000 lbs. with 150% safe overload rating.
Load ceils shall be certified by NTEP and meet the specifications as set forth by the National
Institute of Standards and Technology Handbook 44 for Class III L, 10,000 devices. The
manufacturer shall provide a Certificate of Conformance to these standards.
· Load cells shall output an analog signal to the scale instrument; digital signals fi:om the load
cells are not acceptable.
· The load cell assemblies shail incorporate double link suspension.
· The load cell shall be stainless steel.
LOAD CELL SPECIFICATIONS
The load cell shall have a cable that is made as an integral part of the load cell.
Overload
Safe
Ultimate
Rated Output mV/v.
Resistance
Input
Output
Zero Balance
Excitation Voltage
Non-lineadty
Hystersis
Non-repeatability
Creep
Deflection
Insulation Resistance
Temperature Range
Compensation
150%
300%
2.0 + 0.1%
791 OHMs
700 + 1% OHMs
1% of rated output
15 vdc max.
+ 0.03% of rated output
+ 0.03% of rated output
+ 0.02% of rated output
+ 0.03% of load in 20 min.
0.016
5k megohms
14°F to 104°F
DIVISION i3 - Page 7 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
Operating
Temperature Effect
Rated Output
Zero Balance
V Min
-20°F to +200F
_+ 0.0008%: F of load
± 0.0015% ' F output
2 lb.
Load cells shall be Cardinal Scale stainless steel model DB-50000S or equal.
JUNCTION BOXES AND CABLE
All work shall conform to the requirements of the follovAng:
· All junction boxes shall be NEMA 4.
· Junction boxes shall be accessible for inspection and maintenance from the side of thc scale
platIbm~.
· The load cell cable shall be terminated blocks on the junction box circuit board.
SURGE VOLTAGE PROTECTION SPECIFICATIONS
While it is understood that then is no total protection from lightning, a comprehensive surge
voltage protection system shall be provided x~ith the scale. The system shall not requtre
complicated g4ring or devices to provide this protection. There shall be a surge protection
system built into the load cells themselves and surge voltage protection in the junction box on the
scale and section seal box.
Proper grounding is a critical part of any surge voltage protection system. All scale component~
shall be grounded to one common point. The grounding point shall be in accordance x~4th the
scale manufacturing company's specifications. The grounding system shall be inspected and
maintained during the normal maintenance and calibration progran~.
The Contmct0r shall install (2) two 8' long x 9~" diameter ground rods per scale. Scales shall be
connected to the ground rods by a minimum 1/0 gage wire x~Sth appropriate bolted connections to
from a continuous bond.
WARRANTY REQUIREMENTS
The scale manufacturer shall warrant the scale assembly, including the deck and components
below the deck for 3 years, digital weight indicator; printer and peripheral devices shall be
covered for I year or by manufacturer's standard warrant),.
The manufacturer or its local representative shall present a program of regular maintenance and
calibration service. Inspection shall occur at a minimum of once every slx months and shali
comply xvith the guidelines as set forth by the manufacturer, local regulations and the current
edition of the National Institute of Standards and Technology Handbook 44.
END OF SECTION 13120 - STEEL DECK MOTOR TRUCK SCALES 40 TON WITH
ANALOG LOADCELLS
DIVISION 13 - Page 8 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
SECTION 13122 - PRE-ENGINEERED METAL BUILDING SYSTEMS
GENERAL PROVISIONS
~%rork under this Section includes the design, fabrication, delivery', and erection of the structural
framed structure with metal roofing system in this Project. Included are all the structural steel
framing, fasteners, joists, furnishing anchor bolts, purlins, girts, bracing, roofing, wall panels,
gutters, flashing and any other material or equipment for a pm-engineered metal building.
The General Contractor shall be responsible to adapt structural foundation design as required based
on final selection of building manufacturer and size of structural steel.
REFERENCES
Reference Standards: Comply with the following as applicable:
1. Design, Fabrication and Erection: "Specification for the Design, Fabrication and Erection
of Structural Steel for Buildings" and the "Code of Standard Practice for Steel Buildings
and Bridges'I by the American Institute of Steel Construction (.~ISC Specification and
Code).
2. Design and Fabrication of Cold-formed Steel Structural Members: "Specification for the
Design of Cold-Formed Steel Structural Members" by the American Iron and Steel Institute
(AISI Specification).
3. Welding: Comply x~4th the provisions of the "Structural Welding Code - Steel, AWS D 1.1"
or the "Structural Welding Code - Sheet Steel, AWS D1.3", by the American Welding
Society (AWS Codes).
4. High-Strength Bolting: Provide high strength bolting In accordance with the "Specification
tbr Structural Joints Using ASTM A325 or A490 Bolts" approved by the Research Council
on Riveted and Bolted Structural Joints of the Engineering Foundation on August 14, 1980
except as follows:
a. Item 1 (c): Wind connections and. all other connections transferring moment shall be
included among the connections limited to friction-type.
b. Item 5(b): All high strength bolts shall have a hardened washer under the element
(nut or bolt head) turned in tightening, regardless of the method of tightening.
c. Item 6: The inspection of bolt tightening shall be as specified under Item 6(d).
Furnish the calibration device and the inspection torque wrench, and make them
avail:able, upon request, to the Engineer or designated inspection laboratory during
the entire period when steel is being fabricated and erected. The inspection torque
x~Tench shall be capable of indicating ~hat the job inspecting torque has been reached
by a second method in addition to direct observation of the wrench dial. The
inspection wrench calibration and the bolt tightening inspection shall be performed
by the Contractor, and shall be ~Stnessed by the Engineer/Architect or the
designated inspection laboratory..
5. Pedestrian Doors and Frames: Comply with applicable requirements of Steel Door
Insfitute's "Recommended Specifications for Standard Steel Doors and Frames" (SDI-100).
6. Clevises, Turnbuckles, and Sleeve Nuts: Comply xvith the "Steel Construction Manual" by
The American Institute of Steel Construction (AISC Manual).
DIVISION 13 - Page 9 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
Gag~s:
Sheet Steel: U.S. Standard.
Steel Wire: U.S. Steel Wire Gage.
DESIGN REQUIREMENTS
Design Criteria: Building design shall conform to the Metal Building Manu~acturcr~
Association's (MBS, L~X) "Design Practices" and "Code of Standard Practice". "Building
Code of New York State" and ~4th the following criteria:
Design Load: Basic design loads shall include dead, live, wind, uplift, sno~.
temperature, and seismic zone in addition to all dead and collateral loads in accordance
with IV[BNA and the Building Code of New York State and all other applicable codes
Light-gauge elements of the building shall be designed in accordance with th~
"Specification for the Design of Light-Gage Cold-Formed Steel Structural Members'
published by AISI.
3. Provide framing for all door, window and louver openings.
4. Roof pitch for the major steel "bents" shall be 3-inch on 12-inch.
SUBMITTALS
Shop Dra~vings: Drawings shall shoxv specific apphcation to this Project. Submit all
required dra~Sngs in one submission, except as noted.
1. Erection Dra~vings: Manufacturer's complete erection draMngs, h~dicate
manufacturer's identification marking for the components.
Structural Drawings:
a. Manufacturer's drax~Sngs showing base plate dimensions and foundation loads
for all columns and/or rigid flames.
b. Manufacturer's dra~vings showing anchoring details for the sill members, door
jambs, and other miscellaneous items requiting connections to the concrete
foundation.
c. Manufacturer's details tbr any proposed wall wind bracing system other than
portal columns as shown.
d. Foundation drax~Sngs showing dimensions and elevations of all piers, walls.
and footings required.
e. Anchor bolt plan showing the location of all columns and/or rigid frames, and
the location of all necessary anchor bolts or other main framing connections t{~
the concrete foundation.
f. Anchor bolt and tie rod details.
Note: Drawings required under 2.d., 2.e., and 2.f. shall not be submitted until the
manufacturer's drawings required under 2.a.. 2.b.. and 2.c. ha~e been
approved.
DIVISION 13 - Page 10 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
Note: Manufacturer's standard sheets sho~ving loads or details for a multiple range
of building spans, heights, and loadings will not be accepted.
Architectural Drawings: Architectural detail drawings for all auxiliary building
components and accessories.
Product Data: Manufacturer s catal% sheets, spemficat~ons and installation instructions for
the folloxving:
2.
3.
4.
5.
Roofing panels.
E:cterior wall panels.
Trim, exterior and interior.
Flashings.
Sealants and gaskets.
Samples:
1. Color Samples: Manufacturer's standard colors for exterior wall and roofmg panels,
trim, and other facto~ color-coated components.
Quality Control Submittals:
1. Design Calculations: Manufacturer's design calculations, signed and sealed by a
licensed Professional Engineer registered in the State of New York, for the
structural framing and exterior wall and roofing panels. The framing plan, structUral
elevations and all other structural drawings shall bear a New York State
Professional Engineering registration stamp of Engineering who is responsible for
the structural design.
a. The Engineer's cover letter shall state that he or she has received a set of the
Contract Drawings and Specifications and that the design calculations are
based on the requirements of the Contract Drawings and Specifications.
b. Design shall take into consideration the necessary clearance for the overhead
door track at the rigid frame compression flange bracing, and the necessary
increase in girt height at the concrete unit masonry core area.
Certificates: Metal building manufacturer's written certification that the structure.
has been designed in conformance to the specified design loading and other design
requirements.
Contract Closeout Submittals:
1. Warranties:
a. Roofing Panels: Metal building manufacturer's 20 year warran~ on roof'mg
panels and related trim against rupture, structural failure, or perforation due to
atmospheric corrosion.
DIVISION 13 -Page 1 1 of 28
DIVISION 13 - SPECIAL CONSTRUCYION
Exterior Wall Panels: Metal building mann£acturer's 20 ,','em' x.xmTartt., tk,t
factoD' applied cotor finish on exterior surfaces of exterior wail 9antis ,tn,,
related trim against blistering, peeling, cracking, flaking, checking, chippit~g
color change exceeding 5 N.B.S. units (per ASq'NI D-2244), and chalking
exceeding a rating of 8 (per ASI'M D-659).
QUALITY ASSUR,ad'qCE
Manufacturer's Qualifications: The manut:acturer of the pre-engineered metal building
shall be regularly engaged in the design and fabrication of pre-engineered, pre-fabricated
metal buildings, shall have fia'nished such buildings for five similar projects that i~a;~.
been in use for not less than five >'ears, and shall be snbject to the approx al
Engineer/Architect. The building manufacturer shall be capable of furnishing compatible
auxiliary building components and accessores sho;;~n or specified.
If requested, furnish to the Owner the names and addresses of five similar prQiect~,
~vhere the manufacturer's building has been in use tbr five 3,'ears.
Installer's Qualifications: The person supervising the installation of the work ~)f thi,.
Section shall be experienced in pre-engineered metal building ~vork, and shall have been
regularly employed by a company engaged in the erection and installation; tit sach
buildings for a minimum of three 3rears.
If requested, furnish to the Engineer/.~chitect the names and addresses of three
similar projects for which the supervisor has supetwised the erection and installation
of pre-engineered metal buildings.
Regulatory Requirements:
1. Code: Comply with the applicable provisions of the Building Code of Ne~ York
State.
2. Column Fire Rating: Comply with the applicable specifications and details ot
Underwriters Laboratories, Inc.
3. Building Grounding: Comply vAth National Electrical Code.
ACCEPTABLE MANUFACTURERS
Subject to compliance with requirements, provide products by one of the follov~qmg or other
approved equal:
1. American Buildings Company
2. Star Building Systems
3. Butler Manufacturing
4. Package Industries
The manufacturer shall be the prime contractor for the design and fabrication of the
building.
DWISION 13 - Page 12 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
DELBrERY, STORAGE, AND HANDLING
Deliver building components, except structural steel, to the Site in unopened cartons,
crates, or other protective containers beating the manufacturer's labels.
Components shall have manufacturer's identification marking corresponding to the
marking shown on the erection draxvings.
C. Keep materials dry w~le in storage.
Handle materials by a method which will prevent damage to components, including
finishes.
MATERIALS
Basic Materials: Except as otherwise specified or indicated on the Drawings, building
components and assemblies shall be fabricated from the following applicable materials as
required to produce units conforming to the design and types of fabrications required for
the building.
4.
5.
6.
7.
8.
..
10.
11.
12.
13.
Structural Steel Members: ASTM A36, A529 or A572 except as otherwise
indicated.
Cold-Rolled Structural Steel: ASTM A446, Grade A except higher strength grade if
needed to comply with design criteria.
Cold-Formed Structural Steel: ASTM A570.
Structural Steel Tubing: ASTM A500, Grade B or A501.
Steel Plate and Bar Stock: ASTlvl A529 or A572.
Steel Pipe: ASTM A53, type and weight as required, Grade B..
Anchor Bolts and Tie Rods: ASTM A36 or A675, Grade 70.
Cle~4ses, Turnbuckles, and Sleeve Nuts: Similar to those shown in Part 4 of the
AISC Manual. The safe ~vorking loads shall be adequate for the building furnished.
High Strength Bolts: ASTM A325.
Common (Standard) Bolts: ASTM A307.
Steel for Shims and Fillers: ASTM A569.
Welding Materials: AWS Codes, type required for materials being ~velded.
Covering Fasteners:
a. Screw Bolts: Type 300 series stainless steel capped low profile head, 200
inch lb rain stripping tongue, color finish on exposed exterior surfaces
matching adjacent panels/trim.
b. Sheet Metal Screws: Type 300 series stainless steel or ASTM A165 cadmium
plated case hardened carbon steel, self-drilling or self-tapping, standard
hexagonal head or hex-washer head, color finish on exposed exterior surfaces
matching adjacent panels/trim.
c. Rivets: Aluminum, pull type, 1400 lb setting strength, 1650 lb shear strength,
350 lb min push out strength, color cap on exposed exterior surface matching
adjacent'panels/trim.
DIVISION 13 - Page 13 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
d. Sealing Washers: Neoprene ,rashers. AS]TM D735
14.
15.
16.
17.
Shop Primer Paint for Framing: Equal pertbnnance requirements of FS TT-P-63t.
or TT-P-664.
Cold Galvanizing Compound: Single component compound giving 93 percent pure
zinc in the dried film, and complying with DOD-P-21035A (NAVY!
Bituminous Paint: Asphaltic type, SSPC - Paint 12.
Bedding Mortar:
a. Cement Grout: Portland cement complying with ASTM CI50, Type I or IiL
and clean uniforml5 graded natural sand complying with ASTM C404, size
No. 2: mixed at a ratio (by ,~olume') of 1.0 part cement to 3.0 parts sand, ~iri:
only the minimum amount of water required for placement and hydratior,.
b. Shrill-Resistant Grout: Factory-packaged, shrink-resistant, non-staining.
non-ferrous mortar grouting compound selected from the follo~4ng:
1) Masterflow 713 by Master Builders.
2) Sonogrout by Sonnebom.
3) Five Star Grout by U.S. Grout Corporation.
4) Crystex by L&M Construction Chemicals.
5) Non-Corrosive, Non-Shrink Grout b5 A.C. Horn.
Assembly and Installation Accessories: Building manufacturer's standard reinforcements,
extensions, clips, brackets, miscellaneous fasteners and anchoring devices, spacer~.
furring s!rips, closures, flashings, expansion joints, thermal breaks, adhesives, and other
components needed for a complete, pem~anently weatherproof installation. Mmerials
shall be non-deteriorating, corrosion resistant, and compatible with adjoining materials.
Connections: Fasteners shall be of size and in quantities to securely and pemtanemly join
building components, and shall be complete with necessary hardware and accessories a,~,
required for the application. Connections shall allow for expansion and contraction m
accordance with the approved design. Screw bolts and rivets shall have metal-backed
sealing washers. Except as other~vise indicated, provide the following fastener ~pes for
the following locations:
2.
3.
4.
Roofing Panels to Structural Members: Screw bolts or rivets.
Wall Panels to Structural Members: Screw bolts or standard bolted connection.
Wall Panels to Wall Panels: Screw bolts, sheet metal screws or rivets.
Interior Panels to Supports: Cadmium plated steel fasteners of required Upe for
secure attachment.
Trim: Same fasteners as adjacent panels.
Sealants, Gaskets and Closures:
l. Tape Sealant: Flat shaped, elastomeric, non-hardening, ribbon sealant: tx'pc
recommended by building manufacturer tbr the particular use and conditions or'
application.
2. Tube or Pumpable Sealant: Polybutenebutyl or acrylic terpolymer base sealant, or
other type sealant recommended by building manufacturer for the particular use and
conditions of application.
DFVISION 13 - Page 14 of 28
DIVISION 13 ~ SPECIAL CONSTRUCTION
3. Gaskets: Rubber, building manufacture's standard shapes.
4. Closures: Closed cell foam or rubber material, formed to match panel profiles,
sized to provide weather tightness.
Galvanizing:
specified.
1.
2.
3.
4.
Complying with the following requirements except where otherwise
Formed Sheet Steel: ASTM A653, coating designation G-90.
Assembled Steel Products: ASTM A123.
Iron and Steel Hardxvare: ASTM A153.
Products Fabricated From Rolled, Pressed and Forged Steel Shapes, Plates, Bars and
Strip: ASTM A123.
Color Finish: Factory applied color f'mish system on exposed surfaces of steel
components specified to receive color finish, complying with the following requirements:
1. Surface Preparation: Galvanized steel shall be given a chemical conversion
treatment conforming to Federal Government Specification MIL-C-490A, Type 1,
Grade 1.
2. Coating: After conversion treatment, metal shall be precision coated with
thermosetting polymedzed enamel to a dry film of one mil, plus or minus 0.2 mil,
over the entire material width prior to forming of panels.
3. Finish Pigmentation: Inorganic pigments selected for maximum durability and
resistance to fading, except do not use aluminum pigment. Use Kynar 500 or
approved equal.
4. Finish Gloss: Evenly maintained over the entire surface at 30, plus or minus 5 units,
as measured on a 60 degrees Gardner photo volt meter for appearance, balance,
reflectivity and durability.
5. Colors: As selected by the Owner from building manufacturer's standard colors.
Note: Shop painting shall be the responsibility of the pre-engineered metal
building manufacturer.
Note: Field finish coat(s) painting shall be the responsibility of the General
Construction Contractor.
PRIMARY BUILDING FRAMING
Columns, roof beams, trusses, and rigid frames shall be factory fabricated, with required
holes in webs and flanges accurately punched or drilled unless otherwise indicated or
approved. Enlarging or gouging holes at the ske will not be permitted. Base plates, splice
plates, stiffener plates, and other required plates shall be shop fabricated and welded in
place where applicable.
Rigid Frames: Clear span, solid web framing, tapered or uniform depth, ~velded-up plate
section columns and beams.
DIVISION 13 -Page 15 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
Rigid Frame Tie Rods and Anchor Bolts:
a. Tie rods shall be round bars, of constant diameter or with integral upset ends.
b. The allowable tensile ~tress on the unthreaded body area of tie rod~,, and ~m
the tensile stress area of anchor bolt and tie rod threads shall be 22.000 p>i.
c. Tie rods shall not be spliced by welding.
Tresses: Open web framing; hot rolled sections, cold formed shapes, or built-up shapes
welded plate construction.
Endwall Framing: Comer posts, endposts and rake beams; hot rolled sections, c,qd
formed shapes, or built-up shapes of welded plate construction.
Endwalt Framing: Rigid frame with full bay loading capacib- and endwall colunms bni~t-
up shapes of welded plate construction, hot rolled sections, or cold formed shapes.
Bracing: Wind bracing and slruts, flange'and knee bracing, sag rods, and other bracing
and support members as required by the building design; steel angles and rods
recommended by building manufacturer unless otherwise indicated.
Bolts for Field Assembly of Primao.' Building Framing and Bracing: High strength bolts
Shop Painting: Comply wSth the following requirements except where othemise
specified:
1. Refer to Division 9 - Finishes, Section 099 ! 0 - Exterior Painting (Metal Building).
NOTE: Shop painting shall be the responsibility of the pre- engineered tnetal
building manufacturer.
NOTE: Field finish coat(s) painting shall be the responsibiliv,., of the General
Construction Contractor.
NOTE: Both shop and field coat(s) paint shall be as manufactured by "INEIvlEC
Company, Inc. or approved equal.
SECONDARY BUILDING FRAMING
B.
C.
D.
Purlins: Cold formed steel shapes, or cold formed open web welded tresses
Girts: Cold formed steel shapes
Eave Members: Cold formed steel shapes.
Sill Members: Roll formed steel base angle (or zee), or steel base robe with anchors.
DIVISION 13 - Page 16 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
Overhead Door Frames: Frames shall be fabricated fi.om structural shapes and bars as
required ro receive overhead doors, with coruers fully welded and ground smooth, and
with provisions for bracing to building framing.
Framing for Miscellaneous Openings: All openings shall be framed for proper support
and attachment. Frmues shall be fabricated from structural shapes and bars with comers
full)' welded and ground smooth, and with provisions for bracing to building framing.
G. Shop Painting: Comply with the requirements specified for Primary Building Framing.
ROOFING PANELS
General
The roof shall be covered with a double-lock standing seam roof system installed in accordance
xvith the manufacturer's instructions.
Roof Panel
1. Roof panel shall be factory roll-formed roof s panel 24" wide, with 2 major
corrugations, 2" high (2-3/4" including seam). 24" on center. The flat of the panel shall
contain cross flutes 6" on center perpendicular to the major corrugations the entire
length of the panel to reduce wind noise and improve walkability.
2. Panel material as specified shall be 24 gage galvanized (G-90 coating), per ASTM
specification A653 (G90), and painted with standard finish system, a full strength, 70%
Kynar 500 or Hylar 5000 fluoropolymer coating. Manufacturer warrants that coating
shall not blister, peel, crack, chip, or experience material rust through for 25 years. For a
period of 25 years chalking shall not exceed #8 - ASTM and fading shall be 5DE Color
Difference Units or less.
3. Panel of maximum possible length shall be used to minimize endlap; cave panel shall
extend beyond the structural line of the sidewall.
4. Panel shall be factor~~ prepunched at panel end to match prepunched holes in the eave
structural member. Panel end splice shall be factory prepunched and prenotched. Panel
end splice shall be floating and allow the roof panel to expand and contract with roof
panel temperature change.
5. Ridge assembly shall be designed to allow roof panels to move lengthwise with
expansion/contraction as the roof panel temperature changes. Parts shall be fact6ry
prepunched for correct field assembly. Panel closure and interior reinforcing strap shall
be installed to seal the panel end at the ridge. The attachment fasteners shall not be
exposed on the weather side. A lockseam plug shall be used to seal the lockseam
portion of the panel. A hi-tensile steel ridge cover shall span from panel closure to panel
closure and flex as the roof system expands and contracts.
DIVISION 13- Page 17 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
System Installation
1. Panel clips shall be positioned b.~ matching the hole in the clip with the prepnnched
holes in the secondary sn'nctural members.
2. Panel shall be positioned and properly aligned by matching the prepunched holes in thc
panel end with the prepunched holes in the cave structural member and by aligrting thc
panel with the panel clip.
3. Panel sidelap shall be field-semned by a self-propelled and portable electrical lock
seaming machine. The machine shall field form the final 180 degrees of a 360 degree
Pittsburgh double-lock standing seam; all sidelap sealant shall be factoo' applied.
4. Panel endlap, when required, shall be at least 6". sealed with sealant and fastened
together by clamping plates. Sealant shall contain hard nylon beads ~vhich prevent it
from flowing out due to clamping actions. The panel lap shall be joined by means o1' a
two-piece clamped connection consisting of a bottom reinforcing plate and a top paneJ
strap. The panel endlap shall be located directly over, but not fastened to, a supporting
secondary roof structural member and be staggered, so as to avoid a tbur panel lap
splice condition.
Fasteners
1. Connection of roof system panel-to-structural member, except at cave. shall be mad['
with clips with movable stainless steel tabs that are seamed into the standing seam
sidelap.
2. Panel clip shall be fastened to structural member wSth fastener as per manufactnrer's
erection drawings, using factoD' prepunched hole in structural member. Fastener' shall
contain a metal backed rubber washer which serves as a torque indicator.
3. The roof system panel-to-panel connection shall be made with a positive, field-fore, ed
standing double-lock seam, formed by a special seaming machine, l-he machine shall
field form the f'mai 180 degrees of a 360 degree Pittsburgh double-lock standing seam,
all sidelap sealant shall be factory applied.
4. Fasteners penetrating the metal membrane at the following locations shall not exceed
the frequency listed:
Fastening System
Basic Panel System
Exterior Eave Gutter
Gable TrLm (no parapet)
Ridge
High Eave (no parapet)
Panel. Splices
High Side Transition
Frequency
0 per sq. ft.
2 per lineal ft.
2 per lineal ft.
1 per lineal ft.
2 per lineal fl.
2 per lineal ft.
1 per lineal ft.
DIVISION 13 ~ Page 18 of 28
DIVISION 13 - SPECLaJ~ CONSTRUCTION
5. In lieu of prepunched secondaries and panels, predrilling of the structural
members is mandatory in order to maintain proper alignment of the roof system.
Accessories
2.
3.
4.
Accessories (ventilator, sl~'light, gutter, fascia) shall be as standard with manufacturing
company, unless otherwise noted and furnished as specified.
The color coating on all gutter, downspout, gable trim and cave trim to be Kynar 500
finish system.
Location of standard accessories shall be as shown on erection drawings as furnished by
manufacturing company.
Material used in flashing and transition parts and furnished as standard by manufacturing
company may or may not match the roof panel material. Parts shall be compatible and
shall not cause a corrosive condition. Copper and lead material shall not be used with
GALVALUME or optional aluminum coated panels.
Provision for Expansion/Contraction
1. Provision for thermal expansion movement of the roof system panel shall
be
accomplished by the use of clips with a movable tab. The stainless steel tab shall be
factory centered on the roof clip when installed to assure full movemem in either
direction. A force of no more than 8 pounds will be required to initiate tab movement.
Each clip shall accommodate a minimum of 1.25" in either direction.
The roof shall prox4de for thermal expansion/contraction without detrimental effect to the
roof panel when there is a ±100°F. temperature difference between the inside structural
framework of the building and the temperature of the roof panels.
TRANSLUCENT LIGHT P.SdNELS
Light Panels: Translucent, xvhite, fiberglass reinforced plastic panel, factory fastened to
corrosion resistant metal side corrugations, formed to fit metal building panels. Light panel
assembly shall have a load capacity equal to or exceeding adjoining metal building panels,
and shall be designed to be weather tight ~vhen in~alled in accordance with the
manufacturer's instructions.
EXTERIOR WALL PANELS
General:
I. Exterior wall panels shall include all related components and accessories necessary
for a complete exterior ~1 system.
2. Metal sheets shall be prefinished (coil coated) to the greatest extent possible prior to
forming and panel fabrication.
3. Panels shall be fabricated in one-piece length fi.om sill to roof line, except where
panels are interrupted by auxiliary building components such as ~vindows. Upper
end of panels shall be fabricated to form a close fit with roof system. Provisions
DIVISION 13 - Page 19 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
shall be made Iora weather ttght closure at ends of panels
a. Self-c,mtamed ,nsulated units shall be scl f drainir~g to the exterio*
Description:
2.
4.
5.
6.
7.
8.
9.
Type: Preciaion roll tbnned metal sheet.
T3l~e: Multi-Rib P~mel
Seam Design (Sidejoint): Ox erlapping side ribs.
Panel Tkichtess 26 ga..
Attachment to Supporting Melnbers: Exposed fasteners.
Attachment to Supporting Members: Concealed fasteners.
Sidejoint Sealant/Gasket/Seal: Factory applied.
Sidejoint Sealant'Gasket/Seal: Field applied.
Coatings and Finishes:
l. Frout Surface: G90 galvanized coating designation, and color finish.
2. Back Sm'face: G90 galvanized coating designation, and panel manut~tcmrer',
standard rust-inhibitive back surface finish used ~Sth specified from sur~hce color
finish.
3. Front and Back Surfaces: Alclad hammered surface.
4. Ex~terior Facing:
a. Front Surface: G90 galvanized coating designation, and color finish.
b. Back Surface: G90 galvanized coatiug designation, and panel manufacmrer'.s
standard rust-inlfibitive back surface finish used ~4th specified front surface
color finish.
Exterior Wall System Trim, Flashing, and Accessories: Materials shall be the stone
materials used for the panels, unless othenvise indicated or required b.x the application.
Configurations shall be the standard with the building manufacturer for the specified wall
panels, un/ess othem'ise indicated. Coatings and finishes shall match walt panels, except
building manufacturer's standard fin/shes (as required by application) ma3' be famished on
special use accessories.
FABRICATION
Tolerances: Conform to tolerances set forth in MBMA Code of Standard Practice, except
as follows:
1. Alignment and fit-up of welded joints shall conform to the "Structural Welding
Code - Steel" (AWS Di.1).
EXAMINATION
Verification of Conditions: Examine surfaces to receive the metal building for detects that
will adversely affect the execution and quality of the Work. Do not proceed until
unsatisfactory conditions are corrected.
DWISION 13 - Page 20 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
PREPARATION
A. Protect factor5.' applied finishes from damage during erection.
B. Clean surfaces to receive the work of this Section.
C. Isolation: Isolate aluminum in contact with cementitious materials and dissimilar metals,
except compatible metals. Separate the materials by applying a hea~3' coat of bituminous
paint or 10 mil self-adhesive polyethylene tape on the contact surfaces. Use gasketed
fasteners where needed to eliminate the possibility, of corrosive or electrolytic action
between metals.
ERECTION AND INSTALLATION
General: Erect and install the metal building and appurtenances in accordance with the
manufacturer's printed instructions except as otherwise specified or required by the
Reference Standards. Install the work of this Section so the su*ucture is secure and '
weather fight, and exposed materials are free of visible dents, scratches, tool marks, cuts,
and other imperfections. Install building systems free of rattles, wind ~vhistles, and noise
due to thermal movement.
Framing Erection:
1. Provide temporary bracing to securely hold members in proper position until
permanent bracing is fastened in place.
2. Erect primary and secondary structural members in their designed positions, and
fasten each securely in place.
a. Prepare, place, and cure shrink-resistant grout in accordance with grout
manufacturer's printed instructions.
3. Do not field cut or alter structural members without approval of the Engineer.
4. After erection, touch-up welded and abraded surfaces, bare spots, and field bolts
with shop primer paint.
a. For galvanized items, first repair galvanized coaling with a 2 mil thick coating
of cold galvaniz'mg compound applied in accordance with compound
manufacturer's instructions.
Roofmg System:
I. Assemble and anchor panels in place, in straight alignment, with provision for
necessary thermal and structural movement. Locate panel end laps over supports.
Lap panel ends minimum 6 inches. Fasten panels to each structural support.
2. Seal longitudinal joints and transverse end laps.
a. Seal longitudinal joints with electrically operated seaming machine.
3. Flash and seal roof covering at ridges, hips, rakes, eaves, and junctions with all
related building components and accessories so that the roof is watertight.
Roof Insulation: Install blanket insulation as panels are installed, with tight butt joints,
and with vapor bamer toward building interior. Install insulation blocks, supports, and
other accessories as requ'tred for a complete insulation system. Seal each joint in the
vapor barrier ~vith joint tape or adhesive.
DIVISION 13 - Page 21 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
Wall System:
1. Assemble and anchor panels in place, aligned and plumb, with provision
necessary thermal and stmctm'al movement. Use panels of one-piece len~h
sill to roof line with no horizontal .joints, except ~vhere panels are inten'upted
auxiliao' building components such as windows. Fasten panels to each structural
support.
2. Seal longitudinal joints with sealant.
3. Flash and seal wall coveting at sill, roof lines, and junctions with all related building
components and accessories so that the walls are watertight.
Wall Insulation: Install blanket insulation with tight butt joints, and with vapor barrier
toward building interior. Install supports and other accessories as required tbr a complew
insulation system. Seal each joint in the vapor barrier v~Sth joint tape or adhesive
Related Building Components: Install related components in their designed locations.
fitted with required accessories. Securely fasten items to structural supports. Adjast and
lubricate operative units for smooth and easy operation. Seal components watertight a!
junctions with wall and roof systems.
Tolerances: Conform to tolerances set forth in MBiYL~k Code of Standard Pracuce, except
as tbllows:
1. Aligrtment and fit-up of welded joints shall conform to the "Structural Welding
Code - Steel" (AWS DI. 1).
ADJUSTING
Restore minor visual damage to factory, applied finishes in a manner to match the
appearance and performance of the original finish, or remove the damaged parts and
replace them vAth undamaged parts.
CLEANING
Remove strippable protective coatings after completion of work liable to dan~age the
finish. Comply with manufacturer's recommendations for coating removal.
Clean exposed exterior and interior surfaces of exterior ~vall panels. Remove an), residue
from strippable coatings. Comply ~ith panel manufacturer's printed recommendations for
cleaning.
END OF SECTION 13122 - PRE-ENGINEERED METAL BUILDING SYSTEMS
DWISION 13 - Page 22 of 28
DIVgSION 13 - SPECIAL CONSTRUCTION
SECTION 13410 - ABOVE GROUND STEEL STORAGE TANKS
SCOPE
The Contractor is to furnish tank, stairs with platform and equipment necessary to install, test and
make ready for operation; aboveground, steel wall, SCDHS Approved waste oil and diesel fuel
storage tanks as specified herein and manufactured by Arco Power Unitized Fueler, Inc.
GOVERNING STAND.a~RDS
All work shall conform to the reqttirements of the follow'mg:
· Suffolk County Department of Health Services Article 12 Tank Program.
· NFPA-30 AND 30A Standard for flammable and combustible liquids.
· UL-142 Standard for aboveground tanks for flammable liquids.
TANK MATERI.4J~S AND PRODUCTS
DIESEL TANK
A. General
1. The above-ground storage tank shall be as manufactured by Areo-Power Unitized Fueler,
Inc., 631-366-4362 or approved equal.
2. The unit shall consist of a steel 1,000 gal. above-ground horizontal cylindrical storage
tank mounted on saddles within a containment dike providing secondary containment of
at least 110% of primary tank capacity.
3. The entire tank / dike assembly shall be listed by Underwriters Laboratories, Inc. (UL)
and labeled with the UL "Closed Top Diked Aboveground Tank for Flammable Liquids"
label.
4. Diesel accessory package shall include: 18 GPM pump with meter, %" x 12' UL listed
fuel hose, 2" float level gauge, automatic nozzle, safebreak with straightening hose, 2"
aluminum normal vent cap, 2" fill adapter with cap, 2" Sch. 40 pipe x 8', 2" vent whistle,
and 4" lettering.
B. Materials
1. The tank, dike and all steel appurtenances shall be fabricated from commercial or
structural grade carbon steel. Only new materials shall be used.
DIVISION 13 - Page 23 of 28
DUvq[SION 13 - SPECIAL CONSTRUCTION
All carbon steel shall comply with the latest edition of the Spec!ficatiot~
Steel, ASTM A36: or the Specification.Iht Steel, Carbon ~0. i5 l[a,vimam
Ro[led Sheet and Strip, Commercial Qualio', ASTM A569.
Size and Dimensions
The primary tank shall be 48" dianteter by 10'9" long. The shell steel thicla~ess shall bc
10ga and tank heads shall be 10ga.
The containment dike shall be 6'0" wide by 12'9" long by 2'0" high. The containment
dike steel thickness shall be 7ga.
Primary Tank Fittings
All fittings will be sized and located as indicated on tank construction dra~xing number
APB590.
Ail fittings shall be protected with plastic thread protectors to prevent dan~age to threads
and minimize foreign matter from entering the tank during shipping.
Assembly and Appurtenances
The tanks will be furnished with 6" high steel supports.
The containment dike shall be furnished with support dunnage to allow for visual
inspection of containment dike bottom. The size and location of supports shall be as
indicated on tank construction drawing number APB590.
The trait will be provided with a drip pan type pump platform of the size and location
indicated on drawing number APB590.
The unit shall be provided with removable 12 ga. (rain) steel rain shields designed to
minimize water and debris from entering the diked area. The rain shield design will
allow for easy visual interior dike inspection while allowing the dike area to be naturally
ventilated to avoid possible vapor collection.
The primary tank shall be provided with a fill containment sump designed to contain
spills of up to 3 gal.(approximately) in a tank top reservoir while a 1" Sch. 40 overfloxt
pipe diverts spills in excess of 3 gal in to the containment dike.
The tank shall be furnished with a 6" emergency vent designed to relieve internal tank
pressure in excess of 0.5 psig. The emergency vent shall haxe a 235,500 cubic feet pet'
hour (cfh) rating at 2.5 psig.
DIVISION 13 - Page 24 of 28
10.
DIVISION 13 - SPECIAL CONSTRUCTION
11.
Fo
Ge
The tank assembly shall be provide with an emergency vent protection hood designed to
prevent snow, ice m~d debris from rendering the emergency vent ineffective while
allowing the vent to operate as intended. The hood shall provide a cross sectional venting
area of 160 square inches.
An emergency vent diverter shall be provided such that under emergency conditions the
first 9 gallons (approximately) of product emitted from the emergency vent will be
contained in a tank top reservoir using a weir plate. Emissions in excess of 9 gallons
shall be directed to the containment dike via a chute of rectangular cross section having.
an area of 27 square inches.
The containment dike shall be provided with a sump and 3/4" Sch. 40 draw-off pipe to
allow liquid to be pumped out of the dike.
The unit will be provided with stairs, landing and handrails designed in accordance ~vith
OSI-L4 requirements. The top of the staircase shall attach to the front head of the tank to
allow easy tank top filling. The stair frame and handrails shall be fabricated from carbon
steel. Stair treads and fill platforms shall be constructed of slip resistant grating.
The tank and dike shall be provided with separate lifting lugs such that the primary, tank
and dike may be lifted separately.
Exterior Coating for Steel Parts
All exterior steel surfaces (including the interior of the containment dike) shall be factory
grit blasted to the Steel Structures Paint Councils Surface Preparation Specification No. 7
(SSPC-SP7) and coated with the manufactures standard white finish.
Factory Testing Requirements
The tank shall be factor3' tested in accordance with the requirements of UL 142.
WASTE OIL
A. General
The above-ground storage tank shall be as manufactured by Areo-Po~ver Unitized Fueler,
Inc., 631-366-4362 or approved ~qual.
The unit shall consist of a steel 500 gal. above2ground horizontal cylindrical storage tank
mounted on saddles within a containment dike providing secondary containment of at
least 110% of primary tank capacity.
The entire tank / dike assembly shall be listed by Undev~vriters Laboratories, Inc. CUL)
and labeled with the UL "Closed Top Diked Aboveground Tank for Flammable Liquids"
label.
DMSION13 - Page 25 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
Waste oil tank package shall include: tank painted xQfite, painted stall w/th handrail
both sides, fiberglass grating, special over flit box as shown on plans and lettering.
Materials
The tank, dike and all steel appttrtenances shall be fabricated front commercial
structural grade carbon steel. Only new materials shall be used.
All carbon steel shall comply with the latest edition of the Spec!ficatioa
Steel ASTM A36; or the Specification for Steel Carbon (0. 15 Maximum, Percent,.
Rolled Sheet and Strip, Commercial Qualio', ASTM A569.
Size and Dimensions
The primary tank shall be 48" diameter by 5'5" long. The shell steel thiclo~ess shall
12ga and tank heads shall be 12ga.
The containmem dike shall be 6'0" wide by 7'5" long by 1'8" high. The containment dike
steel thickness shall be 7ga.
Primars' Tank Fittings
All fittings ,,,,rill be sized and located as indicated on tank construction drawing number
APB580.
All fittings shall be protected ~vith plastic thread protectors to prevent damage to threads
and minimize foreign matter from entering the tank during shipping.
Assembly and Appurtenances
The tanks will be tktrnished with 6" high steel supports.
The containment dike shall be furnished with support dunnage to allow tbr visual
inspection of containment dike bottom. The size and location of supports shall be
indicated on tank construction drawing number APB580.
The unit ;vill be provided with a drip pan type pump platform of the size and location
indicated on drawing number APB580.
The trait shall be provided with removable 12 ga. (min) steel rain shields designed to
minimize water and debris from entering the diked area. The rain shield design will
allow for easy visual interior dike inspection while allovdng the dike area to be naturall3
ventilated to avoid possible vapor collection.
The primary tank shall be provided with a fill containment sump designed to contain
spills of up to 3 gal.(approximately) in a tank top reservoir while a 1" Sch 40 overflow
pipe diverts spills in excess of 3 gal in to the containment dike.
DIVISION 13 - Page 26 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
10.
11.
1.
H.
1.
The tank shall be furnished with a 4" emergency vent designed to relieve internal tank
pressure in excess of 0.5 psig. The emergency vent shall have a 100,725 cubic feet per
hour (cfh) rating at 2.5 psig.
The tank assembly shall be provide with an emergency vent protection hood designed to
prevent snow, ice and debris from rendering the emergency vent ineffective while
allowing the vent to operate as intended. The hood shall provide a cross sectional venting
area of 160 square inches.
An emergency vent diverter shall be provided such that under emergency conditions the
first 9 gallons (approximately) of product emitted from the emergency vent will be
contained in a tank top reservoir using a weir plate. Emissions in excess of 9 gallons
shall be directed to the containment dike via a chute of rectangular cross section having
an.area of 12 square inches.
The containment dike shall be provided with a sump and 3/4" Sch 40 drawoff pipe to
allow liquid to be pumped out of the dike.
The unit will be provided with stairs, landing and handrails designed in accordance with
OSHA requirements. The top of the staircase shall attach to the front head of the tank to
allow easy tank top filling. The stair frame and handrails shall be fabricated from carbon
steel. Stair treads and fill platforms shall be constructed of slip resistant grating.
The tank and dike shall be provided with separate lifting lugs such that the primary tank
and dike ma)' be lifted separately.
Exterior Coating for Steel Parts
All exterior steel surfaces (including the interior of the containment dike) shall be factor5'
grit blasted to the Steel Structures Paint Councils Surface Preparation Specification No. 7
(SSPC-SP7) and coated with the manufactures standard white finish.
Factor>, Testing Requirements
The tank shall be factory tested in accordance with the requirements of UL 142.
Spill Box
For waste oil tanks~ a five gallon spill box as detailed in the Drawings shall be furnished and
installed.
DMSION 13 - Page 27 of 28
DIVISION 13 - SPECIAL CONSTRUCTION
LABELS
1. Tanks shall be labeled in 4" high block letters on all sides and include the/bllo~mg'
a) Diesel tank: DIESEL FUEL '/000 GALLONS
S.G.D.H.S. NO.---
NO SMOKING
b) Waste Oil tank: WASTE OiL 500 GALLONS
S.C.D.H.S. NO.---
c) Tank number shall be determined by the SCI-IDS upon permit approval.
INSTALLATION
The tank shall be installed at the location shown on the Contract Drawings. The mstallatim~
procedure should strictly folloxv manufacturer's instructions. The Contractor shall furnish to thc
Owner a statemem that the installation was performed in accordance with the manufacturer's
instmction.
WARRANTY
The tank shall bear a UL certification plate and manufacturer's 3 year warrant' shall be turned ove~
to the Owner after the systems acceptance.
INSURANCE
The tank manufacturer shall provide a certificate of insurance that provides a minimum of twenB
(20) million dollars ($20,000,000) of product hability coverage per occurrence.
END OF SECTION 13410 - ABOVE GROUND STEEL STORAGE TANKS
DWISION 13 - Page 28 of 28
DI~rlSION 15B - PLUMBING
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 Draxx4ngs and Specifications of other trades and Contractors for items, which might
affect the work under this Division.
TABLE OF CONTENTS - DIVISION 15B - PLUMBING
15000
15060
15084
15090
15100
'15400
15408
15411
15424
15450
15771
15900
15950
General
Piping
Waterline Insulation
Hangers, Supports, Expansion and Contraction Devices
Valves, Cocks, and Faucets
Water Service
Reduced Pressure Device (RPZ)
Plumbing Fixtures
Domestic Water Heater
Sleeves and Trkn
Electric Heating Cable System for Water Pipes
Project Completion
Stand-By Fire Well
DWISION 15B - Page 1 of 22
DIVISION I SB - PLUMBING
SECTION 15000 - GENERAL
GENER~SJ~ REQUIREMENTS
All applicable provisions of the section entitled "General Conditions" and "Special Conditiom,"
shall apply to all work under this Contract as if written out in full, and shall be adhered to b: tile
Contractor.
SPECLS, L INSTRUCTIONS FOR BIDDERS
The bidder shall, before submitting his proposal, examine the Civil, .,M'chitectural, Heating,
Ventilating, Electrical and Plumbing Drawings and Specifications coveting the work of
other trades, so as to familiarize himself with the character of the work as a whole and to
enable him better to understand the relation and extent of the work with reference to the
work of other trades.
The Dravdngs show schematically the approximate location of all apparatus, pipes, drains_
etc. The exact location shall be subject to approval of the Engineer and/or Owner. who
reserve the fight to make, prior to installation, an3' reasonable changes in location indicated
without extra cost to the Owner.
It is the intent of the Contract Drawings and these Specifications to provide a complete and
operative system. V~q'tether shown on the Contract Drawings and/or included in the
Specifications or not, the Contractor shall furnish and install all material, equipment and
labor usually furnished with such systems, unless specifically excluded in these
Specifications.
WORK INCLUDED
The Contractor shall furnish all labor, materials, equipment and incidentals to complete all
plumbing work as specified herein, shown on the Contract DravAngs and as directed by thc
Engineer. In general, the work shall include but not be limited to the following:
Sanitary piping system and connections to the sanitary, system, connection to house
se;ver, cleanout drain, and vent and all required leaching and veto connections to
plumbing fixtures and other equipment requiring same.
2. Proposed domestic water supply system.
All plumbing fixtures and trim as hereinafter specified anti'or indicated on the
Drawings.
4. Cutting and patching as required so that all piping shall be concealed.
Excavation, backfilling and mechanical tamping of all waterline trenches. Trenches
shall be backfilled in 6" compacted lifts.
DIVISION 15B - Page 2 of 22
DIVISION 15B - PLUMBING
6. House sewer line connection to new sanitary, disposal system 5'-0" from building.
7. Pipe covering as specified; sleeves and eScutcheons for piping.
8. Flashing for vent stacks.
9. Hot water heater.
10.
Testing and procurement of approvals for all ~stems as may be required by the
Engineer, governmental authorities and utility companies having jurisdiction.
SUBMITTALS
The Contractor shall furnish three (3) copies of Shop Drawings of all equipment and material to be
furnished by him under this Contract for approval by the Engineer. Drawings shall be
supplemented with catalog cuts, materials of construction, ratings, etc.
DRAWINGS
Contract Drawings are generally diagrammatic, not show~g every bend or offset as may be
required to properly complete the work to meet job conditions, building geometry, changes
in locations, work of other trades, etc. The Contractor shall fumish all such additional
offsets, bends, piping, etc., at no additional cost to the Owner so that the completed
installations will result in neat, workmanlike, first-class operating plumbing systems of the
highest quality.
Field Drawings shall be maintained by the Contractor showing actual installed locations of
all equipment and materials under this Contract. The Contractor shall maintain shop
drawings approved by the Engineer in a file in the field.
Record Drawings shall be submitted by the Contractor to the Engineer upon completion of
work and shall be marked "As- Built".
ADJUSTlVIENT AND/OR INSTRUCTIONS FOR EQUIPMENT
The Contractor shall make all necessary adjustments for proper operation of all equipment
furnished by them under this Contract. They shall also instruct and acquaint the Owner's
designated representative in the proper operation of all equipment.
The Contractor shall prepare typewzitten instructions and diagrammatic sketches of all
equipment and systems, sealed in a watertight enclosure and posted in each Utility Room
for the following:
Sequence of operation to start-up each system.
Sequence of operation to shutdown each system.
Seasonal maintenance operations.
DWISION 15B - Page 3 of 22
DIVISION 15B - PLUMBING
Final payment under this Contract shall not be made until all the above requirements at*'
satisfactorily completed to the approval of the Engineer.
PERMITS AND REGULATIONS
The Plumbing Contractor shall obtain and pa5' lbr all permits necessary to conduct the xxork mkl
complete the Contract. All work shall be perforated in strict accordance xx4th the regulation.~ and
requirements of the various agencies having jurisdiction thereof. Upon completion of the xxork
provided for in this Contract, and before final pasxnent shall be made, the Contractor shall furnish
the Engineer with any necessaD.' certificates of approval issued by these various agencies.
END OF SECTION 15000 - GENERAL
DIVISION 15B - Page 4 of 22
DIVISION 15B - PLUMBING
SECTION 15060 - PIPING
MATERIALS
Water supply: piping, below' grade shall be type K annealed, seamless copper water tube
conforming to ASTM specifications B88-89.
Water supply piping, above grade shall be type L, hard drawn conforming to ASTM
specification B88-89. Fittings shall be wrought copper, solder type, conforming to ASTM
specification 361-86. Solder joint shall be made with 95-5 tin and antimony.
Waste, soil and vent piping for underground and below slab locations shall be standard
~veight cast iron hub and spigot, conforming to ASTM standard A 74-87. The Contractor
may provide "slip-on" type compression joints with gaskets as approved by the engineer.
Piping up and through floor for connection points to fixture soil lines, vent and drain
connections shall be standard weight cast iron. At all such connection points, methods of
jointing and sealing of dissimilar materials and diameters shall be performed in a manner
acceptable to the Engineer.
Concealed piping and other piping locations not under floors shall be No-Hub cast iron
piping and fittings. Piping installation shall be performed utilizing expansion and
contraction joints at locations as approved by the Engineer. Cast iron piping shall conform
to ASTM A74- 87.
Cleanouts shall be provided at all bends, ends of soil lines, etc. and shall be full size
opening per the piping diameter.
The Contractor shall provide all necessary flashLng for vent pipes that pass through the
roofing system. All flashing shall have a minimum 18-inch square base. No vents shall
pass through roof closer than 18 inches from edge of the roof. Vent pipes shall extend at
least 12 inches above roof and shall be flashed with Neoprene-aluminum Flashing.
Water hammer arrestors shall be sized according to pipe size and shall be as manufactured
by Precision Plumbing Products, Portland, Oregon or approved equal.
METHOD OF CONSTRUCTION
Workmanship shall result in quality of the first class only. Piping shall be concealed
wherever possible and shall be mn straight and direct as possible either at right angle to or
parallel with walls, floors and ceilings. Where slopes are indicated for piping, such runs
shall be installed at the uniform rate indicated without high points and valleys between
inverts shown.
Reducing fittings shall be used wherever a change in size occurs. No bushing shall be
allowed. Piping shall not be marred by tool marks. No more.than one (1) thread shall be
DMSION 15B - Page 5 of 22
DIhqSION 15B - PLUMBING
shown for fittings. Allowance shall be made tbr expansion ,and contraction of piping.
Swing joints shall be used at all cormections to equipment, main risers mK[ branches
Hangers and supports shall be provided tN'oughout to securely affix piping system:, to, thc
building construction.
Veto piping shall be set and pitched so as to drain nut moisture and prevent scale
accumulation. Offset shall be made with 1:8 bends. Changes in direction shall be made
~4th 45-degree ~wes and long mm or long sweep fittings. On vertical lines. >hort rant
sanitary fittings may be used.
Cteanouts shall be provided and extended through walls and floor where necessm-,' and as a
minimum for:
2.
3.
4.
At the base of all stacks and risers.
At all changes of direction.
At all traps.
At the end of all horizontal drains.
Water shock arrestors shall be provided on all individual branch lines and shall be in
accordance with accepted practice to prevent contamination of water supply in accordance
with local and state codes and regulatory agency requirements.
Water supply connections to fixtures shall be complete with chrome plated cast brass piping
and stops.
END OF SECTION 15060 - PIPING
DIVISION 15B - Page 6 of 22
DIVISION 15B - PLUMBING
SECTION 15084 - ~VATERLINE INSULATION
Insulate exposed incoming water supply piping and fittings with a high densi~' fiber glass
insulation (minimum thickness of 2 inches) or polyurethane modified polyisocyanurate rigid
cellular plastic (minimum thickness of 3 inches) and cover with a ~veather~pmtective jacketing,
Micro-Lok Fiber Glass Pipe Insulation as manufactured by Johns Manville, or approved equal.
END OF SECTION 15084 - WATERLINE INSULATION
DIVISION 15B - Page 7 of 22
DIVISION 15B - PLUMBING
SECTION 15090 - HANGERS~ SUPPORTS, EXPANSION AND CONTRACTION
DEVICES
GENERAL
The Contractor shall support all above grotmd, abo~'e ceiling and exposed piping systems itl
a suitable, secure manner as approved by the Engineer. In general, all htmg piping
the floor and ceiling shall be supported at 6-foot centers with threaded rod and steel pipe
cradle type hangers or pipe supports capable of handling the full weighted load, Hanging
devices shall be as manufactttred by Grinnell, (}rabler, Elcen or appro~ed eqtm',.
designed for the hanging method required and as approved by the Engineer.
The Contractor when installing all supports shall allow k>r expansion and contract/on of al!
piping as is required. All required devices to properly allow for expansion and contractmns
shall be incorporated by' the Contractor in the construction of all piping systems.
END OF SECTION 15090 - HANGERS~ SUPPORTS~ EXPANSION AND CONTRACTION
DEVICES
DIVISION 15B - Page 8 of 22
DMSION 15B - PLUMBING
SECTION 15100 - VALVES, COCKS AND FAUCETS
MATERIALS
Gate Valves - for shut-off purposes of all branches shall be solid wedge gate .type ~4th
rising spindle, cast bronze, non-heat hand wheel equal to Jenkins Figure 47 (threaded ends)
or Figure 1242 (solder ends), 2000 psi. non-shock water.
~iphon Vacuum Breakers - shall be pressure type, all bronze equal to Watts Regulator Co.
or approved equal. The style, size and function shall be as approved by the Engineer.
Pressure Relief Valves - shall be installed for system safety on the hot water heaters and
shall be all bronze, 80 psi setting, air or water and shall be Watts Regulator Co. or approved
equal. The size, st3'le and function shall be as approved by the Engineer.
Drain %ralves - shall be roughcast brass faucets with 3/4-inch hose connection, non-heat
hand-wheel, Sanitary B 1680 or approved equal.
Wall Hydrants - shall be 3/4" non-freeze hydrant; bronze casing and satin nickel finish for
8" wall. Wall hydrant shall be Model 8-8604L8 as manufactured by Wade Division / Tyler
Pipe, Tyler, Texas or approved equal.
END OF SECTION 15100 - VALVES, COCKS AND FAUCETS
DIVISION 15B - Page 9 of 22
DIVISION 15B - PLUMBING
SECTION 15400 - WATER SERVICE
WORK INCLUDED
The scope of the work shall include the installation of water sen'ice lines at all buildings (to
5 fi. out from building), shox~n on the contract drawings and/or as directed by the engineer
Plumbing Contractor shall coordinate hookup to incoming site water line ~t}enerai
Contractor's work).
5~TERIALS
The ~vater service line shall be l-inch diameter ~pe K annealed, seamless copper water tube
conforming to ASTM specifications B88-89.
All necessary fittings and coupling shall contbm~ to the standard specifications tbr kxpe lk
annealed copper pipe.
C. Double check assembly - Model 850 (1") by FEBCO
METHOD OF CONSTRUCTION
The water service line shall be installed a minimum of 54 inches below proposed grade.
FEES
The Contractor shah bear all expenses and fees required for the necessaod inspections.
END OF SECTION 15400 - WATER SERVICE
DIVISION I5B- Page 10 of 22
DMSION 15B - PLUMBING
SECTION 15408 - WATER SERVICE AND REDUCED PRESSURE'ZONE DEVICE
DESCRIPTION
Furnish and installation of all materials necessary to establish water service to the site in
accordance with all Suffolk County Water Authority, Suffolk County Department of Health
Services And the Contract Drawings. All work will be in accordance with the Contract
Drawings and SCWA approved Plans.
SUBMITTALS
Submit manufacturer's specifications with detailed information regarding all components and
installation instructions. Manufacturer's data must indicate compliance with standard contained
in this specification.
MATERIALS
RPZ Device with NRS gate valves - Device and associated equipment shall be as
manufactured by FEBCO or an equal device approved by the SCWA. If an approved
equal is proposed the Contractor shall submit required revisions to the SCWA permit and
obtain approval at his own expense. Pipe stanchion supports shall be in accordance with
industry standards and the SCWA.
Insulated Enclosure - The heated insulated enclosure shall be manufactured by HotBox or
an equal enclosure approved by the SCWA. Concrete slab shall be poured in-place
concrete with a minimum compressive strength of 3000 psi.
SCWA Meter Vault - Meter Vauk shall be a small meter vault meeting the requirements
of the SCWA.
Miscellaneous piping, valves fittings and accessories shall be in accordance ~vith other
sections of these specifications, the latest AWWA standards and SCWA standards.
INSTALLATION
Install water services, water pipe, valves, fittings, RPZ devices, and all other devices in
this specification in accordance with:
I. the manufacturer's recommended installation procedures
2. Latest applicable AWWA Standards
3. with the Contract Drawings
4. ASTMD2321
5. The requirements of the Suffolk County Department of Health Services
6. The requirements of the Suffolk County Water Authority
B. Install insulated enclosure in accordance with manufacturer's x~a-itten instructions.
DIVISION 15B ~ Page 11 of 22
DlXqSION 15B - PLUMBING
SCWA Meter vault shall be constructed in accordance xxith SCWA standard drat~ings tm
meter vaults.
Installation of the concrete pad for insulated enclosure shall be in accordance ~ith
Section 501 of the New York State Standard Specifications, latest edition.
Coordinate installation of water services with plumbing contractor. Coordination shall bc
at no additional cost to the Oyster.
Pressure and leakage testing: All .types of installed pipe and devices shall be pressure
tested and leakage tested in accordance with the latest addition of AWWA Standard
C600.
Disinfection: Water mains and devices are to be disinfected in accordance with Ax,VWA
Standard C-651-86, or the latest version.
Bacteriological testing: Bacteriological analyses of water samples collected after
disinfection are required at locations specified by the Suffolk County Department ol
Health services. Generally, a bacteriological sample is required fbr eveD~ 1000 linear feet
of water main or portion thereof.
Excavation and backfill shall be in accordance with Section 02220 of these Specifications
and the Drawings. Continuous and uniform bedding shall be provided in the trench tbr
all buried pipe. Backfill material shall be tamped in layers around'the pipe and tv a
sufficient height above the pipe to adequately support and protect the pipe. Stones tbund
in the trench shall be removed for a depth of at least six inches below the bottom of the
pipe.
Blocking: Install thrust blocks (reaction blocks) and tie rods as shown in the Contract
Drax~4ngs. Thrust blocks shall be installed at all tees, bends, plugs, and hydrants.
Cover: All water mains shall be covered to minimum depth of 54 inches with earth.
1. Testing, Inspection and Approval: The Contractor shall provide copies to the Owner of
all test results, inspection reports or comments and the approval of the water supply
system work by SCDHS, SCWA and the Town.
2. Acceptance: Work will not be accepted by the Owner until all the requirements of the
SCDHS, SCWA and Town, have been complied ~a4th and approvals from each received.
xvith copies to Owner.
END OF SECTION 15408 - WATER SERVICE AND REDUCED PRESSURE ZONE
DEVICE
DIVISION 15B - Page 12 of 22
DMSION 15B - PLUMBING
SECTION 15411 - PLUMBING FIXTURES
MATERIALS - GENERAL
A, Vitreous China: First quailS,, smooth, uniform color and texture, with fused on glaze
covering surfaces exposed to view.
1. Surfaces shall be free of chips, craze, ~varpage, crocks and discolorations. Surfaces
in contact with walls or floors shall be flat, with warpage not to exceed 1/16 inch
per toot.
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.
C. Fixture Trim Finishes:
1. Brass or Bronze: Polished or satin finished chrome plating, 0.02 mil chromium
over 0.2 mil nickel plating.
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. Cap nuts, metal
polished and chrome plated.
E. Combination Faucets: Faucets shall mm counter to each other for the on and off
positions.
F. Vandal Resistant Fasteners: Torx head with center pin.
LAVATORY - HANDICAPPED ACCESSIBLE
Fixture: Vitreous china, flat top, extended back ledge punched for lavatory fitting, anti-
splash rim, front overflow, and lower lugs for bearing plate bolting; designed for wall
mounting.
Model No. K-2054 as manufactured by Kohler or approved equal.
Lavatory. Faucet: Center set unit with the following features:
1. Maximum Flow: 2.0 gpm.
2. Vandal resistant water guard.
3. Brass valve body.
DIVISION 15B - Page 13 of 22
DIVISION 15B - PLUMBING
4. Lever handles set on 4 inch centers, with quarter turn washerless ceramw disc
valves. Plastic spline inserts will not be accepted.
a. Faucet: Model No. K~7404 -KE or approved equal.
b. Handles: Model No. K-I6010-4 Triton Lever Handles or approved
equal.
Waste Fitting: 1-1/4 inch tailpiece with a cast brass flat perforated straSner gratc
D. Trap: Cast brass, non-adjustable P trap, 1-l/4 inch tubing inlet, 1-1/2 inch ips outlet.
E. Trap Nipple: Ips brass with a solid cast brass escutcheon.
F. Supplies: 3/8 inch ips brass, with offset and straight key operated stops with keys
VITREOUS CHINA WATER CLOSETS
Fixtures: Vitreous china, full size, elongated combination toilet.
Model No. K-3481 as manufactured by Kohler or approved equal.
Operation: Fixture shall flush satisfactorily w4thout extraordinaD' rise of ~vater level in
the bowl. Maximum gallons of~vater per flush: 1.6 gallons.
Water Closet Floor Flange: Use with Cast Iron Soil Pipe: Cast iron, 90 ounce minimnm
weight.
Seat: Extra heaw duty, commercial design;
Model No. K-4670-CA by Kohler, or approved equal.
Color: Wq~ite.
VITREOUS CHINA URINALS
Wall Supported Fixture: Vitreous ckina, with elongated rim. integral trap and extended
side shields
Model No. K-4960-ET as manufactured by Kohler or approved equal.
Method of Support: Wall hangers and lugs for beating plate bolting.
Operation: Fixture shall flush satisfactorily with a maximum of one gallon of water and
be accomplished without extraordinan,~ rise in water level in the bowl.
Fixture Types: Wall supported, washout action, back outlet, and a 3/4 inch top spud inlet
for an exposed flush valve connection.
FLUSH VALVES
Exposed urinal flushometer for ~A" top spud urinal
Royal II Model 186-1.0 Low Consumption w,' satin chrome finish by Sloan Valve
Company or approved equal
Maximum Flow Per Flush: 1.0 gallons
DIVISION15B - Page 14 of 22
DIVISION 15B ~ PLUMBING
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 deliver),.
D. Adjust metering faucets for proper timing.
END OF SECTION 15411 - PLUMBING FIXTURES
DIVISION 15B - Page 15 of 22
DIVISION 15B - PLUMBING
SECTION 15424 - DOMESTIC WATER HEATER
IVLS~TERIALS
Wrater heaters - shall be 12 gallon, Model EHI2 manufactured by RHEEM-RLR~D having
electrical input of 3kW x~Sth a recovery rate of 12 GPH at a 100 F temperature rise t~r app~oxcd
equal.
METHODS OF CONSTRUCTION
A. Water heater shall be installed with two unions, one ball valve and one relief valve,
B. The water heaters shall be installed in accordance with the contract drax~Sngs and as per the
manufacturer's insmactions. The engineer shall approve final layout of all plumbing
materials and connections.
END OF SECTION 15424 - DOMESTIC WATER HEATER
DIVISION 15B - Page 16 of 22
DIVISION 15B - PLUMBING
SECTION 15450 - SLEEVES AND TRIM
GENERAL
The Contractor shall install sleeves at ali locations xvhere pipes pass through masom-y walls.
MATERIALS
A. Sleeves - shall be galvanized steel, 16 gauge minimum, sized one inch larger than the
outside diameter of the pipe passing through it. Sleeves shall be fastened in place and a
surface fir~shing plate or escutcheon shall be installed to cover the sleeve ope~ng but allm¥
the pipe to pass through the plate or escutcheon.
B. Plates or escutcheons shall be chrome-plated brass securely fastened. All sleeves shall be
concealed by the plate or escutcheon.
END OF SECTION 15450 - SLEEVES AND TRIM
DIVISION 15B - Page 17 of 22
DIVISION 15B - PLUMBING
SECTION 15771 - ELECTRIC HEATING CABLE SYSTEM FOR WATER PIPES
GENERAL
Provide a low temperature, all electric, self-regulating tb.'pe heating cable trace system fi~r plastic
and metallic pipes that will maintain the pipeline water temperature at approximately 50 dcgrccs i-
when the ambient temperature drops to a low of-40. -20, 0 degrees F.
All exposed water piping and fittings to have a low voltage heat trace system complete m ail
respects including seasonal thermostat.
MANUFACTURERS
System shall be as manufactured by Raychem Corporation, 300 Constitution Dr., Menlo Park.
CA 94025-1164, (800) 542-8936, ~x~'.raychem.com, or approved equal.
HEATING CABLE
A. Gardian W51 Heating Cable: preassembled electric heating cable sized according to pipe
lengths according to the manufacturer's instructiorm.
B. Rating: 120 V, 15 amp
ACCESSORIES
A. Thermostat:
B. Fiberglass Tape
C. Caution Labels
D. Aluminum Tape (Necessary, for plastic pipe installation)
EXAMINATION
A. Installer to verify field measurements are as shown on Drawings.
B. Installer to verify that required utilities are available, in proper location, and ready tbr use~
C. Beginning of installation means installer accepts conditions.
INSTALLATION
A. Complete installation shall conform to appropriate local codes and shall be in accordance
with manufacturer's instructions.
DMSION 15B- Page 18 of 22
DIVISION 15B - PLUM[BING
B. Allow additional cable for values, flanges, pumps and support per manufacturer's
installation instructions.
C. Band heating cable to pipe with tape ~aps. approximately even' 12". Locate heating
cable on pipe per manufacturer's instructions.
D. If heating cable is being used to heat plastic pipe, attach aluminum tape length of pipe and
band heating cable on aluminum tape to evenly distribute heat.
E. For pipes ~vith flanges and multiple runs install according to detailed layout drax~4ngs.
FIELD QUALITY CONTROL
A. Test continuity of heating cable.
END OF SECTION 15771 - ELECTRIC HEATING CABLE SYSTEM FOR WATER
PIPES
DIVISION15B - Page 19 of 22
DIVISION 15B - PLUMBING
SECTION 15900 - PROJECT COMPLETION
CLEANING AND ADJUSTING
As directed, the Contractor shall finally and thoroughly clean all fixtures, equipment, piping, and
other exposed work. Cleaning work shall be done in stages if so ordered to facilitate the x~ot'k o!
others. All traps, wastes and supplies shall be sho;~n to be free and unobstructed. All xaive.,.
faucets and automatic control devices shall be carefull5 adjusted for proper and quiet operation
GUARANTEE
The Plumbing Contractor shall guarantee tbr a period of one year from date of thaal acceptance ot
the work, all materials and equipment furnished and installed and shall replace any work or
equipment without charge which may become, as a result of defective work or materials, or which
may be damaged during the correction of defective work.
TESTS
The Contractor shall perform ,and pass all required tests prior to acceptance ot the work
These tests shall include but are not limited to the following:
Hydrostatic Pressure Test shall be performed on ail piping at a milfimum pressure of
100 psi.
Hydrostatic Pressure Test on all waste water drainage and soil piping when systems
are filled to overflowing. Provide temporary test plugs as required.
The entire plumbing system shall be subject to function under normal design operating
conditions and shall be leak free and capable of withstanding actual water pressures prior to
final acceptance of the work. Final payment shall not constitute release or remove
obligations from the Contractor to provide an acceptable operating system.
STERILIZATION
All potable water lines shall be sterilized in an approved manner prior to acceptance.
FINAL CLOSEOUT
The Contractor shall provide operations and maintenance manuals for all materials, equipment and
systems installed and instruct the Ox~mer's designated personnel on their use.
END OF SECTION 15900 - PROJECT COMPLETION
DIVISION 15B- Page 20 of 22
DIVISION 15B - PLUMBING
SECTION 15950 - STAND BY FIRE WELL
WORK INCLUDED
The scope oft. he work shall include the installation of stand-by fire well as specified herein, shoxvn
on the contract drawings and/'or as directed by the engineer.
MATERIALS
Well Equipment
A. Well Casing - shall be 6-inch diameter SCH 40 PVC.
Well Screen - shall be 304 stainless steel conforming to the interior and exterior diameters
of the well casing. Well screen pattern shall be 30 slots (.030") with a Number 1 gravel
pack.
Pump - shall be a 7.5 horsepoxver stainless steel model 230S75-3BB, 3-wire 120/240 volt, 3
Phase as manufactured by Grundfos or approved equal. The pump shall be rated to provided
200 gallon per minute (GPM) at 80 pounds of pressure per square inch (psi), at 100' TDH.
The Motor shall and be equipped with a 30 ampere pump start panel to be located within
Transfer Station building. Start panel shall be NEMA 3R weather proof box with a manual
on/off switch.
Drop Pipe - shall be 3-inch diameter galvanized steel pipe and include a "Tee" check valve
at the top oft. he well.
E. Well Seal - shall be a 6-inch diameter by 3-inch.
F. Wiring - shall be direct burial No. 8 conductors
Exterior Enclosure - shall as manufactured by Amtek or approved equal The size of the
enclosure shall be as required to adequately accommodate and cover the irrigation well as
approved by the engineer.
Above-Ground Post Hydrant
The hydrant shall be Eclipse Model No. 2 post hydrant (non-freezing model) as
manufactured by the The Kupferle Foundry Company (1 - 800 - 231 - 3990) or approved
equal. The hydrant shall have these minimum properties: I. One 2" nozzle for hose connection.
2. Capable of the bury depths shown on the contract drawings.
3. Inlet shall be a 3" iron pipe, and shall be furnished with ductile iron pipe
trench stock.
4. Contain a 2-3/16" valve opening
5. Shall be capable of replacing the interior parts without disturbing any
connections.
6. Hydrant shall be red in color.
DIVISION 15B- Page .21 of 22
DIVISION 15B - PLUMBING
Fire Hose and Reel Assembly
The fire hose reel shall be model 43-3321-CG-1LC as manufactured by Reelcraft I 1-800-444
3134) or approved equal. The hose reel shall be capable of holding 200' of 1%" hose Tile ho,~
shall be a series 43. 147 I.D. and 2-l/I6" O.D. hose. Reel shall be a hand crank drive type. Ree:
shall contain a 90° ball bearing swivel joint with female NPT threads and 2" Victanlic groove
All flanges shall be powder coated steel, as well as the entire frame and componet~ts shall be
powder coated red and black. The reel unit shall have a Max working pressure of 000psi. Thc
Reel shall be attached to a stand as shown on the contract dra~xSngs, as well as the stand shall b<:
bolted to the floor.
The nozzle tbr the fire hose shall he Model 3714 as manufactured by Guardian Fire Equipment.
Inc. (305-633-0361) or approved equal. Nozzle shall have an "Ow'OW' flow pattern a4mstlnent
through the body's rotation and be capable to disperse water in either a fog or straight stream
Nozzle shall be constructed of a red polycarbonate material.
METHOD OF CONSTRUCTION
The Contractor shall install the well at the proposed location as indicated on the plans and
or as approved by the engineer.
The x~ells shall be developed using compressed air and constructed in a maimer cqnforming
to the highest industry standards to provide for the greatest performance potential as
possible. A well log shall be completed and provided for submission upon completion o£
the well.
All necessary plumbing materials and equipment not fully specified herein shaii be
furnished and installed to provide a complete operative system.
The top of the well casing shall be installed approximately 1-toot below grade and be
capped off with a well seal as specified.
E. An exterior enclosure (Irrigation Box) shall be installed to grade over the proposed well.
F. AIl piping from the well to the hydrant shall be Y' SCH 1120 PVC pipe.
A pump starter panel shall be installed in the Transfer Station Building as indicated on the
construction plans.
The hydrant shall be installed ;vithin the Transfer Station Building as shown ou the contract
dra;x4ngs. The hydrant shall be connected to the hose reel through the use of a flexible 2"
Ultra high molecular weight Polyethylene (U.H.M.W.) hose. This hose shall have helical
wire reinfomement consisting of 4 textile spirals and 2 textile braids.
END OF SECTION 02520 - STAND BY FIRE WELL
DIVISION 15B - Page 22 of 22
DIVISION 16 - ELECTRICAL
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.
T.MILE OF CONTENTS - DIVISION 16 - ELECTRICAL
Included in this Division are the following sections:.
16000
16110
16111
16120
16131
16134
16160
16170
16175
16176
16177
16190
16191
16192
16231
16402
16430
16450
16475
16510
16520
16521
16720
16722
16880
16885
16895
16896
16902
General
Raceways
Conduits
Wires and Cables
Pull Boxes and Junction Boxes
Outlet Boxes
Panel Boards
Circuit Disconnects
Receptacles
Switches
Device Plates
Supporting Devices
Expansion Joints
Sleeves
Emergency Standby Generator
Underground Electric Se~Sce
Metering
Grounding
Temporary Light and Power
Interior Building Lighting
Exterior Building Lighting
Street Lighting and Grounds Lighting
Telephone Conduit System
Coaxial Cable Distribution System
Electrical Baseboard Heaters
Electric Overhead Space Heater
Electric Water Heater
Exhaust Fans
Electrical
DMSION 16- Page 1 of 36
DIVISION 16 - ELECTRICAL
SECTION 16000 - GENERAL
SECTIONS INCLUDED
All applicable provisions of the sections entitled "General Conditions" and "Special Conditton,"
shall apply to alt work under this Contract as if ~witten out in fi-ti, and stroll be adhered t~) b3 thc
Contractor.
SPECIAL INSTRUCTIONS TO BIDDERS
The bidder shall, before submitting a proposal, examine the site, construction drawings
and specifications covering the work of other trades, so as to familiarize themselves with
the scope of the project as a whole and to enable them to better tmderstand the relation
and extent of the work.
The construction drawings and details show schematically the approximate location of
all apparatus, lights, switches, and appurtenant electrical materials and equipment. ]7he
exact location of shall be subject to approval of the Engineer who resev,'es the right to
make, prior to installation, an3' reasonable changes in location indicated withoat extra
cost to the Owner.
It is the intent of the contract drawings and these specifications to provide a complete
and operative system. Whether sho~m on the contract dra~Sngs anti'or included in the
specifications or not, the Contractor shall furnish and install all material, equipment and
labor usually furnished with such systems, unless specifically excluded in these
Specifications.
WORK INCLUDED
The Contractor shall furnish all labor, materials, equipment and incidentals to complete
all electrical work as specified herein, shown on the Contract DrawSngs and as directed
by the Engineer. In general, the work shall include but not be limited to the folloxx4ng:
2.
3.
4.
5.
6.
7.
8.
9.
10.
Underground permanent electrical senSces;
Temporary power during construction until permanent power is provided:
Light and power distribution system, including panel boards;
Interior and exterior lighting systems;
Receptacles, switches, disconnect switches, outlet boxes, device plates:
Branch circuit wiring;
Conductors and raceways:
Grounding;
Final connections to equipment furnished by others such as pumps, hot water
heaters, etc.
Equipment safe .ty s~vitches;
DIVISION 16 - Page 2 of 36
DIVISION 16 - ELECTRICAL
SUBMITTALS
The Contractor shall furnish four (4) copies of Shop Drawings of all equipment and material to
be furnished by him under this Contract for approval by the Engineer. Drawings shall be
supplemented with catalog cuts, materials of construction, ratings, etc.
DRAWINGS
The contract draxvings are generally diagrammatic, not showing every bend or offset as
may be required to properly complete the work to meet job conditions, building
geometry, changes in locations, work of other trades, etc. The Contractor shall furnish
all such additional offsets, bends, piping, etc., at no additional cost to the Owner so that
the completed installations will result in neat, workmanlike, first-class operating
electrical systems of the highest quality.
Field drawings shall be mainta'med by the Contractor showing actual installed locations
of all equipment and materials under this Contract. Shop drawings approved by the
Engineer shall be maintained by the Contractor in the field.
Record Drawings shall be submitted by the contractor to the Engineer upon completion
of work and shall be marked "Record Plan".
ADJUSTMENT OF AND INSTRUCTIONS FOR EQUIPMENT
The Contractor shall make all necessary adjustments for proper operation of all
equipment furnished by him under this Contract. He shall also instruct and acquaint the
O~T~er's designated representative in the proper operation of all equipment.
The Contractor shall prepare type wxitten instructions and diagrammatic sketches of all
equipment and systems. This material shall be posted in Transfer Building and O&M
Shop for the following:
1. Circuit breaker schedule.
Final payment under this Contract shall not be made until all the above requirements are
met by the Contractor.
PERMITS AND REGULATIONS
The Electrical Contractor shall obtain and pay for any pen-nits necessary to conduct work
and complete this Contract. All work shall be performed in accordance with the
National Electric Code. Upon completion of the work provided for in this Contract, and
before final payment shall be made, the Contractor shall furnish the Engineer with any
necessary Certificates of approval issued by various regulatory agencies. The Contractor
shall supply a Certificate of Approval from the New York Board of Fixe Underxwiter's.
END OF SECTION 16000 - GENERAL
DIVISION 16 - Page 3 of 36
DIVISION 16 - ELECTRICAL
SECTION 16110 - RACEWAYS
GENERAL
Branch circuit raceways tbr light and power may be rigid galvanized steel or alanfinum
conduit, electric metallic tubing in accordance with the job conditions, National, State
and Local Codes. Minimum trade size 3'4'', except where otherxvise noted. All home
runs and feeders shall be in rigid steel or EMT. Aluminum conduit is not pemfirted
be embedded in concrete.)
All raceways installed shall be placed parallel (or perpendicular) to walls and ceilings
using fittings and shall be installed in a workrnaniike manner. No raceways shall bt: mn
exposed in finished areas.
The routing of raceways and locations of outlets and panels shox~ on the pimps ~:~
diagrammatic only and subject to such modifications (without extra cost to the
as conditions may necessitate.
The ends of raceways where entering boxes shall be fitted with galvanized locknuts and
bushings.
Where allowed by National Electric Code Regulations, Contractor may substitute "MC"
in lieu of conduit and wire for branch circuits.
Provide all explosion-proof fittings ~vherever required to comply with National Electric
Code for the intended building use.
END OF SECTION 16110 - RACEWAYS
DIVISION 16 - Page 4 of 36
DIVISION 16 - ELECTRICAL
SECTION 16111 - CONDUITS
GENERAL
A. Aluminum conduit will not be approved.
Rigid metallic or non-metallic conduits (Schedule 40 or 80), will be approved when
installed in accordance ~Sth the requirements of the latest issue of the National Electrical
Code.
Conduit size shall be as indicated on the drawings, or minimum in accordance with the
N.E.C.
Conduit system shall be installed in accordance with the latest edition of the N.E.C. and
shall be installed in a neat, workmanlike manner.
Schedule 40 metallic or non-metallic conduk may be used below grade under pavement
or sidewalks unless prohibited by municipal ordinances.
In all cases, rigid non-metallic conduit shall be clearly and permanently identified as to
schedule and trademark.
The entire conduit .system shall be installed to provide a continuous bond throughout the
system.
Exposed conduits shall be mn parallel to and at right angles to buildings using conduit
fittings for all tums and off-sets.
Exposed conduits shall be securely fastened in place on maximum ten (10) foot intervals.
Hangers, supports or fasteners shall be provided at each elbow and at the end of each
straight mn terminat'mg at a box or cabinet.
J. All empty conduits shall contain a 3/16-inch vinyl pull rope.
END OF SECTION 16111 - CONDUITS
DMSION 16 - Page 5 of 36
DIVISION 16 - ELECTRICAL
SECTION 16120 - WIRES AND CABLES
GENERAL
Conductors No. 10 and smaller shall be single braid, solid, Conductors No. 8 and target
shall be stranded cable.
Branch circuit wiring shall be continuous from outlet to omlet. No splices wil! be
permitted except at outlets. Splices shall be made mechanically and electrically' secure
with 3M "Scotch-Locks."
No conductors shall be installed in raceways until all mechanical work is completed.
Raceways shall be kept free of moisture. Use approved lubricants only for pulling
purposes.
D. Branch circuit conductors shall be Type THW, color coded/hr identification.
Connections at panels shall be such that no neulzal conductor shall service more than one
branch ckcuit ~om the same phase. Connect branch circuits in phase sequence in panel
boards.
Minimum size of conductors shall be No. 12 gauge ~xcept where specifically permitted
in other sections of this division.
G. Feeders shall be load balanced as closely as possible.
Conductors in buried exterior conduits for secondary sen'ice shall be Type THHN or
USE-2.
I. Conductors in interior conduits shall be Type THWN-2.
END OF SECTION 16120 - WIRES AND CABLES
DIVISION 16 - Page 6 of 36
DI'~q[SION 16 - ELECTRICAL
SECTION 16131 - PULL BOXES AND JUNCTION BOXES
GENERAL
Pull boxes and junction boxes shall be made of code gauge steel with screw covers. Sizes shall
be as required and/or approved in accordance with the National Electric Code.
END OF SECTION 16131 - PULL BOXES AND JUNCTION BOXES
,i
DIVISION 16 - Page 7 of 36
DIVISION 16 - ELECTRICAL
SECTION 16134 - OUTLET BOXES
GENERAL
At eveo' outlet shown on the Plans, install a galvanized steel outlet box complete xxitb
cover. Set all boxes correct, square and tree with building finish. Edge of covers shali
be flush w4th building finish where concealed ~Sring is required. Outlets shall be erected
in advance of partitioning, furring and fireproofing and shall be properly secured to
building structure or steel.
Locations of all outlets shoxx~a on the Plans shall be verified. Engineer's plans showing
interior details and finish and adjustment shall be made to coincide ~vith architectural
locations xvhere necessary. In no case, however, shall the number and t?pe of outlets be
less than that shown on the Plans.
Outlet boxes installed in concrete or fill shall be of the concrete ~'pe, with removable
cover. Receptacles and sv, ftch boxes shall have regular deep plaster covers Outlet
boxes in hung ceilings shall be of the regular shallow type. Other types of boxes shall be
as heminal'ler specified, as noted in the Plans as required.
Contractor shall allow for overhead pipes, ducts and other mechanical equipment.
variations in arrangement and thickness of fireproofing and plastering, etc.
Gang type boxes shall be used wherever more than one wiring device is to be installed in
the same location.
Weatherproof outlet boxes shall be cast aluminum ~xSth gasket between box and cra'er
making boxes vapor tight and ~vater tight.
END OF SECTION 16134 - OUTLET BOXES
DIVISION 16 - Page 8 of 36
DIVISION 16 - ELECTRICAL
SECTION 16160 - PANEL BOARDS
GENERAL
Proposed Panel Boards:
Proposed panel boards shall be Square D or approved equal as indicated on the
construction plans.
Provide surface mounting type panel boards as indicated on the Plans. Connectors shall
be compression type suitable for copper conductors. Provide flush combination catch
and locks on each door, all of ~x~ch shall be operable from the same master key.
Panel Boards shall be mounted in enclosing cabinets, consisting of a code gauge sheet
steel box, having a trim and door. Boxes shall be manufactured from commercial hot
dipped, galvanized sheet steel with comers lapped and riveted. Trim shall be'
manufactured fi'om one piece of full finish sheet steel. Doors shall have concealed
hinges. Finishes shall be light gray enamel.
A directory holder with correct typewritten list of circuits shall be included with all panel
boards, and shall be mounted in steel frames with plastic covers.
Panel boards shall be of the dead fi:otu phase sequence circuit breaker type construction,
with each circuit number clearly identified by means of letters, and rated in accordance
with the Drawings.
Circuit breaker for panel board shall be molded case, automatic quick-make, thermal-
magnetic type as manufactured by Cutler Hammer or approved equal. They shall
indicate whether the handle is in the "ON", "OFF", or "TRIPPED" position. Multi-pole
breakers shall be internal common trip type. Breaker shall be as indicated in the
schedule on the Drawings.
G. All breakers shall be bolt in type only.
Existing Panel Boards to be Reused:
The Contractor shall utilize the existing panels within the Administration Building and
Weigh Station.
The Contractor shall tie into the existing panels; provide necessary breakers, route
circuits as necessmy, and grounding as required.
END OF SECTION 16160 - PANEL BOARDS
DIVISION 16 - Page 9 of 36
DIVISION 16 - ELECTRIC:~L
SECTION 16170 - CIRCUIT DISCONNECTS
GENERAL
A. Safet), switches shall be installed xvherever required by code and at the followin;2:
1. Unit heaters
2. Fan units
B. Safe.t); switches for exterior service shall be 3R switches. Safer,., s;~dtches shall be non-
fused where circuit is protected by circuit breakers.
C. Safety switches shall be sized for the circuit sen'ed. Switches shall be hea;~,' dutv T>pc
by Cutler Harrm~er or approved equal.
END OF SECTION 16170 - CIRCUIT DISCONNECTS
DIVISION 16 - Page 10 of 36
DIVISION 16 - ELECTRICAL
SECTION 16175 - ,RECEPTACLES
GENERAL
Provide flush mounted receptacles ~vhere indicated. Mounting heights to be 18 inches
above finished floor unless otherwise directed or required to maintain clearance of
equipment by other trades, etc. Verify work of others trades before installing to be
~ertain that there will be no interference as to height, location, etc. Mount all receptacles
in a vertical position.
B. Standard receptacles shall be duplex, grounding type, rated at 20 amperes, 125 volts AC.
Exterior receptacles shall be duplex, grounding type, ground fault interrupting, 20 AMP,
120 volt, Model 6898-HGG with Model 4998 cover by Leviton or approved equal.
D. Receptacles Ln bathrooms shall be ground fault protected.
END OF SECTION 16175 - RECEPTACLES
DIVISION 16 -Page 11 of 36
DIVISION 16 - ELECTRIC.~L
SECTION 16176 - SWITCHES
GENERAL
Ail switches shall be flush mounted. Verify all mounting heights before installing to be cert;~in
that there ;,,'ill be no intel~'erence with equipment of other trades as to location, ,:;c. ,~nci
compliance with hazardous location requirements, if an3', of the NSq3FU and N~C. Single
poles, three pole and four-way switches shall be fully rated at 20 amperes. 125 volts. 5t quiet
line ~pe, x;~te, by keviton or approved equal.
END OF SECTION 16176 - SWITCHES
DIVISION 16 - Page 12 of 36
DIVISION 16 - ELECTRICAL
SECTION 16177 - DEVICE PLATES
GENERAL
A. Provide a cover plate for each outlet installed.
B. Plates shall be metal (painted), by Leviton or approved equal.
C. Cover plates for junction boxes shall be flat galvanized.
D. Where more than one device is mounted in one outlet box or where two or more outlet
boxes are installed adjacent to each other, the face plate shall be a common "Gang" type.
END OF SECTION 16177 - DEVICE PLATES
DIVISION 16 - Page 13 of 36
DIVISION 16 - ELECTRICAL
SECTION 16190 - SUPPORTING DEVICES
GENERAL
All racew%~s shall be supported from the building structure by means of approved t3pc
hangers, clamps or straps as conditions require. I'his excludes race~va3b concealed
concrete slabs.
Hangers, clamps or straps shall be securely anchored to building's structure by means
bolts or inserts as required.
Raceways shall be supported at intervals of not over 10 feet for 1-1::4" and l~ger. 8 feet
for 1" and 3/4", and 6 feet for 1/2"
END OF SECTION 16190 - SUPPORTING DEVICES
DIVISION 16 - Page 14 of 36
DIVISION 16 - ELECTRICAL
SECTION 16191 - EXPANSION JOINTS
GENERAL
All raceways crossing expansion joints shall be placed so as to compensate for
movement of one part of the structure in relation to another and shall have an expansion
fitting inserted wherever same crosses such a joint in the structure.
Set the insulating bushing in the center of the fitting so as to allo~v a 2 inch movement in
either direction. Expansion heads shall be sealed by high grade graphite packing.
Provide each fitting with a copper bonding jump, with one loop of jumper placed in the
mastic joint.
END OF SECTION 16191 - EXPANSION JOINTS
DIVISION 16 - Page 15 of 36
DIVISION 16 - ELECTRICAL
SECTION 16192 - SLEEVES
GENER3~L
Provide .conduit sleeves in connection with all conduits passing through concrete walls
and floor slabs. Sleeves shall be set in concrete construction before pmtring m~cl shall bc
~aterproof type. Locate, set and anchor all sleeves in a substantial manner so that the3'
~411 not become displaced. All sleeve locations shall be subject to the approx al of thc
Engineer prior to construction of same.
Where conduits pass through exterior foundation walls or slab on ground, sleeves shall
be provided and set b}r the Contractor. Sleeves in exterior of building walls bel,'m grade
shall be installed xx4th approved caulking bem'een sleeves and conduit t,, make it
waterproof.
Conduit sleeves shall extend past walls or above floors at least 2 inches. The space
bet~veen sleeves and conduit passing through them shall be amply sufficient to permit
conduit expansion and contraction and precaution shall be used so as to prevent concrete.
piaster, etc., being forced bet~veen risers and sleeves.
END OF SECTION 16192 - SLEEVES
DIVISION 16 - Page 16 of 36
DIVISION 16 - ELECTRICAL
SECTION 16231 - EMERGENCY STANDBY GENERATOR
GENERAL
The Electrical Contractor shall remove the existing standby generator, day tank, and
transfer switch for reuse on the proposed Transfer Building.
The Electrical Contractor will be responsible for the relocation, temporary storage,
safeguarding and reinstallation of the standby generator, day' tank, and transfer switch.
The Electrical Contractor shall be responsible for providing the proposed concrete
generator slab, conduit, w/ring, equipment, labor and incidentals required to provide an
operational standby generator.
END OF SECTION 16231 - EMERGENCY STANDBY GENERATOR
DIVISION 16 - Page 17 of 36
DIVISION 16 - ELECTRICAL
SECTION 16402 - UNDERGROUND ELECTRIC SERVICE
WORK INCLUDED
'The Contractor shall fm'nish and install ali labor, equipment, materials and incidental:~
necessary to provide electrical services to the proposed locations shox~ on thc
Drawings.
SetMce shall be 3-phase, 600 ,AMP, 240/120 volt, Delta service. Service shall be from
existing LIPA pole located on the east side of the site.
Service entrance cables shall be in conduit for the full length. Conduit shall be marked ~lith
metallic top buffed 6" deep in service trench. Tape shall be marked "Canti~r - B,,tricd
Electric Line" or approved equal.
Closely coordinate this work with the Long Island Power Authorigr prior to submitting the
bid so there are no misunderstandings as to the extent and character of the ,,xork artd charges
involved. Include all utihtv company (if applicable) charges in the bid.
All trenches shall be backfilled in 6" lifts. Backfill shall be clean sand from on site up to
within 6" of f'mish grade. The top 6" of backfill shall be screened topsoil. Backfili shall be
thoroughly consolidated with mechanical tampers to 95 percent of the standard proctor value.
for soil used. Soil shall be at optimum moisture content for backfill operation.
MATERIALS
The material specification for all conductors and conduits shall confon'n to the other
sections of this Division as is appropriate, indicated on the contract drawings and ,ar
directed by the engineer.
Feeder cable shall be as shown on the Construction Drawings. Cable shall be marked
with metallic tape buried 6" above the setwice conductors. Tape shall be marked
"Caution - Buffed Electric Line" or approved equal.
METHOD OF CONSTRUCTION
The Contractor shall perform the electrical setMces installation in accordance with the
requirements and standards of the LIPA "Red Book".
All work required to complete the sen'ice installations shall conform to thc other
Divisions of the specifications as is required.
All trenches in pavement areas shall be backfilled in 6" lifts. Backlill shall be clean sand
and gravel from on site. Backfill shall be thoroughly consolidated with mechanical
tampers to 95 percent of the standard proctor value for soil used. Soil shall be at
optimum moisture content for backfill operation.
DIVISION 16 - Page 18 of 36
DIVISION 16 - ELECTRICAL
D. All undergrotmd trenches shall comply with Article 300.5 of the NEC.
END OF SECTION 16402 - UNDERGROUND F, LF, CTRIC SER¥ICE
DIVISION 16 - Page 19 of 36
DI~q[SION 16 - ELECTRICAL
SECTION 16430 - METERING
GENERAL
A. The Contractor shall ~mish and install electric metering equipment in accordance with
LIPA requirements.
B. The metering equipment shall be furnished with a main disconnect located belox~ thc
actual meter and be accessible from the exterior of the proposed transfer building
END OF SECTION 16430 - METERING
DIVISION 16 - Page 20 of 36
DIVISION 16 - ELECTRICAL
SECTION 16450 - GRouNDING
GENERAL
A. The Contractor shall install all equipment and material necessary to provide a complete
and adequate "grounded system" in accordance with the requirements of the New York
Sate Building Code and National Electric Code. Size of ground conductor shall be as
required to suit the conditions.
B. The Contractor shall furnish all labor and materials necessary, for grounding connections
as required by the Long Island Power Authority. This includes the grounding of all
apparatus furnished under other sections of the scope of work for the project.
C. Exposed, non-current carrying metal parts of fixed equipment ;vhich is liable to become
energized, shall be grounded under any of the following conditions:
1. Where equipment is supplied by means of metal-clad wiring.
2. Where equipment is located within the reach of a person who can make contact
with any grounded stirface or object.
3. Where equipment is located within the reach of someone on the ground.
4. Where equipment operates ~4th an), terminal t 20 volts to ground or greater.
5. Where equipment is in electrical contact with; metal or metal lath.
D. Pdl circuits shall be mn ~vith a separate grounding conductor.
END OF SECTION 16450 - GROUNDENG
DIVISION 16 - Page 21 of 36
DIVISION 16 - ELECTRICAL
SECTION 16475 - TEMPORARY LIGHT AND POWER
GENERAL
The Electrical Contractor shall provide and maintain temporaO' power and light
Proposed Transfer Station and Residential Dropoff Facili~' during the entire constructt,
period as may be required.
The Electrical Contractor shall connect to an existing onsite service to remain or install
temporary metering and make ail arrangements with Power Compan5 for temporaL;
construction service for working purposes and for the safeB' of all personnel, fhe
General Contractor shall pay 'all energy charges incurred by use of temporary power.
The Electrical Contractor shall provide all necessan.' materials and labor to make power
connections for equipment, machines, electric hand tools, etc. as used by all trades.
Temporary lighting at construction trailers shall be available at all times. Prox ide fi~li
time safety lighting of corridors and the stairs.
The Electrical Contractor shall furnish all labor needed to keep this temporar~ system
energized during the entire construction period of daily working day of all trades.
The Electrical Contractor shall provide distribution cabinets with fused circuit, local luse
boxes, feeders, branch circuit wiring and sockets, lamps and lock D'pe lan~p guards
distributed for adequate general working light and not less than one 150 watt lamp
every 1000 square feet of space or 100 watt lamp for 700 square feet.
Provide alt connections, repairs, replacements and maintenance as reque~ed by all
trades.
Permanent setMce shall be installed as soon as General Construction progress permit and
ma}' be used for temporary light and power.
The temporats' light or power shall remain as long as it is needed or until it is replaced by
permanent electrical utili~~.
END OF SECTION 16475 - TEMPORARY LIGHT AND POWER
DIVISION 16 - Page 22 of 36
DIVISION 16 - ELECTRICAL
SECTION 16510 - INTERIOR BUILDING LIGHTING
I. LIGHTING FIXTURES (FLUORESCENT)
Fixtures shall be I-)ay-Brite - 2 bulbs, 40W, surface mounted ceiling light with ~wap
around lens model # SWW 2 40 - 120 or approved equal.
Fixtures shall be constructed in accordance with the National Board of Fire Underwriters'
specifications and shall bear the Underwriters' label.
Ballasts for fluorescent fixtures shall be HPF, energy saving 60 cycle, with lowest
available sound rating. Ballast shall be Watt-miser II type.
Fixtures shall be complete with new lamps of sizes and types as indicated. Lamps shall
be as manufactured, by Lithonia, Sylvania, General Electric, Westinghouse or approved .
equal. All fluorescent lamps shall be ener~~ conservation type such as Watt Miser 11.
All fixtures shall be installed at locations shown on the Plans. Minor deviations from
locations shown will be allowed to obtain symmetrical layouts and to clear obstructions.
The installation shall be coordinated with the equipment of others whenever interference
may occur. Fixtures shall be rigidly supported and suitable canopies shall be installed as
required. Supporting steel angles or channels spanning the structural framing shall be
furnished and installed ~vhen required to support the fixtures.
Furnish the correct flanges, plaster frames, etc., and any other necessary mechanical
appurtenances for mounting the fixtures in or on the ceiling as required. Coordinate with
the General Contractor prior to purchasing fixtures for recessed mounting in any type of
ceiling construction.
2. HIGH BAY METAL HALIDE LIGHTS
Fixtures shall be Day-Brite 400W pulse start metal halide light model # HBE 400 P MT-
PSC WDF HP25 - AR - FL or approved equal.
The fixtures shall be 240 volt, in line double fused and hook-cord-plug assembly for
mounting.
Fixtures shall be constructed in accordance with the National Board of Fire Underwriters'
specifications and shall bear the Underwriters' label.
D. Reflector shall be 19" open acrylic prismatic reflector with flat acrylic lens.
Fixtures shall be complete with new lamps of sizes and types as indicated. Lamps shall
be as manufactured'by Lithonia, Sylvania, General Electric, Westinghouse or approved
equal.
DIVISION 16 - Page 23 of 36
DIVISION 16 - ELECTRIC.~L
o
All fixtures shall be installed at locations shoxxqa on the Plans. Minor deviationa from
locations shown ,,:,ill be allowed to obtain syrrm~etrical layouts and to clear obstruction,.
The installation shall be coordinated with the equipment of others ,,x henever intertbrencc
ma)' occur. Fixtures shall be rigidly supported and suitable canopies shall be installed as
required. Supporting steel angles or channels spanning the structural franfing shall be
famished and installed when required to support the fixtures.
Furnish the correct flanges, plaster frames, etc., and any other necessar3 mechmfical
appurtenances for mortaring the fixtures in or on the ceiling as required. Coordinate ~x ith
the General Contractor prior to purchasing fixtures for recessed mounting in an5 ~','pe c,i~
ceiling construction.
The building interior overhead contactors may be placed at the contractor's discrefinn
allow switching shown on the plans.
EXIT LIGHTING
Exit signs as shown on Transfer Station Electrical Plan are to be 2 head emergenc? LED
exit signs with bat EX Series EXCL-IRW as manufactured by mcPhilben or approves
equal.
Fixtures shall be constructed in accordance with the National Board of Fire Underxwiters~
specifications and shall bear the Underwriters' label.
Fixtures shall be complete with new lamps of sizes and types as indicated. Lamps shall
be as manufactured by Lithonia, Sylvania, General Electric, Westinghouse or approved
equal. All fluorescent lamps shall be energy conservation K~pe such as Watt Miser II.
All fixtures shall be installed at locations shown on the Plans. Minor deviations from
locations shown will be allowed to obtain symmetrical layouts and to clear obstractions.
The installation shall be coordinated with the equipment of others v,~enever interference
may occur. Fixtures shall be rigidly supported and suitable canopies shall be installed as
required. Supporting steel angles or channels spanning the structural framing shall be
furnished and installed when required to support the fixtures.
END OF SECTION 16510 - INTERIOR BUILDING LIGHTING
DWISION 16 - Page 24 of 36
DIVISION 16 - ELECTRICAL
SECTION 16520 - EXTERIOR BUILDING LIGHTING
1. FLOURESCENT WALL LIGHTS
A. Fixtures shall be Glare Buster 23 W fluorescent wall mounted light model # GB-1000 or
approved equal.
B. Fixtures shall be constructed in accordance with the National Board of Fire Underv~xiters'
specifications and shall bear the Underwriters' label.
C. Fixture shall have full cut-offopfic design.
D. Fixtures shall be complete with new lamps of sizes and types as indicated. Lamps shall
be Panasonic's GeaW compact fluorescent light bulbs or approved equal.
E. All fixtures shall be installed at locations shown on the Plans. Minor deviations from
locations shown will be allowed to obtain s)~nmetrical layouts and to clear obstructions.
The installation shall be coordinated with the equipment of others whenever interference
may occur. Fixtures shall be rigidly supported and suitable canopies shall be installed as
required. Supporting steel angles or channels spanning the structural framing shall be
furnished and installed when xequh'ed to support the fixtures.
END OF SECTION 16520 - EXTERIOR BUILDING LIGHTING
DIVISION 16 - Page 25 of 36
DIVISION 16 - ELECTRICAL
SECTION 16521 - STREET LIGHTING
SUBMITTALS
Product Data: Catalog sheets, specifications and installation instructions. Include candlepox~cr
distribution curves for each ~'pe fixture if different/'rom Company or catalog number spec~fieLt.
QUALITY ASSURANCE
List of Completed Installations for Lighting Standards and Luminaires: If brand names t,ther
than those specified are proposed for use, furnish the name, address, and telephone number of ~
least 5 comparable installations xvhich can prove the proposed products have operated
satisfactorily for 3 years.
LIGHTING POLES
Steel 4" Straight Square Poles: Pyramid Lighting Group, Inc.'s, Gardco Liodatmg
'Gullwing" 13 Poles Series SSS16-4-11, or approved equals having:
I. 16' height.
2. Pole shall be steel plate longitudinally welded providing a nfinimum yield strength of
36 KSI.
3. Removable top cap.
4. Handhole opening shall be reinfomed with cover plate and attachment screx~s. The
handhole shall be located 1800 with respect to the luminaire arm.
5. Base cover shall completely conceal the entire base plate and anchorage.
6. Anchor bolts shall be cold rolled steel with minimmn yield of 50 KSI. Bolts slmll
have an "L" bend on one end x~Sth
7. Four 5/8 inch diameter anchor bolts, 18 inches long with a 45,~ inch right angle leg
Anchor bolts to be completely hot dipped galvanized. Include 2 galvanized nuts,
lock washer and 2 flat washer with each bolt. Template for setting anchor bolts.
8. Finish color shall be natural aluminum.
LUM1NAIRES
Luminaires ~ ,~m Mounted: P3Tamid Lighting Group, Inc.'s, Gardco Lighting
'Gullwing" Series or approved equals. The luminaries shall be as follows:
Type SA - Model Gl3 - 1 - 3XL - 150HPS - 240 - NP - LF PC
T320e SB - Model Gl3 - l - 4XL - 150HPS - 240 - NP - LF PC,
Having:
1. Housing to be one piece die cast aluminum that mounts directly to a pole.
2. Lens assembly is a single piece die cast aluminum lens frame. An optically clear, hear
and impact resistant tempered flat glass lens mechanically secured. Electrical and optical
chambers are thoroughly sealed with a one-piece memory retemive hollow core. EPDM
gasket to prevent intrusion by rain, dust and insects.
3. Segmented optical systems manufactured from homogenous sheet aluminum which
has been electrochemically brightened, anodized and sealed.
DIVISION 16 - Page 26 of 36
DIVISION 16 - ELECTRICAL
4. Electrical components to be UL recognized and factory tested. The ballast shall be
capable of providing reliable lamp starting down to -20°F.
5. Finish shall be fade and abrasion resistant, electrostatically applied, thermally cured
textured TGIC powder coat. Finish color shall be natural paint.
6. All fixtures to bear UL and CSA labels.
7. High Pressure Sodium lamp, 160 watt.
8. Luminaire suitable for operation voltage indicated on drawings.
9. Photoelectric control.
CONCRETE BASES
As detailed on the drawings. Bases may be precast or poured in place.
RIGID NONMETALLIC CONDUIT
PVC Plastic Conduit and Fittings: Carlon Electrical Sciences Inc.'s Plus 40, Certain Teed Corp.'s
Schedule 40, National Pipe Co.'s Schedule 40, or Queen City Plastic Inc.'s Schedule 40.
FUSE HOLDERS AND FUSES
Enclosed waterproof in-line fuse holders rated 600 volts, Bussmarm Mfg. Div. McGra~v-Edison
Co.'s TRON waterproof fuseholder Symbol HEB with fuses rated 600 volts, Buss Symbol KTK.
GROUT
L&M Const. Chemicals lnc.'s Crystex, Protex Industries Inc.'s Propak, Sonnebom's Sonogrout,
or U.S. Grout Corp.'s 5 St~ Grout.
SPLICE CONNECTORS FOR EQUIPMENT GROUNDING CONDUCTOR
A. Exothennic Type Weld: Cadweld Process (Erico Products Inc. - Cadweld Div.).
B. Compression Connectors: Thomas & Betts Co.'s Grid and Ground Rod System.
Indent Type: Bumdy Corp.'s Hydent, or Thomas and Betts Corp.'s Compression
Connectors.
INSULATED GROUNDING BUSHINGS
Appleton Electric Co.'s GIB-50 Series, Gould Inc.'s Efcor 56-50-8 Series, Midwest Electric Mfg.
Corp.'s GLL Series, OZ-Gedney Co.'s 1BC-50L Series, Raco Inc.'s 1212 Series, or Thomas &
Betts Corp.'s 3870 Series.
DiVISION 16 - Page 27 of 36
DIVISION 16 - ELECTRICAL
PREPARATION
Before installing any Work, 1%' out the proposed course for the conduits, location of' lighting
standards, etc. and have same approved.
INSTALLATION
Lighting Standards:
1. Install each lighting standard on concrete base.
2. Prepare a level surface on compacted earth, undisturbed earth or concrete tholing. Set
bases on the prepared surface. Have all bases checked and approved by the Engineer for
level and elevation prior to making any conduit connections.
3. Install lighting standards vertical. The maximum allowable shinuning is l/8 incl,. After
shimming, grout voids bev4~een metal bases of lighting standard and concrete base
Below Finished Below Top Surfaces of Roads &
Grade (inches) Parking Lots (inches)
Rigid ferrous metal Conduit 24 24
Rigid Nonmetallic Conduit 24 30
4. Conduits Entering Buildings: Conduit entrances into building shall be watertighi.
5. Cleaning Conduits: Take precautions to prevent forei~ma matter fi'om entering conduits
during installation. After installation, clean conduits with tools designed for the purpose.
6. Jacking Conduits: Rigid ferrous metal conduit may be jacked under roads, parking lot~.
etc. Submit jacking details for approval.
7. 'Concrete encasement is not required for street lighting and grounds lighting conduit
system.
Grotmdin~:
1. Provide a bare copper equipment grounding conductor (san~e size as phase conductors)
installed within the conduit. Terminate and bond equipment grounding conductor ~'ith
suitable fitting in panel.
2. Bond lighting standards, conduit and equipment grounding conductors in lighting stand~u
base ~vith indent type splice connectors, insulated grounding bushings and ~ound tug or:
standard.
3. Bond rigid ferrous metal conduit in manholes to the equipment grounding conductor.
4. Make grounding splice connections in manholes with exothermic type weld ,~'
compression connectors.
Fuse Holder and Fuses: Install in base of each lighting standard an inline fuse holder and
5 ampere fuse for each ungrounded conductor, install fuse holders so that fuse is no~
energized when fuse holder is uncoupled.
DWISION 16 - Page 28 of 36
DIVISION 16 - ELECTRICAl,
D. Wiring Inside Lighting Standards: Install Type THW, XHHW, THWN or T}~pe USE
insulated conductors from fuse holder to luminaire.
END OF SECTION 1652 l - STREET LIGHTING
DIVISION 16 - Page 29 of 36
DIVISION 16 - ELECTRICAl.
16720 - TELEPHONE DISTRIBUTION SYSTEiX I
GENERAL
The Contractor shall provide a complete operable system of conduit and telephone cablc to the
existing and proposed buildings within tile contract area and as shown on thc constructi(.r:
plans. The central distribution point for the telephone system shall be in tile mechanical r,
of the transfer station building (Shop area).
MATERIALS
Conduit shall be schedule 40 PVC tubing where permitted and electric metallic tnbing
within the building.
Minimum size of conduit shall be l-inch diameter capable of housing t~,, (2~
telephone service lines.
Radius of conduit bends shall be at least ten times the conduit diameter and
conduit runs between ternfinals or splice boxes shall contain no more than two
90-degree bends, or their equivalent.
Conduit connectors for electrical metallic tubing shall be compression type
only and all conduit joints shall be reamed and ends fitted with bushings.
All PVC connections shall be glued and sealed per the tubing manufactures
standard requirements.
Telephone Cable shall be Cat 6 Enhanced Plenum Network Cable~ Blue 4pr 23awg.
UL Listed.
All telephone conduits shall be fitted with two (2) nylon drags for pulling of telephone
cables.
METHOD OF CONSTRUCTION
All work shall be performed in accordance with the contract drawings and provisions
of the other Divisions of the specifications.
The Contractor shall connect the proposed telephone cable into the distribution
systems of the Administration Building and Weigh Facili~'.
END OF 16720 - TELEPHONE DISTRIBUTION SYSTEM
DIVISION 16 - Page 30 o£36
DIVISION 16 - ELECTRICAL
16722 - COAXIAL CABLE DISTRIBUTION SYSTEM
GENERAL
The Contractor shall provide a complete operable system of conduit and coaxial cable to the
existing and proposed buildings within the contract area and as shown on the construction
plans. The central distribution point for the coaxial system shall be in the mechanical room of
the transfer station building (Shop area).
MATERIALS
Conduit shall be schedule 40 PVC tubing where permitted and electric metallic tubing
within the building.
Minimum size of conduit shall be 1-inch diameter capable of housing one (1)
coaxial service line.
Radius of conduit bends shall be at least ten times the conduit diameter and
conduit runs between terminals or splice boxes shall contain no more than two
90-degree bends, or their equivalent.
Conduit connectors for electrical metallic tubing shall be compression type
only and all conduit joints shall be reamed and ends fitted with bushings.
Ail PVC connections shall be glued and sealed per the tubing manufactures
standard requirements.
Coaxial Cable shall be RG 6fiLl Coaxial Cable, plenum 75 Ohm, 18 awg. solid bare
copperweld, 100% foil shield, tinned copper 60% braid coverage.
Co
All coaxial conduits shall be fitted with one (1) nylon drags for pulling of coaxial
cables.
METHOD OF CONSTRUCTION
All ~vork shall be performed in accordance with the contraci drawings and provisions
of the other Divisions of the specifications.
The Contractor shall connect the proposed coaxial cable into the distribution systems
of the Administration Building and Weigh Facility.
END OF 16722 - COAXIAL CABLE DISTRIBUTION SYSTEM
DIVISION 16- Page 31 of 36
DI~qSION 16 - ELECTRICAL
SECTION 16880 - ELECTRIC BASEBOARD HEATER
GENERAL
The Contractor shall install baseboard heaters as sho~n on the contract drawings and or
directed by the engineer.
MATERLa~LS
The heaters to be furnished shall be wired for 240 volts and include a field installed double poi,:
thermostat.
METHOD OF CONSTRUCTION
The Contractor shall perform all electrical work and necessary connections to provide
complete installation as required.
ACCEPTABLE PRODUCTS
58 inch kIBB Series liquid filled electric hydronic heater and HBBT2 double pole thermostat by
Berko, A Marley Engineered Products Brand or approved equal by Engineer .' Architect.
END OF SECTION 16880 - ELECTRIC BASEBOARD HEATER
DIVISION 16 - Page 32 of 36
DIVISION 16 - ELECTRICAL
SECTION 16885 - ELECTRIC OVERItEAD SPACE HEATER
GENERAL
The Contractor shall install overhead space heaters in "O&M Shop" as shown on the contract
drawings and/or as directed by the engineer.
MATERI,aBLS
The heaters to be furnished shall be ;vired for 240 volts 3-phase.
METHOD OF CONSTRUCTION
The Contractor shall perform all electrical wdrk and necessary, connections to provide a
complete installation as required in accordance with local and national electric codes.
ACCEPTABLE PRODUCTS
A. Space heater shall be vertical delivery unit heater Model VE200 with no deflector as
manufactured by Modine Indoor Air Solutions. or approved equal by Engineer /
Architect.
B. Mounting height of the units shall be 20' above finished floor. The Electrical Contractor
shall furnish all necessary strut and bracing required for heater installation to the building
structure.
C. Both heaters shall be controlled by a common wall thermostat.
END OF SECTION 16885 - ELECTRIC OVERHEAD SPACE HEATER
DIVISION 16 - Page 33 of 36
DIVISION 16 - ELECTRICAL
SECTION 16895 - ELECTRIC WATER HEATER
GENERAL
The Plumbing Contractor shall furnish and install the water piping to the proposed water
heater and the Electrical Contractor shall perform the electrical connection.
END OF SECTION 16895 - ELECTRIC WATER HEATER
DIVISION 16 - Page 34 of 36
DIVISION 16 - ELECTRICAL
SECTION 16896 - EXHAUST FANS
Bathroom shall be equipped with an exhaust fan capable of exhausting 60 CFM. Fan
shall be Solitaire Ventilator Model No. S130 as manufactured by Broan or approved
equal. Exhaust shall be ducted with 4" flexible duct to building exterior. Exhaust fan
duct shall be terminated with 4" plastic sidewall damper with screen.
Control switch for bathroom shall be 60 mir/ute timer switch, 120 volt, 20 amp as
manufactured by Broan or approved equal. Timer switch shall be supplied with two
gang white switch plastic cover plate suitable for time switch and light switch and cover
shall be Decom by Leviton or approved equal.
END OF SECTION 16896 - EXHAUST FANS
DWISION 16 - Page 35 of 36
DIVISION 16 - ELECTRICAL
SECTION 16902 - ELECTRICAL
GENERAL
The Electrical Contractor shall be responsible to provide all power wiring to miscellaneou.,
equipment located within the project area. Items that shall reqttire wiring include~, hut acer
limited to diesel fuel tank, roll-up doors, exhaust fans, methane detection, sun'eillance systen :~
and exit signs.
END OF SECTION 16902 - ELECTRICAL
DIVISION 16 - Page 36 of 36
January 9, 2006
ROBBINS & COWAN, INC.
GENERAL CONTRACTORS SINCE 1965
179 NEW YORK AVENUE
HUNTINOTON, NY 11743
TEL: 631-271~2324 · FAX: 631-271-2335
Mr. Chris Dwyer
L.K. McLean Associates
437 South Country Road
Brookhaven, NY 11719
RE: Town of Southold
c.o. #1
Job #05-08
Gentlem~n:
We submit, herewith, our request for a change order in the
~mount of THREE TH(YJMAND ONE HUNDRED F1FI'~ FIVE ($3,155.00)
DOLLARS, for the additional sanitary work at the transfer
building as shown on drawings S-2 Revision dated 8/22/05.
Breakdown of Costs:
Noresco Ltd ............................. $
Robbins & cowan, Inc. overhead & profit
Insurance ...................
2,665.00
400.00
3,065.00
90. O0
$ 3,155.00
If you have any questions please call.
RTm/ms
Very ~oursF~
Richard T. Robbins
Treasurer
COMMERCIAL · INDUSTRIAL
RENOVATIONS · DESIGN/BUILD
CONSTRUCTION MANAGEMENT
SwyVt \) - ~(,. a..tJ.~
Board Meeting of April 25, 2006
.-~
.Jlf
RESOLUTION 2006-386
ADOPTED
Item # 41
DOC 10: 1784
TIDS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2006-386 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
APRIL 25, 2006:
RESOLVED that the Town Board of the Town of South old hereby authorizes the followine
modifications to the Town's Contract with Robbins & Cowan. Inc. for construction of the
Cutchoeue Transfer Station:
A) Reduce Contract Item # 37(radiation detection devices) by $19,900; increase Contract
Item # I (General Conditions) in the amount of $8,682 to provide for installation of
elctrical conduit for possible future site lighting.
B) Increase Contract Item # 42 (Fire Well) by $16,500 to accommodate Building
Department requirements for a 500 gpm well; increase Contract Item # 16 (8" concrete
slab) by $42,183 to allow for the replacement of asphalt pavement with concrete in
critical area subject to heavy surface wear.
And hereby be it further RESOLVED that these modifications be identified as Transfer
Station Construction Project Change Order Nos. 2. and 3 respectively, AND that such change
orders will be offset by savings in the Town Responsiblities portion of the project and will
result in NO NET INCREASE to the overall project cost.
~~;IL
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Louisa P. Evans, Justice
SECONDER: Thomas H. Wickham, Councilman
AYES: Evans, Wickham, Ross, Edwards, Russell, Krupski Jr.
LORI HULSE MONTEFUSCO
ASSISTANT TOWN ATTORNEY
lori.montefusco@town.southold.ny.us
SCOTT A. RUSSELL
Supervisor
PATRICIA A. FINNEGAN
TOWN ATTORNEY
patricia.finnegan@town.southold.ny.us
KIERAN M. CORCORAN
ASSISTANT TOWN ATTORNEY
kieran.corcoran@town.southold.ny.us
Town Hall Annex, 54375 Route 25
P.O. Box 1179
Southold, New York 11971-0959
Telephone (631) 765-1939
Facsimile (631) 765-6639
OFFICE OF THE TOWN ATTORNEY
TOWN OF SOUTHOLD
MEMORANDUM
To:
Ms. Elizabeth A. Neville, Town Clerk
From:
Lynne Krauza
Secretary to the Town Attorney
Date:
June 27, 2006
Subject:
New Transfer Station - Change Order Nos. 2 and 3
For your records, I am enclosing an original, fully executed Change Order
NO.2 and Change Order No.3 in connection with the referenced matter. Also
attached is a copy of the resolution authorizing Scott to sign same.
If you have any questions, please do not hesitate to call me. Thank you
for your attention.
Ilk
Enclosures
cc: Mr. James Bunchuck, Solid Waste Coordinator (w/encls.)
'.; Li[j\\j\
L. K. McLean Associates, P. C.
CHANGE ORDER NO.2, CONTRACT ENTERED INTO BY ROBBINS &
COWAN INC., CONTRACTOR, AND THE TOWN OF SOUTHOLD,
OWNER, ON THE 24 TH DAY OF AUGUST, 2005.
THE CONTRACT KNOWN AS THE CONSTRUCTION OF A TRANSFER
STATION AND RESIDENTIAL DROP-OFF FACILITY, ENTERED INTO BY
AND BETWEEN THE CONTRACTOR AND THE TOWN OF SOUTHOLD ON THE
24TH DAY OF August, 2005 IS AMENDED AS FOLLOWS:
ADDED, DELETED, CHANGED WORK IS HEREBY AUTHORIZED BY THE
TOWN OF SOUTHOLD. THIS IS APPROVED BY THE CONSULTING ENGINEER
(IF APPLICABLE) AND THE DEPARTMENT OF LAW OF THE TOWN OF
SOUTHOLD IS AUTHORIZED TO APPROVE THIS CHANGE ORDER FOR LEGAL
SUFFICIENCY IN ACCORDANCE WITH A RESOLUTION ADOPTED AND
APPROVED BY SAID TOWN OF SOUTHOLD ON THE DAY OF
200 .
Current Contract Amount:
Change Order No.2:
Revised Contract Amount
$ 2,933,127.58
$ (11,218.00)
$ 2,921,909.58
The amendments to the subject contract involved herein have been made in accordance
with the requirements of the General Conditions of the contract and the Contract
Agreement itself.
60f7
. :' Li[i\\i\
L. K. McLean Associates, P. C.
CHANGE ORDER NO.2, CONTRACT ENTERED INTO BY ROBBINS AND
COWAN, INC., CONTRACTOR, AND THE TOWN OF SOUTHOLD, OWNER, ON
THE 24TH DAY OF August, 2005.
IN WITNESS WHEREOF, WE HAVE HE~ ANDS AND SEALS
Richard Robbins, Treasurer, Robbins
and Cowan I
Dated: ;;;;~/ tl t
~~,~
Supervisor and/or Deputy Supervisor
Dated:
6//'~~
,. ,
GCL ~.~
L.K. McLean Associates, P.C.
Consulting Engineers
lol~
Dated:
wn Attorney Approval as to Legal
Sufficiency Only l
Dated: ~ [1 0 6
70f7
. ..
. 'LI[i\\i\
L. K. McLean Associates, P. C.
CHANGE ORDER NO.3, CONTRACT ENTERED INTO BY ROBBINS & COWAN INC.,
CONTRACTOR, AND THE TOWN OF SOUTHOLD, OWNER, ON THE 24 TH DAY OF
AUGUST,2005.
THE CONTRACT KNOWN AS THE CONSTRUCTION OF A TRANSFER STATION AND
RESIDENTIAL DROP-OFF FACILITY, ENTERED INTO BY AND BETWEEN THE
CONTRACTOR AND THE TOWN OF SOUTHOLD ON THE 24TH DAY OF August, 2005 IS
AMENDED AS FOLLOWS:
ADDED, DELETED, CHANGED WORK IS HEREBY AUTHORIZED BY THE TOWN OF
SOUTHOLD. THIS IS APPROVED BY THE CONSULTING ENGINEER (IF APPLICABLE) AND
THE DEPARTMENT OF LAW OF THE TOWN OF SOUTHOLD IS AUTHORIZED TO APPROVE
THIS CHANGE ORDER FOR LEGAL SUFFICIENCY IN ACCORDANCE WITH A
RESOLUTION ADOPTED AND APPROVED BY SAID TOWN OF SOUTHOLD ON THE
DAY OF 200 .
Current Contract Amount:
Change Order No.3:
Revised Contract Amount
$ 2,921,909.58
$ 58,683.00
$ 2,980,592.58
The amendments to the subject contract involved herein have been made in accordance with the
requirements of the General Conditions of the contract and the Contract Agreement itself.
Change Order 3. RC
Page 3 of4
, *
< 'a.ol[i\\i\
L. K. McLean Associates, P. C.
CHANGE ORDER NO.3, CONTRACT ENTERED INTO BY ROBBINS AND COWAN, INC.,
CONTRACTOR, AND THE TOWN OF SOUTHOLD, OWNER, ON THE 24TH DAY OF August,
2005.
IN WITNESS WHEREOF, WE HAVE HEREUNTO SET OUR HANDS AND SEALS:
Dated:
o ins, Treasurer, Robbins and Cowan
Supervisor and/or Deputy Supervisor
Dated: 6~;Gp
,
Q~ ~. Ck
L.K. McLean Associates, P.e.
Consulting Engineers
Dated:
Iol~\ blo
,4-n1--
Town Attorney Approval as to Legal
Sufficiency Only
Dated: b 0-10h
Change Order 3- RC Page 4 of 4