Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Transfer Station Contract C
Ir, OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTII~r THAT THE FOLLOWING RESOLUTION NO. 438 OF 2005 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 12, 2005: RESOLVED, that the Town Board of the Town of Southold hereby accepts the bid of W.H.M. Plumbing and Heating in the amount of $43~178.00~ as part of the renovation of the Solid Waste Management District Transfer Station, as modified in accordance xvith the recommendations of L.K. McLean Associates, P.C., as reflected in the attached Memorandum (see resolution V436 attachment), and authorizes and directs Supervisor Joshua Y. H~rton to sign an agreement with W.H.M. Plumbing and Heating effectuating the acceptance of such bid and completion of such xvork, subject to the approval of the Town Attorney. Elizabeth A. Neville Southold Town Clerk W.H.M. Plumbing & Heating 6H Enterprise Drive East Setauket, New York 11733 Att: William H. Mauff, President July 19, 2005 CHRISTOPHER F DW'rEE JAMES L DeKONING P E F'O~ERi t STEELE PE COPY Re: Town of Southold: Transfer Station Expansion & Site Improvements Notice of Award - Contract "C" LKMA Project #: 04050.000 Dear Mr. Mauff: As Consulting Engineers to the To~vn of Southold, our office has attached Town Board Resolution No. 436 of 2005 adopted on July 12, 2005 thus awarding Contract "C" of the above refe$$nced project to W.H.M. Plumbing & Heating. Attached you will find a copy of the Southold Town Board Resolution adopted on July 12, 2005 by the To~vn in the amount of $43,178.00. There were no mathematical errors made in the proposal and the Town awarded all items in Contract "C". Please refer to the attached Bid Breakdown Spreadsheet prepared by our office. The Town of Southold is eager to commence construction on this project and expects to procure an executed agreement with your office as soon as possible. Our office is in the process of conforming the bid proposals submitted on the bid date (April 21, 2005). Once the copies are made by our office we will coordinate the signing of the Contract Agreement within the conformed 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 often percent (10%) of the work under the contract. 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 you should have any questions regarding this correspondence, please do not hesitate to contact this ofhce directly. Very truly yours, CFD:cfd Enc. (.2) Bid Breakdown Spreadsheet, ~own Resolution Christopher F. Dwyer Associate CC: Southold Town Board Members w/enc Patricia Finnegan, Southold Town Attorney ~v/enc. LKMA File Copy w/enc. '* [tort/tried itl 1950 e ~owa of Soulhold "I ransl'cr Slalion and Residential Drop-off" - Plumbing Contracl Bid Dale: April 21, 2005 Construction Bid Break Down - Contract "C" LKMA No. 04050 '~*, .ll.M. Plumbin~ and Henfing I ;*ill, rook Plumbin°. and Heatin Ileali.~ .'lnd Pipi.o. 5,pecialiliet Average McLean Associates FOI~tL FOR ITEM,~ I TO 6 $ 43.178.00 $ 47,800.00 $ 60.000.00 $ 50,326.00 $ 61,500.00 TOWN OF SOUTHOLD SOUTHOLD TOWN LANDFILL "TRANSFER STATION AND RESIDENTIAL DROP-OFF" CONSTRUCTION SPECIFICATION SOUTHOLD. SUFFOLK COUNTY, NEW YORK LKMA Project No: 04050.00 OIIFOF IVlEO COPY Contract C MARCH 2005 Prepared For: TOWN OF SOUTHOLD 53095 Main Road Southold, New York 11971 Prepared B),: L.K. McLEAN ASSOCIATES, P.C. Consulting Engineers 437 South Country Road Brookhaven. New York 11719 (63 l) 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 lSeparate) IB-1 thru IB-6 SIR-1 thru SIR.2 GC-1 thru GC-12 CC-I thru CC-20 Proposal Form Package 1.-22 'QS-1 thru Qs-4 A-1 thnl A-3 Q-! Divisions 1 -Division 16 I of 41 thru 41of4! E-I thru E-3 FW-1 S-I thru S-3 W-! and W-2 WD-I B-1 thru B-3 TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1800 / FAX: 631-765-6145 INVITATION TO, BID. NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS 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: TIME OF OPENING: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 APRIL 21, 2005 10:00 AM CONTACT PERSON: Christopher F. Dwyer L.K. McLean Associates, 631-286-8668 (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 1. Receipt and Opening of Bids 2. Form, Preparation and Presentation of Proposal 3. Bid Security 4. Qualifications of Bidders 5. Rejection of Bids. 6. Bidders Responsibility 7. Construction Terms and Conditions 8. Security for Faithful Performance 9. Bid Reservations 10. Non-Collusive Statement 11. Addenda and Interpretations 12. Method of Award 13. Single Price Bid Analysis 14. Municipal Exempt Stares 15. Labor Law 16. Wage Rates 17. Insurance Required by the Town of Southold 18. Quantities 19. MBE\WBE-EEO Requirements INSTRUCTIONS TO BIDDERS 1. RECEWT 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 thou 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 marl or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. 2. FORM~ PREPARATION AND PRESENTATION OF PROPOSAL The Proposal Form as issued by the Town 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 filled in, in both words and figures, with a total or gross sum for which the bid is made. All hnes must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure. Ail lines must be fried in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines fdled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the item/zed 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 prin6ipal 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 filing and approval of the Performance Bond and until completion of five percent (5%) of the work under the Contract. INSTRUCTIONS TO BIDDERS (b) The successful bidder, upon his failure or refusal to execute and dehver 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. CO) Information.contained in any statement of financial ability shall be not more than thirty days old at the time of submission. (c) The Town reserves the right to make such investigation as it may deem necessaw 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 tmtil after having inspected the site of the proposed improvement and having made themselves familiar with local conditions. The attention of persons intend/rig to submit bids is specifically called to the paragraph of the Contract which debars a Contractor f~om 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 th/s 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, which may in any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. IB - 3 INSTRUCTIONS TO BIDDERS (c) The submission of a bid will be construed to mean that the bidder is fully infonned 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 exam/ne the Plans and Specifications and exercise their own judgement as to the nature and amount of the whole of the work to be done, and for the bid prices, must assume all risks of variance by whomsoever made in computation or statement of amounts or quantifies necessary to fully complete the ~vork 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 ti'tis Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation, or for an extension of time. 7. CONSTRUCTION TERMS AND CONDITIONS The successful bidder is warned that the work specified in the Conditions of Contract, together with the Instmctlons to Bidders, Proposal Form, General Conditions, Plans, Specifications and instructions of the Engineer or his duly authorized representative will be rigidly enforced. 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 carder/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 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 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 d~mand, 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 Contract and after ten (10) percent of the work has been completed, the bid security accompanying the bid will be returned. 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 Biddet and the Town Clerk. 10. NON-COLLUSIVE STATEMENT The form of non-collusion bidding certiiScation contained in the proposal package must be executed by the Bidder and submitted with the proposal. The 'submission of this statement certifies that the prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. 11. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to the Clerk Town of Southold 53095 Route 25 P.O. Box 1179 Southold, N.Y. 11971, and to be given any consideration, must be received at least five (5) days prior to the.date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mm'led or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. 12. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies'to be furnished, and conformity with the specifications. 13. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. 14. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. ·) INSTRUCTIONS TO BIDDERS 15. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable provisions of the Labor Law, .as amended, of the State of New York. Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract, Paragraph 11, which are hereby referred to and made a part hereof. 16. WAGE RATES The rotes 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 reqffzred to submit to the Town, within thirty days aRer issuance of the first payroll, and every th/rty days thereafter, a transcript of the original payroll records, subscribed and affirmed as tme under the penalties of perjury. 17. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance requirements Section. (a) Comprehensive Automobile Policy. (b)Comprehensive General Liability (c) Excess/Umbrella Insurance (d)Workmen's 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 quantifies supplied or the actual work done at the unit prices quoted. 19. MBE/~VBE-EEO' REQUEREMENTS 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 MBE/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 Environmental FaciLities Corporation for the participation ofvarions business enterprises as Sub- Contractors and Suppliers on the Contract will be required. · l lB - 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 Acknowledge 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'~rnodifies them as follows: Proposal Package Please note the following clarification: On Page 2 of 22 within the Section of the Contract Specifications titled" Proposal ~ackage", the 2nd checklist item ".4 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 OFSOUTHOLD 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"rnodifies them as follmvs: 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 I 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 alternate 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 loxvest 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 "A" - General Construction, Contract "C" -Plumbing Construction and Contract "D" - Electrical Construction of the project shall be awarded separately by the Town. ADDENDUM NO. 1 - Page l of 1 ADDENDUM NO. 3 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 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'~nodifies them as 'follows: Division 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 Town no longer intends to salvage the structural members of the existing building. Therefore, any additional language in the contract that indicates the Town's intentions to salvage parts of the existing building is not applicable or binding to the cohtracted 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 propertg). All material shall be reduced to a maximum length of 20' with all 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 following 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 :~nodifies them as follows: Please note the following clarification: In the Proposal Package - under Pay Item A1 "Modified Domestic Water Service 3" SDR 9 HDPE" within the "Description of Item" column the unit should read "LS" instead 6f"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 tiffs Item. In the Proposal Package - under Pay Item No. 1 for Contracts A, C and D within the terms of payment specifically No. 2 it should read" Payment for this item will be made in three (3) payments" instead of "Payment for this item will be made in two (2) payments". In Division l - General Requirements - Section 01590 - the General Contractor under Contract "A" shall furnish the Engineer's Office (complete with utilities and fumishings). 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 temporary electrical power usage at this meter > the General Contractor under Contract "A" shall furnish Telephone Service ADDENDUM NO. 1 -Page 1 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 ~ Pay 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 13,q3-1 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 temporat? electrical service and metering (the Electrical Contractor's resjponsibility) 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. l - Page 2 of 2 ADDENDUM NO. 5 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 18, 2005 Acknowledge 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 inodifies them as follows: Please note the following clarification: , Drawing 14 - Weigh Facility Plan & Details Section A-A - The foundation wall and footing detail should ha~e the same reinforcement as shown in Section B-B (directly below). A vertical tie of#4 every 18" on center extending from the footing into the wall 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 View for Scale Foundation: Change scale from 1" = 6' to 1" = 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 1" = 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 Owner. ADDENDUM NO. l - Page 1 of 2 · ADDENDUM NO. 5 Drawing 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 two head poles. Recormection of the generator shall be to the proposed Mechanical Room within the Transfer Station and location of the MBP Panel. ADDENDUM NO. 1 - Page 2 of 2 ADDENDUM NO. 6 TO: FROM: DATE: TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD TOWN LANDFILL - TRANSFER STATION & RESIDENTIAL DROPOFF" ALL Contractors L.K. McLean Associates, P.C. April 20, 2005 Acknowledge receipt of this Addendum No. 6 by inserting its number and date in the peace provided for same in the Proposal Package 7 of 22, Failure to do so may subject the bidder to disc~ualification. This addendum forms part of the Contract Documents and'~modifies them as follows: Please note the following clarification: Drawing E-1 & 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 Adm'm/stration Trailer during power outages. ADDENDUM NO. 6 - Page l of 1 NEH YORK STATE DEPARTMENT OF LABOR BUREAU OF PUBLIC HORK STATE OFFICE CAMPUS. BLDG. 12 ALBANY, NY 12240 SCHEDULE 2004 Da~e 02/15/05 TOHN OF SOUTHOLD CHRISTOPHER F. DHYEE. ASSOC. L.K. MCLEAN ASSOCIATE~P,C. 457 SOUTH COUNTRY ROAD BROOKHAVEN NY .11719 PRC 0502051 SUFFOLK COUNTY Location and Type of Pro~ec~ PROJECT ID #: ·NONE SOUTHOLD TRANSFER STATION & RESIDENTIAL DROPOFF ROUTE 48. MIDDLE ROAD TOHN OF SOUTHOLD Oi In response ~o your request, enclosed is ~he schedule of ~ha prevailing hourly wage ra~es and ~he prevailing hourly supplements for ~he above pro~ec~, ~oge~her wi~h copies of ~he No,ice of Con~rac~ Le~ (PH-16) for your uae. 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 prepared and for'warded in accordance Article 8 of ~he NYS Labor LaN~ which provides tha~ it shall be the duty of the fiscal officer to ascertain and determine the schedules of supplements ~o be provided and wages to be paid to workers~ laborers and mechanics employed on public Hork pro~ec~s~ and ~o file such schedules wi~h the Depar~men~ having ~urisdic~[on. This schedule is effective from July 1, 2004 ~hrough June 50, 2005. updates, corrections and futura cop~es of the annual determination are available on the Departmen~*s Nebsi~e (www.'labor.s~a~e.ny.us). The attached ra~es are based on the latest information available to the Depar~men~ of Labor, Bureau of Public MorE. Care should be taken to revieH the ra~es for obvious errors. Any corrections should be brough~ the public HoPE con,rector ~o usa ~he pro,er rate. If there ~s a question on the proper classification ~o be used, please call the dis~ric~ office located nearest the NOTICE TO CONTRACTING AGENCIESt Upo~ cancellation or completion of this ~ro~ect, enter ~he necessary information and re~urn this page to; Naw York State Department of Labor Bureau of Public Hork State Office Campus, Bldg. 12 Albany, NY 12240 PROJECT HAS BEEN COMPLETED/CANCELLED: Date Signature Tibia For additional information, contact our local District Offices= Albany (518) q57-2744 Syracuse (515) 428-4056 Bingham~on (607) 7Z1-8005 Rochester (716) 258-~505 Buffalo (716) 847-7159 Utica (515) 795-2514 Garden City (516) 228-$915 Hhi~e Plains (914) 997-9507 New York Cz~y (212) 552-6088 PM-200 GENERAL PROVISIONS OF LAHS COVERING HORKERS ON PUBLIC HORK CONTRACTS INTRODUCTION The Labor Law requires public work contractors and subcontractors to pay laborers, workers or mechanics employed in ~he performance of a public work con~ract no~ less than the prevailing rate of wage and supplemen±$ (fringe benefits) in ~he 'locaiity where the work is performed. RESPONSIBILITIES OF THE DEPARTMENT OF JURISDICTIOH A Departmen~ of Jurisdiction (Contracting Agency) includes a sta~e depar±men~ agency, board or commis$ion~ a county, city, town or village~ a school dzstrict, board of education or board of cooperative educational service$~ a sewer, water, fire, improvemen~ and o~her dis~ric~ corporation; a public benefit corporation~ and a pubiic authority awarding a public work con~rac~. The Oepar~men~ of Jurisdiction (Contracting Agency) awarding a public work . contract MUST obtain a Prevaiiing Rate Schedule listing the hourly ra~e$ of wages and supplements due the workers ~o be employed on a public work prodect. This schedule may be obtained by completing and forwarding a Request for Hage and Supplemen~ Information form (PH-$9) ~o ~he Bureau of Public Mork. The Prevailing Rate Schedule MUST be included in ~he · specifications for ~he con~rac~ ~o be awarded and is deemed part of ~he public work contract. · Upon ~he awarding of ~he con~rac~, ±he law requires ~ha~ ~he Depan~men~ of Jurisdiction (Con,racking Agency) furnish ~he following information ~o ±he Bureau: ~he name and address of ~he con,racOon, .~he da~e ~he con~nac~ was let and ~he approximate dollar value of ~he con~rac~.' To facilitate compliance wi~h ~his provision of ~he Labor Law~ a copy of ~he Department's No~ice of Con±rac~ Le~ form (PH-16) is provided wi~h ~he original Prevailing Ra~e Schedule. The Depar~men~ of Jurisdiction (Contracting Agency) is required to' notify ~he Bureau of ~he comple~ion or cancellation of any public work project. The Department's PH-200 form is provided for ~ha~ purpose. HOURS No laborer, worker or mechanic in the employ Of a con~rac~or or subcontractor engaged in ~he performance of any public work pro~ec~ shall be permitted ~o work more than eigh~ hours in any day or more ~han five days in any week. excep~ in cases o~ extraordinary emergency. The con~rac~or and ~he Depar~men~ of Jurisdiction (Con,racking Agency) may appIy ~o ~he Bureau of Public Hork for a dispensation permitting workers to Honk additiona! hours or days per week on a par~icu)ar public, work p~o~ec~.. . HAGES AND SUPPLEMENTS The wa~es and supplements to be paid and/or provided ~o iaborers, workers and mechanzcs employed on a public work projec~ shall be no~ be less ~han ~hose lis~ed in ~he curren~ Prevailing Ra~e Schedule for ~he locality where ~he work is performed. If a prime con~rac~or on a public work pro~ec~ has no~ been provided wi~h a Prevailing Ra~e Schedule. ~he con~rac~or mus~ notify ~he Depar±men~ of Jurisdiction (Con,racking Agency) who in ~urn mus~ reques~ an original Prevailing Ra~e Schedule from the: New York S~a~e Depar~men~ of Labor Bureau of Public Nork S~a~e Office Campus, Bldg. 12 Aibany, NY 122~0 Upon receiving ~he original schedule, ~he Depar~men~ of Jurisdiction (Con±racking Agency) is required ~o provide complete copies ~o all prime contractors who in ~urn mus* provide copies ~o each subcontractor and obtain an affidavi~ 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 i thru June 50 of the following year. The annual determination is available on the Department of Labor websste (www.labor.state,n~.us). The prime contractor is required by law to provide copies of all applicable county schedules to each subcontractor and to obtain from each and every subcontractor an affidavit certifying that such schedules were received. If the original schedule expired, the contractor may obtain a copy of the new annual determination from the Department's PAYROLLS AND PAYROLL RECORDS Every contractor and subcontractor must keep original payrolls or transcripts subscribed and affirmed as true under penalty of perjury. Payrolls must be maintained for at least three years from the proSect s date of completion. At a minimum, payrolls must show the following information for each person employed DO a public work ~ Name ~ Classification(s) in which the worker was employed ~ Hourly wage rate(s) paid ~ Supplements paid or provided ~ Daily. and weekly number of hours worked in each classification. Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (50) days after issuance its first payroll and every thirty (50) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall receive and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, within ten days of a request, payroll records sworn to as their validity and accuracy for public work and private work. Payroll records include, but are not limzted to, time cards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure provide the requested information within the allotted ten days will result the withholding of up to 25Z of the contract, not to exceed one hundred thousand dollars; [f the contractor or subcontractor does not maintain a place of business in New York State and the amount of the cohtract exceeds $25,000, payroll records and certifications must be kept on the pro~act The prime contractor is responsible for any undarpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of .the Prevailing Rate Schedule specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules by a contractor or subcontractor is a violation of Article 8 of the Labor Law. See Section All subcontractors engaged by a public work proSect contractor or its subcontractor, upon receipt of the original schedule and any subsequently issued schedules, shall provide to such contractor a verified attesting tha±.the subcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages and supplements specified therein. See Section 220-a. DETERMINATION OF PREVAILING HAGE AND SUPPLEMENT RATE UPDATES APPL~CA~L[ TO All CUUNF~E5 The wa~es and supplements contained in the annual determination become effect;ye July 1st whether or not the new determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any corrections should be brought to the Department's attention immediately. It is the responsibility' of the public work contractor to use the proper rates. If ther~ is a question on the proper classification to be used, please call the district office located nearest the pro,eat. Any errors in the annual determination will be corrected and posted to the Department's website on the first business day of each month. Con~ractors are responsible for paying these updated rates as well, retroactive to July 1st. Hhen you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Page Department posts 'rates in its possession that cover periods of time beyond the July 1st to June ~Oth time 4tame covered by a particular annual determination, Ra~es that e×tend beyond that ins~an~ ~ime period are informational only and may be updated in future annual determinations ~ha~ actually cover ~he then appropriate July let ~o June 30th ~ime.period. WITHHOLDING OF PAYMENTS When a complaint is filed with the Commissioner of Labor alleging the failure of a con~ractor or subcontractor ~o pay or provide ~he prevailing wages or supplements, or when ~he Commissioner o4 Labor believes that unpaid wages or supplements may be due~ payments on ~he public work contract shall be withheld from the prime contractor sn a sufficien~ amoun~ ±o satisfy the alleged.unpaid wages and supplements, including in±eres~ and civil penal~y, pending a final determination, . When the Bureau of Public Work finds ~hat a contractor or subcontractor on a public work project failed to pay or provide the requisite prevailing wages or supplements, the'Bureau is authorized by Sections 2Z0-b and Z~5.Z of the Labor Law to so notify the financial of 4icer of the Department of Jurisdiction (Contracting Agency) that a~arded the public work contract. Such officer NUST then ~ithhold or cause to be withheld from any payment due the prime contractor on account of such con~ract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements{ includin~ interes~ and any civil penalty that may be assessed by the Commzssioner o~ Labor. mhe withholding continues until there is a final determination 0f the underpayment by the Commissioner o4 Labor or by the court in the event a legal proceeding is instituted for review of the determination of the Commissioner of La,or. Th'e Department of Jurisdiction (Con~ractinQ Agency) shall comply with this order of the Commissioner of Labor or of t~e court with respect ~o the release of the funds so withheld. SUMMARY OF NOTICE POSTING REQUIREMENTS The current Pdevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public work project. The prevailing wage schedule must be encase~ in, or constructed of~ materials capable of withstanding adverse weather conditions and be ~itled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) ~nches 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 Workers! Compensation Board in a conspicuous place on the jobsite. Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places of employment, on employment training centers no~ces furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance LaN must conspicuously post on the jobsite notices furnished Dy the New York State Department of Labor. APPRENTICES Employees cannot be paid apprentice rates unless ~hey are individually registered in a program registered Nith the New York State Commissioner of Labor. The allowable ratio o~ apprentices to 5ourneyHorkers in any craft classification can be no greater than the stetewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Ra~e Scheduze. An employee liste.d on a payroll as an apprentice Hbo is not registered as above or is performing work outside the classification of work for ~hich the apprentice is indentured~ must be paid the prevailing ~ourneyworker~s wage rate for the classi4ication of work the employee is actually performing. Article 8 of the Ne~ York State Labor Law 'requires ~hat only apprentices individually registered Nith the NaN York State Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or S~ate Agency or office registers apprentices in NaN York State. Page Persons wishing Ao verify ~he apprenAice regis*re*ion of any parson must do so in ~ri~ing ~o ~he: New York S~a*e Depar~men~ of Labor Office of Employabili~y Development/Apprenticeship Training S±a~e Office Campus, Bldg. 12 Albany, NY I22~0 Fax (5lB) fi57-715~ All requests for verification mus~ inciude ~he name and sociaI securi±y number of Aha person for whom ~he information is reques*ed. The only conclusive proof of individual appren±ice registration is written verificaAion from ~he Albany Apprenticeship Training'Can*tel Office. Neither Federai nor S~a~e Apprenticeship Training offices outside AIbany can provide concIusive regis*ration information. IA should be no,ed ±ha~ ~he existence of a registered apprenticeship program is no~ conclusive proof *ha~ any person is registered in *ha* program. Fur~hermore,.'~he existence or possession o~ walle* cards, identification cards or copies of s~a~e forms is no~ conclusive proof of ~he registration of any person as an apprentice. INTEREST ANO PENALTIES In ±he even~ *ha* an underpaymen* of wages and/or supplements is found: ~ In~eres~ shall be assessed aA ~he ra~e *hen in effect, as prescribed by Aha Suparin~anden* of Banks pursuan~ ±o sec*ion l~-a of ~he Banking Law, per annum from ~he da~e of underpaymen* *o ~he da~e restitution is made. ~ A Civii Penal~y may also be assessed, no~ ~o exceed wages, supplements and in~eresA due. DEBARMENT Any con,rector or subcontractor and/or i~s successor shall be ineligible Aa submi~ a bid on or be awarded any pubIic work con~rac~ or subcon~rac~ wi~h any sAaAe, municipal corporation or public body for a period of five years when: M Two w'illful determinations have been rendered againsA ~ha~ con~rac~or or subcontractor and/or i~s successor within any consecu±ive six-year period. ~ There is any willful determination Aha± involves ~he falsification of payroll records or ~he kickback of wages or supplemen±s. CRIMINAL SANCTIONS Hillful viola±ions of ~he Prevailing Hage Law (ArAicle B of ±he Labor La~) cons~i~uAe a misdemeanor punishable by fine or imprisonment, or bo~h. DISCRIMINATION No empioyee or applican~ for employmenA may be discriminated agains± on account of age, race, creed, co}or, national origin, sex, disability or marital s*a±us. No con,rector, subconArac~or nor any parson ac~ing on i~s behaif, shall by reason of race, c~aad, color, disabzIi~y; sex or national origin discrimina±e agains± any citizen of ~he S~a~e of New York who is qualified and avaiIable ~o perform ~he work ~o which ~he empioymen~ tala*es. See Section No con,rector, subcon±rac±or nor any person ac~ing on i~s behaIf, shall in any manner, discriminate agains~ or in~zmida*e any employee on accoun± of race, creed, coior, disabiii~y, sex or national origin. See Section 220-e(b). The Human Righ±s Law eisa prohibi±s discrimination in empIoymenA because of age, mari~ai s~a±us or reiigion. Page There may be deducGed from ~he amounG payable ±o Ghe conGrac±or under Ghe ~onGrac± a penalGy of fifGy dollars for each calendar day during which such person wes discriminated ageinsG or inGimide~ed in viola±ion of Ghe provisions of *he conArac~. See SecGion 220-e(c). The conGracG may be cancelled or ±ermina~ed by Ghe S,aGe or municipaliGy. All monies due or ~o become due ~hereunder may be forfeited for a second or any subse~uen~ violaGion of Ghe ~erm$ or condz~ions of Ghe enGi-discriminaGion sec*ions of ~he'conGrecG. See Section 220-e(d). Every employer sub,ecG Go Ghe New York SGa~e Human Rights Law muaG conspicuously posG e~ i*s office$~ places of employment, or employmenG Graining cen~ers no~ices furnished by ~he S~a~e Division of Human Rights. WORKERS~ COMPENSATION In accordance wi~h SecGion 142 of Ghe S~e~e Finance L&w, ~he con~rac~or ehelI mainGain coverage during Ghe life of Ghe con~rac~ for ~he benefi~ of such employees as required by Ghe provisions of Ghe New York S~aGe Honkers' CompenseGion Law. A Con~necGon who is awarded a public work conGracG musG provide proof of workers' compensation coverage prior Go being allowed Go begin work. The insurance policy mueG be issued by a company authorized ~o provide workers' compensation coverage in New York S~aGe. Proof of coverage mus~ be on form C-105.2 [Cer~ificaGe of Honkers' CompeneaGion Insurance) and mus± name ~his agency as a cerGificaGe'hoider. If New York SGa~e coverage is added Go an exisGing ou~-of-s~aGe poIicy, i~ can only be added ~o a policy from · company auGhorized ~o wriGe workers' compensation coverage in Ghi$ sGa~e. The coverage muaG be lis~ed under i~am ~A of ~he information page. The conGracGor musG maintain proof ~ha~ subconGracGors doing work covered under Ghis con~racG secured and mainGained a workers' compensaGion policy for all employees working in New York S~a±e. Every employer providing workers~ compensaGion insurance and disability benefiGs mus~ posG noGices of such coverage in Ghe formaG prescribed by ~he Horkers' CompensaGion Board in a conspicuous place on Ghe jobsi~e. UNEMPLOYMENT INSURANCE Employers liable for conGribu~ions under Ghe UnemploymenG Insurance Law musG conapscuouely posG on Ghe ~obsi~e no~ices furnished by Ghe New York S~a~e DeparGmen~ of Labor. .. · PN-20$ (~/01) Page 5 TOHN OF SOUTHOLD NEw YORK STATE DEPARTMENT OF LABOR Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240 CH~ZSTOPHER F. OHYER, ASSOC. L.K. HCI-EAN ASSOCZATE,P.C. 457 SOUTH COUNTRY ROAD BROOKHAVEN NY 11719 SUFFOLK COUNTY AGY. OF JUEZ$. = TOt.~t NAT. OF PROJECT= NEH BUZLDZNG Schedule Type 200~ Date o~/la/o5 Prevailing Rate Case No. 0502051 PROJECT ZD #: NONE ' SOUTHOLO TRANSFER STATZON ~ RESZDENTZAL DROPOFF ROUTE ~8, NZDDLE 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 prime 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 instrument 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) Heating/Ventilation [] (03) Electrical [] (04) Plumbing [] (05) Other Contractor Information: ALL INFORMATION MUST BE SUPPLIED Federal Employer Identification Number: Name: Address: CONTRACTOR'S TELEPHONE #: ( ) - City: State: Amount of Contract Approximate Starting Date: Approximate Completion Date: / / Estimated Date Entire Project Will be Completed: / / Zip: / CONTRACTS NOT YET AWARDED Type of Contract (Check all applicable contract types) [] (01) General Construction [] (04) Plumbing Signature [] (02) HeatingNentilation [] (05) Other PW-16 [] (03) Electrical Date Page Prevailing Ra~e Schedule New York S~a~e DepartmenG o~ Labor .................................. Case Number .................................. 0502031 SUFFOLK 2004 Suffolk County General Construction Rages Prevailing Hage Ra~es for 07/01/04 - 06/30/05 INFORMATION ABOUT PREVAILING RATE SCHEDULE This information is provided ~o assisG you in ~he interpretaGion of parGicular requiremenGs for each classification of worker conGained in ~he'aGGached Schedule of Prevailing Rates. · CLASSIFICATION IG is the du~y of ~he Commissioner of Labor ~o make the proper classification of workers Gaki'ng inGo accounG wheGher Ghe work is heavy and highway~ building~ sewer and wa~er, Gunnel work, or residential, and Go make a deGerminaGicn of wages and supplements Go be paid or provided. IG is Ghe responsibility of ~he public work con~racGor to use ~he proper rate. If there is a. question on · proper classificaGion Go be used, please call Ghe district office locaGed nearest Ghe project. District office locaGions and phone numbers are lis~ed below. PAID HOLIDAYS Paid Holidays are days ~or which an eligible employee receives a regular day's · pay, bu~ is not requzred to perform worE. If an employee works on a day listed as a paid holiday, Ghis remuneration is in addition Go paymenG of Ghe required prevailing rage for Gha Honk actually performed. ' OVERTIME OverGime holiday pay is Ghe premium pay ~haG is required.for work performed on specified holidays. It is only required Hhe.re the employee acGuall¥ performs work on such holidays. The applicable holidays are lisGed under HOLIDAYS: OVERTIME. The required rage of pay for Ghese covered holidays can be found in ~he OVERTINE PAY section listings for each classi~icaGion. SUPPLEMENTAL BENEFITS Particular aGGen~ion should be given to Ghe supplemental benefiG requiremen*s. Although in mos* cases the paymen~ or provision of supplements is for each hour worked, some classificaGsons require Gha payment or provision supplements for each hour paid (including paid holidays on which no work is performed) and/or may require supplemenGs Go be paid or provided ag a premium rate for premium hours'worked. EFFECTIVE BATES· Hhen you review Ghe schedule for a particular occupation, your should be directed Go the daGes above Ghe column of ragas. These are dates for which a given sag of rates is e~fec~ive. The ra*e lisGed is valid until the nexG effective rate change or until Ghe new annual deGermination which takes ef~ec~ on July 1 of each year. All contractors and . subconGracGors are required to pay Ghe currenG prevailing rages of wages and supplements. I~ you have any questions please conGact the Bureau of Public Work or visiA Ghe New York SGaGe OeparGment of Labor websi*e (www.labor.s~a~e.ny.u$) for current wage rage information. APPRENTICE TRAINING RATIOS The ~ollowing are *he allowable ratios of registered Appren*ices to Journey- For example, the raGio 1:1,1:$ indicaGes *he allowable initial raGio is one ApprenGice ~o one Journeyworker. The Journeyworker musG be in place on pro~ec~ before an Apprentice is allowed. Then three addiGiona~ Journeyworker$ Page 02 Prevailing Ra~e Schedule New York S~e~e Deper~men± of Labor .................................. Case Number .................................. 0502051 SUFFOLK 200~ are needed before a second Appren±ice is allowed. The les~ re,iD repea~s indefinitely, Therefore, ~hree more Journeyworkers mus~ be presen~ before a third Appren±ice can be hired, and so on. Please cali Apprentice Training Central Office a~ (518) 457-6820 if you have Title [Trade) Boilermaker Mason Electrical (Outside) Lineman Electrician [Inside) Elevator/Escalator Construction & Modernizer Glazier Insulation & Asbestos Worker Iron Worker Laborer Op £ngineer Pain,er Plumber & S~eamfi~er Roofer Shee~ Me~al Worker Sprinkler Fi~er Ratio 1:1,1:4 1:1,1:4 I:1,1:4 1:1,1:2 1:1,1:5 1:1,1:2 1:1,1:5 1:1,1:4 1:1,1:6 1:1,1:5 1:1,1:5 1:1,1:5 1:1,1:5 1:1,1:2 1:1,1:5 1:1,1:2 If you have any questions concerning ~he a~tached schedule or would like additional information, please con~ac~ ~he neares~ BUREAU of PUBLIC WORK Dis~ric~ OFfice or write %o: New York S~a~e Depar~men~ of Labor Bureau of Public Work S~a~e Office Campus, Bldg. 1Z Aibany, NY 12Z40 Dis~ric~ Office Locations: Telephone # FAX # Bureau of Public Work - Albany Bureau of Public Work Bingham±on Bureau o~ Public Work Buffalo Bureau of Public Work - Garden City Bureau of Public Work New York City Bureau of Public Work - Rochester Bureau of Public Work - Syracuse Bureau of Pubiic Work U~ica Bureau of Public Work - Whi~e PIains Bureau of Public Work - Central Office 518-457-Z744 607-721-8005 716-847-7159 516-228-5915 212-~52-6088 585-258-4505 315-428-4056 515-795-2314 914-997-9507 518-457-55B9 518-485'-0240 607-721-8004 716-847-7650 516-794-~518 21Z-~52-65BO 585-258-4708 315-428-4671 $15-795-2514 914-997-9525 518-4B5-1870 [7/01/2004) NOTES Admin. OVERTIME/HOLIDAY CODES OVERTIME Following is an explanation of ~he code(s) lis~ed in the OVERTIME sec±ion o~ each classifica±ion contained in ~he a%tached schedule. Additional requirements may also be lis±ed in %he HOLIDAY section. A ] Time and one half of ~he hourly ra~e al±er 7 hours per day. AA) Time and one half o~ ~he hourly ra~e after 7 and one half hours met day. B ) Time and one hal~ of ~he hourly ra~e after 8 hours per day. Page 05 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. SUFFOLK 200q (Bi) Time and one half of the hourly rate for the 9th & 10th hours week days and the let 8 hours on Saturday. Double the hourly rate for all additional hours. ( C ) Double the hourly rata alger 7 hours per day. (C1) Double the hourly rate alger 7 and one half hours per day. ((D )D1) Double the hourly rate after 8 hours per day. Double the hourly rate after g hours per day. ( E ) Time and one half of Ghe hourly rate on SaGurday. (El) Time and one half let q hours on Saturday. Double the hourly rate all additional Saturday hours. (El) Saturday may be used as a make-up day at sGraight time when a day is lost durzng that ~eek 'due to inclemen~ weather. (E~) Between Novem6en let and March 3rd Saturday may be used as a make-up day at straight ~ime when a day is lost during that week due to inclemen~ weather, provided e given employee has worked beGween 16 and 52 hours tha~ week. (Eq) Saturday and Sunday may be used as a make-up day at sGraight time when a day is lost during Ghat week due ~o inclement weaGher. F Time and one half of the hourly rate on SaGurday and Sunday. Time and one half of the hourly rate on Saturday and Holidays. Time and one half of the hourly rate on Saturday, Sunday, and Holidays. Time and one half of the hourly rage on Sunday. J Time and one half of the hourly rate on Sunday and Holidays. Time and one half of the hourly rate on Holidays. Double the hourly rate on Saturday. Double the hourly ra~e on Saturday and Sunday. ~ Double the hourly rate on Saturday and Holidays. ~ Double the hourly rate on Saturday, Sunday, and Holidays.' Double the hourly rate on Sunday. Oouble the hourly rate on Sunday and Holidays. ' . Double the hourly ra~e on Holidays. ~l) Two and one half times the hourly rate for Holidays~ if worked. Two and one half Gimes the hourly ra~e the first 8 hours on Sunday or Holidays. -One and one hal~ times the hourly rate all additional hours. T ) Triple the hourly na~e ~or Holidays, if worked. U ) Four times ~he hourly rate for Holidays. if worked. ' V ) Including benefits at SAME PREMIUM as shown for overtime. H ) Time and one half for benefits on all overtime hours. NOTE=BENEFITS are PER HOUR HORKED,for each hour worked, unless oGherwise noted HOLIDAYS PAID Holidays= Paid Holidays are days for which an eligible employee receives a regular day's pay~ bu~ is not required to perform worE. 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 Holiday Pay: Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually Eer~orms work on such holsdays. The applicable holidays are listed under HOLIuAYS: OVERTIHE. The required rate of pay for ~hese covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation o~ the code(s) listed in the HOLIDAY section of each classi~icaGion contained in the aGGached schedule. The Holidays as listed beloN are to be paid at the wage rates at which the employee is normally classified. ( 1 ) None. ( 2 ) Labor Day. Page O~ Prevailing Rate Schedule New York State Department of Labor .................................. Casa Number .................................. 05020S1 SUFFOLK 200q Memorial Oay and Labor Day. emorial Day and July 4th. i Lincoln's Birthday, Washing~on's Birthday, and Veterans Day. Memorial Oay, July 4th, and Labor Oay. New Year's Oay. Thanksgivin~ Day, and Christmas Day. 8 Good Friday. g Lincoln's Birthday. I0 Washington'e Birthday. 11 Columbus Day. 12 Election Day. 15 Presidential Election Bay. 14 172 Day on Presidential Election Day. i5 Veterans Day. i6 Day after Thanksgiving Day. 17 July 4th. 18 1/2 Day before Christmas Day. 19 1/Z Day before New Years Day. 20 Thanksgiving Day. 21 New Year's Day. 22 Christmas Day. 25 Day before Christmas. Day'before New Year~s Day. 25 Presidents' Day. 26 Martin Luther King, Jr. Day. Asbestos Horker NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs HAGE$: (per hour) 7/01/04- 1/02/05 Asbestos Horker/ Insulator ....... $41.81 (Insulating Only) 1/05/05- 6/30/05 $41.56 OVERTIME:... See ( C, O, V ) ON OVERTIME PAGE. HOLIDAY: Paid: ....... Overtime:.., See ( 1 ) oN HOLIDAY PAGE. See ( 5~, 6, 11, 15, 16, 25, 26 ) on HOLIDAY PAGE. For Rem./Abatement: See ( 1 ) on HOLIDAY PAGE. M When working on Labor Day triple (5) time is paid. APPRENTICES: rates. let 2nd 5rd ~th 40% 60% 70% 80% SUPPLEMENTAL BENEFITS: (~er hour worked) Journeyman .............. $ 21,74 Apprentices ............. Same % as wages of $ 21.74 1 )year terms at the following percentage of Journeyman's $ 25.86 Same % as wages of $ 23.86 WAGES (per hour) 7/01/04 Removal ~ Abatement onlyM~ ...... $ 24.45 Page 05 Prevailing Ra~e Schedule New York S~ate Dapartmen± of Labor .................................. Case Number .................................. 0502031 SUFFOLK 2004 ~M On mechanical systems tha~ are NOT to be scraoped. ALL other removal or aba~emen~ refer to Building Laborer Ca~agory Excep± for Re-Roofing refer to Roofer Catagory. OVERTIME: See (B) ON OVERTIME PAGE. HOLIDAYS: Paid: See ( 1 ) ON HOLIDAY PAGE. Overtime= See ( 5. 6, M ) on HOLIDAY PAGE. ~ Eas~er is paid at ~ime and one-half if worked. APPRENTICES: 1000 hour terms a~ ~he following percentage of Journeyman's wage. ls~ 2nd ~rd q~h .. 78% 80X 83% 89% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman Ram & Aba~emen~ .......... $ 7,10 9-12a Boilermaker DUTCHESS COUNTY~ Entire County NASSAU COUNTY: En~ire County NEH YORK CITY: En~ire 5 Boroughs ORANGE COUNTY: Entire County . PUTNAM COUNTY: Entire County ROCKLAND COUNTY: En~ire County ' SUFFOLK COUNTY: Entire County SULLIVAN COUNTY: En±ire County ULSTER COUNTY: Entire County HESTCHESTER COUNTY: Entire County NAGES: (per hour) 7-01-04- 1-01-05- 12-31-0q s-~i-0s Boilermaker ........... $ 37.90 $9.62 OVERTIME PAY: See ( D,O ) on OVERTIME PAGE. HOLIDAY: Paid: ........ Overtime: .... See ( 8, 16, 25, 24 ) on HOLIDAY PAGE. See (4; 6, 11, 1Z, 15, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1/Z ) year *arms a~ ~he following percentage of ~ourneyman's wage. Ist 2nd Srd 4th 5th 6th 7~h 8~h 65% 65% 70% 75% 80% 85% 90% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Page 06 Prevailing Rata Schedule NeH York Sta~e Departmen~ of Labor .................................. Case Number .................................. 0502031 SUFFBLK 200q $ 7.81 + $ 8,02 + 48 % of qB % of Carpenter - Building and Heavy Highway NASSAU COUNTY= Entire County SUFFOLK COUNTY: Eh±ire County HAGES: (per hour) 7-Oi-Oq Building Carpenter ............. $ Heavy/HighHay: Carpenter ............. ~ 33.32 OVERTIME PAY: See ( B. E, Q ) on OVERTIME PAGE. NOTE: ON NEH YORK STATE DEPARTMENT OF TRANSPORTATION AND ANY GOVERNMENT MANDATED OFF SHIFT HOEK THE FOLLOHING RATE(S) SHALL APPLY: Monday thru Friday q:OOpm ~o 12:00am ...... $ 36.31 HOLIDAY: Paid: ...... Overtime:.. See ( 18,19 ) on HOLIDAY PAGE. See ( 5,6,16,23,2fi,25 ) on HOLIDAY PAGE. APPRENTICES : ( 1 ) year terms at the following Percentage of Journeyman's Hege: Building Heavy/~ighwey 1st yr riO% 2nd yP 55% 55Z ~rd yr 65% 65% ~th yr 75% 75% SUPPLEMENTAL BENEFITS: Journeyman AppP 1st 8 2nd ~erms Appr erd 8 fith ~erms (per hour worked) $ 2~.21 12.q5 12.~5 (Oq)Reg.Council Nass/Suf~ Carpenter - Dockbuilder DUTCHESS COUNTY: Entire County NASSAU COUNTY: Entire County Entire 5 Boroughs NEH YORK CITY: ORANGE COUNTY: PUTNAM COUNTY: ROCKLAND COUNTY: SUFFOLK COUNTY: HESTCHESTER COUNTY: HAGES: (pep hour) Entire. County Entire County Entire County Entire County Entire County 7/OI/Oq 7/01/05 Addit. Piledriver ................ $ 38.79 $ 2.82 Dockbuilder ............... 38.79 per hr. Page 07 Prevailing Rate Scheduie New York Sta~e Department of Labor .................................. Case Number .................................. 0502031 SUFFOLK 200q OVERTIME: .... See ( 8, E2, 0 ) on OVERTIME PAGE. HOLIDAY: Paid: ........ See ( lB, 19 ) on HOLIDAY PAGE. Paid: ........ See ( 5, 6, 11, 13, 16, lB, 19, 25 ) Overtime: .... See ( 5, 6, 11, 13, 16, 18, 19, 25 ) for ls~ S 2nd yr. Apprentices on HOLIDAY PAGE. APPRENTICES: wage, 15±. 40% 1 ) year Aerm$ at *he following percentage of Journeyman's 2nd, ~rd,' qth, 502 65% 802 SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ............... $ 27.86 Apprentices ............. lB,94 9 - lq56 Carpenter - Floor Covarer 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 County SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County NAGES: (per hour) 7/01/0~ Carpe~/Resilient Floor Coverer .............. $ 45.00 7/01/05 Addi*. $2.96/hr. OVERTIME: .... See B, E, 9 ) on OVERTIME PAGE. HOLIDAY: Paid: ........ See Paid: ........ See Overtime: .... See 18,6~91~ o~3~OLIDAY PAGE. ~ , 16, 18, 19, 25 ) +or ls~ S 2nd yr.A~pran~ices 6, 11, 1~ 16, 18, 19, 25 ] on HOLIDAY PAGE. APPRENTICES: ls±. ( 1 ) year ~arms a~ ~he following percentage of Journeyman's 2nd. Std. ~h. 50% 65Z 80% 'SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman .............. ;. $ 26.05 Apprentices ............... ' 17.80 9 - 2287 Carpenter - Marine Cons~ruc±ion/Diver Page 08 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number ................................... 0502031 SUFFOLK 200q DUTCHESS COUNTY: Entire County NASSAU COUNTY: Entire Coun±y NEH YORK CITY: Entire 5 Boroughs ORANGE COUNTY: Entire County PUTNAM COUNTY: Entire County ROCKLAND COUNTY: Entire County NESTCHESTER COUNTY: Entire County SUFFOLK COUNTY: Entire County HAGES: (per hour) 7/O1/OA Marine Construction:- Marine River ............. $ ~?.8E " " Tender ........ $ 35.15 OVERTIME: .... Sea ( B, E, E2, Q ) on'OVERTIME PAGE. HOLIDAY: Paid: ....... See ( 18, 19 ) on HOLIDAY PAGE. . Paid: ..... See ( 5, 6, lO, 11, 13, 16, 18, lg ) for 1st & 2nd yr. Apmrentices Overtime:. See ( 5, 6, 10, ii, IS, 16, 18, i9 ) on HOLIDAY PAGE. APPRENTICES: (1) year terms at the following percentage of the dourneyman's wage. 1st 2nd 3rd qth qO% 50% 65% 80% SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................. $ 27.86 Apprentices ............... 18.94 9 - lq56 Carpenter - Millwright NASSAU COUNTY: Entire County NEW YORK CITY: Entire County PUTNAM COUNTY: Entire County ROCKLAND COUNTY: Entire County SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County HAGES: (met hour) 7/O1/Oq Building: Millwright ................... $ 3g.gg OVERTIME:... See B, E, E2, Q ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See Paid: ....... See Overtime:... See 18, 19 ) on HOLIDAY PAGE. 5, 6, 11, 13, 16, 18, 19, 25 ) for 1st & 2nd yr. Apprentices 5, 6, 11, 13, 16, 18, 19, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year ±erms at the ~olISwlng percentage of Journeyman's wage. lat. 2nd. 5rd. qth. 55% 65% 75% 95% Page 09 Prevailing Rate Schedule New York State Department of Labor .................................. Casa Number ............... ? .................. 0502031 SUFFOLK 200q SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................. $ 30,q6 Appr let term ............. 19.65 Appr 2nd farm ............. 21.67 Appr 3rd term ............. 2~.q9 Appr ~th te~m ............. 27.7~ 9-7q0.1 Carpenter - Timbarman ' NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County NESTCHESTER COUNTY= Entire County WAGES: (per hour) 7/01/0~ 7/01/05 Timberman .......... $ 37.q7 Addit. $3.267hr. OVERTIME:... See HOLIDAY: Paid: ....... See Paid: ....... See Overtime:... See APPRENTICES: ( i Ha e. ~st. 2nd. 40% 50% B, E, E2, Q J on OVERTIME PAGE. 18, 19 ) on HOLIDAY PAGE. 5, 6, 11, 13, 16, 18, 19, 25 ) 5, 6, 11, 13, 16, lB, 19, 25 ) for let & 2nd ~r. Apprentices on HOLIDAY PAGE. year terms at the following percentage of Journeyman's ~rd. ~h. 65% 80% SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................ $ 26.05 Apprentices .............. 17.80 9 - 1536 Core Driller ORANGE COUNTY: South of but including the following. Waterloo Mills, Slate Hill, New Hampton, Goshen, Blooming mrove, Moun~ainvzlle, east to the Hudson River. PUTNAM COUNTY: South of but including the following, Cold Spring, Tompkins Corner, Mehopac, Croton Fens, aest to Connecticut border. SUFFOLK COUNTY: Nest of Port Jefferson and Pa~choque Road to Route 112 ~o the Atlantic Ocean, NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs ROCKLAND COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/0q 10/17/05 Core Drilling: Driller .................. $ 27.60 Addle. $1.g6/hr Assis~an~ ...... ........... 22.B8 Addle. $1.71/hr Page i0 Prevailing Ra~e Schedule New York S~a~e Depar~men± o~ Labor .................................. Case Number .................................. 0502051 SUFFOLK 2004 NoAe: Hazardous Was~e Pay DifferenAial: For Level C, an additional 10% above wage ra~e per hour For LevelB; an additional 10% above wage rate Der hour For Level A, an additional 10% above wage ra~e per hour No~e: When required ~o work on wa±er: an additional $ 0.50 per hour. OVERTIME:... Sea ( B, E, K~, P, R~ ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See ( 5, 6 ) on HOLIDAY PAGE. Overtime:... ~ See ( 5, 6 ) on 'HOLIDAY PAGE. .... ~ See ( 8, 10, 11, 13 ) on HOLIDAY PAGE. Assis±an~: One (1) year increments a~ ~he following percentage of Aesis~an~ wages. This is noA an a~Dren*iceship for Driller. ls± Year 2nd Year 3rd Year 4~h Year 70% 80% 90% 100% SUPPLEMENTAL BENEFITS: (per hour worked) Driller $ 10.36 Assis~an~ 10.S6 9-1556 Electrician NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County WAGES: (per hour) 7-01-04- ~-30-05 ~-29-05 Elec±rician ............ $ 42.00 Fire Alarm ............. 42.00 HVAC Con,role .......... 42.00 OVERTIME PAY: HOLIDAY: Paid: ........ Overtime: .... APPRENTICES: let 2nd 35% q0% $ 43.00 43.00 43.00 See ( B,E,Q,V~ ) on Overtime Page. SUPPLEMENTAL BENEFITS: App ls~ yr ADD 2nd yr See ( 1 ) on HOLIDAY PAGE. See ( 5,6,16,25 ) on HOLIDAY PAGE. ( 1 ) year ~erms a~ ~he ~ollowing ~erden~age of Journeyman's wage. Srd ~h 5~h 6~h 50% 60% 70% (percents baaed on hourly wage (above), plus dollar amounts) 45.5% + 4~.5% + $ 5.89N~ $ 6.40~N 15.0% + 15.0% + $ 3.18~ $ 24.5% + 24.0% + $ 4.07NN $ App 3rd yr 43.5% + 44.5% + $ 5.Bg~ $ 6.40~ Page ii Prevailing Rate Schedule NaN York State Department of Labor ............................... · ---Case Number .................................. 0502031 SUFFOLK 200q Apr qth yr q3.SZ + q~.SZ + App 5th yr ~3~SZ + ~.SZ +' $ 5.89~ $ 6.~0~ Apr 6th yr ~3.5Z + q~.SZ + $ 5.89~ $ 6.qO PUMP & TANK NORK 7-Ol-Oq $ 35.20 OVERTIME; See ( B, E, Q ) on OVERTIME PAGE.. HOLIDAY: Paid: ...... See ( 1 ) on HOLIDAYS PAGE. Overtime;.. See ( 5, 6, i6, 25 ) on HOLIDAYS PAGE. APPRENTICES: One ( 1 ) year terms at the folloHing percen~ of ~ourneymen's Pate. ist 2nd erd 4th 5th qO% 50% 60% 70% 85% SUPPLEMENTAL BENEFITS: mar hour worked. 50.5% o~ hourly ra~e above. q-25 Electrician - Lineman NASSAU COUNTY: Entire.County SUFFOLK COUNTY: Entire Coun±y For U~ili~y Distribution & Transmission Line Construction. HAGE$: (per hour) 7-Ol-Oq Lineman / Splicer ............... $ 35.20 Ma±erie1 Man .................... 30.62 Heavy E~uip. OperaAor ............ 28.16 Groundman ............... 21.~2 Flagman ......................... 15.Bq 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 Page. APPRENTICES: 1000 hour Periods at ~he following Percen*age of Journeyman's Hage. lsd. 2nd. etd. q~h. 5~h. 6~h. 7~h. 60% 65% 70% 75% 80% 85% 90% Page 12 Prevailing RaGe Schedule New York Sta~e Departmen± o~ Labor ............ : ..................... Case Number .................................. 0502051 SUFFOLK 200q SUPPLEMENTAL BENEFITS: [percents based on gross wages-others per hour) 2fiZ + (o+ Hourly Rate) $ 5.gl Underground Natural Gasline Mechanic (2" or less): Journeyman U.G.Mechanic ....... OVERTIME: See B, G, P ) HOLIDAYS:: Paid: See 5, 6, 8~ 16~ 23, Overtime: See 1 } on Overtime 7-Ol-Oq- 2-27-05 2-26-05 2g.ql ~ 30.59 25, 26 ) on Holiday Page. Page. Supplemental Benefits: ( per hour worked ) 12X + lqZ + $ 5.96 $ 5.96 q-lOq9 Line/Gas Electrician - Maintenance NASSAU COUNTY: Entire County SUFFOLK COUNTY= Entire Coun±y "PLEASE NOTE" Applicabie to electrical maintenance of existing electricai systems including, but not limited ~o traffic signals 8 street lighting. WAGES; (per hour) 7-Ol-Ofi Journeyman ........ $ 32.30 OVERTIME PAY: See HOLIDAY: Paid: ....... See Overtime: .... See B, H, ) on OVERTIME PAGE. 1 ) on HOLIDAY PAGE. 5, 6, 16, 25 ) on HOLIDAY PAGE. APPRENTICES= ( 1 ls~ 2nd 40% 50% ) year terms at ~he following wage. 5rd qth 5th 60% 70% 80% SUPPLEMENTAL BENEFITS: (percent(s) based on hourly wage (above), plus doliar amount) 55.57. + 2.71 q-25m Page Prevailin9 Ra~e Schedule New York S~a±e Oeper~men~ of Labor .................................. Case Number .................................. 0502051 SUFFOLK 2004 Eiec~ricien - Teledate NASSAU COUNTY: Entire Doun*y SUFFOLK COUNTY: .Entire County "PLEASE NOTE" This ra~e classification applies ~o all Voice. De~a & Video work; exclud'ing Fire Alarm Systems and Energy Manegemen~ (HVAC Controls), in ~hose cases ~he regular Elec~rician. ra~e applies. To ensure proper ra~e please call Garden City Dis~ric~ Office a~ (516) 228-3g15. HAGES: (per hour) 7-01-0~ (Telephone and Integrated Tela-Da~a Systems) Journeyman ............. 30.69 OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS= Paid: See (1) on HOLIDAY PAGE. Overtime: See (5,6,11,12,16,Z5)) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (percent(s) based on hourly Hage (above), plus dollar amount) Journeyman 47.5% + $ 1.ql q-25~ela . Elec±ricien - Tree Trimmer NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County HAGES: (per hour) 7-01-0~- 1-03-05 1-02-05 $ 22.28 $ 23.06 (TREE TRIMMER) Line Clearance Specialis~ .......... OVERTIME: See ( B, E, P, T ) on OVERTIME PAGE. HOLIDAY: Paid: .... See ( 5, 6, 8. 9. 10. 11. 16, ) on HOLIDAY PAGE. Overtime: See (1 ) on OVERTIHE PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) 1Q,5% + of 15.5Z+ o~ $ q,37 hourly $ 4.71 hourly ra~e ra~e ~-loqg/Tree Elevator - Cons±ruc~or Page lq Prevailing Ra~e Schedule New York S±a~e Depar±men± of Labor .................................. Case Numberg ................................. 0502051 SUFFOLK 200q ROCKLAND COUNTY: Entire County excep~ for ~he Township of $±ony Poin± HESTCHESTER COUNTY: Entire Coun±y excep~ for ~he Townships of Bedford, Lewisboro, CDr±land, N~. Kisco, North Salem, Pound Ridge, Somers and York±own. NASSAU COUNTY: Entire County NEH YORK COUNTY: Er±ire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES: (per hour) 7/01/04 Elevator Constructor .............. $ qO.B9 "Modern. ~ service ............ $ 52.755 OVERTIME:.. CONSTRUCTOR. See ( C, 0 ) on OVERTIME PAGE. OVERTIME:.. MODERN./SERV.See ( B, H ) on OVERTIME PAGE. HOLIDAY: Paid: ...... See ( 5, 6, g, 11, 15, 16, 25 ) on HOLIDAY PAGE. Over±ime:.. See ( 5, 6, 9, 11, 15, 16, 25 ) on HOLIDAY PAGE. APPRENTICE: (1) year ±arms a~ ~he following percentage of Journeyman's ls~ 2nd etd CONST. $I6.60 22,~6 26.45 50.50 50.50 MOD ~ SVC $16.52 17.88 21.13 24.58 24.58 SUPPLEMENTAL BENEFITS= (per hour worked) Journeyman and Apprentices: Construction ................... $ lg.970 Appr. ls~ year ................ Appr. 2nd year ................ 15.487 Appr. 5rdyear ................ 16.478 Appr. 4~h & 5~h year ........... 17 470 Modern./Service ................ 18.91g Appr. ls~ year ................ 14.210 Appr. Znd year ................ 14.~07 Appr. etd year ................ 15.795 Appr. 4th8 5~h year .......... 16.67g 9-1 Glazier DUTCHESS COUNTY: En~re county NASSAU'COUNTY: Entire counAy NEH YORK CITY: Entire 5 boroughs ORANGE COUNTY: Entire county PUTNAM COUNTY: Eh*ire county ROCKLAND COUNTY: Eh±ira county SUFFOLK COUNTY: Entire county SULLIVAN COUNTY: En~ire county ULSTER COUNTY: Entire county HESTCHESTER COUNTY: Entire county HAGES: (per hour) 07/01/04 Glazier ................. $ 39.15 OVERTIME:... See ( C~, O~ 0 ) on OVERTIME PAGE. ~ Denotes if an op±ional B~h hour is required same will be a± Page 15 Prevailing Rate Schedule New York State Oepertment of Labor .................................. Case Number .................................. 050Z031 SUFFOLK 200~ regular rate of pay. If 9th hour is worked then both hours or more ( Bth and 9th or more ) will be at the double time rate of pay. HOLIOAY: Paid: ...... See ( 1 ) on HOLIDAY PAGE. Overtime:.. See ( 5, 6~ 16, 25 ) on HOLIDAY PAGE. APPRENTICES: ( i ) year terms at the foliowing wage rates. $ 15.q9 $ 19,60 $ 23.51 $ 31.33 SUPPLEMENTAL BENEFITS: (per hour worked) Journayman ............ ',$ 17.~2 Appr 1st term .......... 6.95 Appr 2nd term ....... ;.. 11.29 Appr etd term .......... 12.51 Appr 4~h term .......... lq.97 9-1281 (DC9 NYC) Ironworker - Derrickman/Rigger NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County NAGES: (per hour) 07/01/0~ Derrickman/Rigger .......... $ 38.15 OVERTIME:.. See [ A~, D1, E~, Q, V ) on OVERTIME PAGE. ~Time and one-half shall be paid for all work in excess of seven (7)' hours at the end o~ a work day to a maximum of two hours on any regular work day (~he eighth (Bth) and ninth (9) hours of work) and double time shall be paid for ell work thereafter. ' ~Time and one-half shall be paid for ali work on Saturday up to seven (7) hours and doub'le time shall be paid for all work thereafter. HOLIDAY: Paid: ...... See ( Over±ime:.. See ( 1 ) on HOLIDAY PAGE. 5, 6, 8, 10 )'on HOLIDAY PAGE. APPRENTICES: wage'ls~ 50~ ( 1/2 ) year terms at the following percentage of ~ourneyman's 2nd ~rd ~th 5th 6th 60% 70% 80% 90% 90% SUPPLEMENTAL BENEFITS: (per hour worked) .- $ 30.07 9-197 Ironworker -Ornamentai NASSAU COUNTY: Entire Count~ NEH YORK CITY: Entire S Boroughs SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County HAGES: (per hour) 7/O1/Oq- 01/01/05 12/~l/Oq Page Prevailing Rate Schedule New York S±ate Oepar~men± of Labor. .................................. Case Number .................................. 0502031 SUFFOLK 200q Ornamen~aI ................. $ 38.59 Chain Link Fence ........... 58.59 Guide Rail Ins~aIia~ion .... $8.59 Addi±ional 2.55/ Hour OVERTIME:... See ( AX, D1, EXX, Q, V ) on OVERTIME PAGE. XTime and one-half shall be paid for all work in excess of seven (7) hours a~ the end of a work day ±o a maximum of ~wo hours on any regular work day (the eighth (Bth) and nin±h (9*h) hours of work) and double ~ime shall be paid for all work ~hereaf~er. xXTime and one-half shall be paid for all work on Saturday up ~o seven (7) hours and double time shall be paid for all work *hereaf±er. HOLIDAY: Paid: ........ See ( Overtime: .... See ( 1 ) on HOLIDAY PAGE. 5, 6, 8 ) on HOLIDAY PAGE. APPRENTICE (1/2) year terms at ~he folloHing percentage of Journeyman's lsd. 2nd. 3rd. qth. 5*h. 6±h. 60% 65% 70% 80% 85% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman .............. $ 29.fil Appr 1st ~erm ........... 17.65 Appr 2nd ~erm ........... 19.iI Appr 5rd ~arm ..~ ........ 20.58 Appr q~h ±arm ........... 25.55 Appr 5~h' ~erm ........... 2q.gg Appr 6~h ±arm ........... 27.94 9-580 Ironworker - Reinforcing ROCKLAND COUNTY: Sou±bern Section NASSAU COUNTY: En±ire Coun±y NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Er±ire County NAGES: (per hour) 7/01/0~ Rein~orcin9 ~ Me,al La~hsng ............. $ 41.00 OVERTIME: .... See ( Ax, Ex, Q~ V ) on OVERTIME PAGE. x Ali overtime in excess of ~en ( 10 ) hours shall be paid a~ double wage. HOLIDAY: Paid: ........ See 1 ) on HOLIDAY PAGE. OverAime:... See 5~ 6, B, 10, 11, 15, 18, 19 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year ±arms at ±he following wage re±es. ls~ 2nd 5rd 4~h $24.00 $27.50 $51.50 $55.50 Page 17 Prevailing Ra~e Schedule New York S~a±e Demar~men~ of Labor .................................. Case Number .............. r ............... ~-=- 0502031 SUFFOLK 2004 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............ $ 26.23 Apprentices: ls~ ~erm .............. 18.23 Znd ~erm .............. 19.73 3rd ~erm .............. 20.73 q~h ~erm .............. Z1.73 9-q6 Ironworker - S~ruc~ural NASSAU COUNTY: Entire County NEN YORK CITY: Entire B Boroughs SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County HAGES: (per hour) 7/01/04 1/01/05 S~ruc~ural ................ $ 38,g5 Additional Riggers ................... 38.95 $2.25 Machinery Movers .......... 38.95 per hour " " Erectors ........ 38.95 OVERTIME:... See (B~, E~, Q, V ) on OVERTIME PAGE. ~ Time and one-half shall be paid for all work in excess of (8) eigh~ hours a~ ~he end of a work day ~o a maximum of ~wo hours on any regular work day (~he ninth (9~h) and ~en~h (lO~h) hours of work) and double ~ima shall be paid for all work ~hereaf~er. ~Time and one-half shall be paid for all work on Saturday up ~o aigh~ (8) hours and double ~ima shall be paid for all work ~hereaf~er. HOLIDAY: Paid~ ...... See ( 1 ) on HOLIDAY PAGE. Over~ime=.. S~,e ( 5, 6, 8, 18, 19 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year ~erms a~ ~he following · lsd. Znd. 3rd. 4~h. S~h. wage6~h.' $ 19.40 20.00 20.00 20.60 20.60 20.60 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............... $ 38,~ Apprentices ............ 27.1B 9-40/361 Laborer - Building NASSAU'COUNTY: En~re County SUFFOLK COUNTY: Entire County HAGES: (per hour) 7-01-0~ Building Laborer: $ 25.85. ~(For Asbestos Removal Ra~e See Below) OVERTIME PAY:' See A, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: ........ See 1 ) on HOLIDAY PAGE. Overtime: .... See 5,6,7,11,12 ) on HOLIBAY PAGE. SUPPLEMENTAL BENEFITS: (per'hour worked) $ 19.~q Page 18 Prevailing Ra±e ScheduIe New York State Department of Labor .................................. Case Number .................................. 0502031 SUFFOLK 200q APPRENTICES: Regular Hour Terms ( Not available for Abatement Nork) TERMS NAGES/HR SUPPLEMENTS/HR 1 hr. to 1000 hfs ............ $ 15.51 $ 7.70 1001 hrs. to 2000 hrs. 18.10 8.79 2001 hrs. to 3000 hrs. 20.68 8.9~ 3001 hrs. to qO00 hrs. 25.27 9.10 ~ASBESTOS REMOVAL ONLY 7-Ol-Oq (Re-Roofing see Roofer Catagory) Asbestos Removal Norker: 25.50 SUPPLEMENTAL BENEFITS: (per hour worked) $ 9.91 q-66 Laborer - Excavation NASSAU COUNTY: Entire County MEN YORK CITY: Entire County SUFFOLK COUNTY: Entire County NAGES: (per hour) 7/O1/Oq 7/01/05 Laborer/Excavation: Basic .......................... $ 32.qq $ 33.59 Flagman ........................ 32.qq 33.59 Pipelayer ...................... 32.~q 33.59 Tree Hork, 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, Il, i3 ) on HOLIDAY PAGE. APPRENTICES: iO00 hour terms at the following percentage of journeyman's Hage. 1st 2nd 3rd qth 50% 60% 75% 90% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ~ Apprentices: $ 17.56 $ 18.69 9-731Ex Laborer - Free Air NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County GROUP A: Blasters. GROUP B: Tunnel workers ~ ~ (including Miners, Drill Runners, Iron Men, Maintenance Men, Conveyor Men, Safety Miners, Riggers, Block Layers, Cement Finishers, Rod Men, Caulkers, Powder Carriers, Miners' Helpers, Chuck Tenders,'Track Men, Nippers, Brake Men,Derail Men, Form Men, Bottom Bell. Top Bell or Signal men. Form Norkers, Hovers, Concrete Norkers, Shaft Men, Tunnel Laborers and Caulkers' Helpers). Page 19 Prevailing Ra~e Schedule New York S±a~e Depar~men~ of Labor .................................. Case Number .................................. 0502031 SUFFOLK 2004 GROUP C: Powder Henchmen, Top Laborers end Chengehouse A~endan~s. HAGES: (per hour) 7/01704 Laborer (Tunnel)-FREE AIR: Group A ...................... ~ 32.52 Group B ........... $ 31.11 Group C ...................... $ 28.74 SmaI1 Bore M~cro Tunnei Machines 80% of ra~es above For Repairs on E×i$~ing Ha~er Tunnels 90% of re,es above · · For Repairs of Sewer ~ Drainage Tunnels 85% of ra~es above For Repair & Maintenance of all Subway ~ 80% of ra~es above Vehicular Tunnels OVERTIME: ..... For Laborer (Free Air) See ( O, M, R~ ) on OVERTIME PAGE. For Repair Ca±egories See [B~ Fi R~ ) on OVERTIME PAGE. & Hicro Tunneling ~ S~raigh~ ~ime fir$~ 8 hours~ double ~ime after 8 hours. HOLIDAY: Paid: ....... See ( Overtime:. See ( ~; ~; ~; SUPPLEMENTAL BENEFITS GROUP A $ 32.78 GROUP B GROUP C O. 28 3.00 0.16 31.34 0.28 3.00 0.16 28.92 0.28 $.00 11, 12, 15, 2B ) on HOLIDAY PAGE. 11, 12, 15, 25 ) on HOLIDAY PAGE. 0.16 per Small Bore Micro Tunnel Machines For Repairs on Existing Ha~er Tunnels For Repairs of Se~er & Drainage Tunnels For Repair S Maintenance.of all Subway VehicuIar TunneIs per hour paid + per hour ~orked + per day + per overtime hour. per hour paid + per hour Horked + per day + per overtime hour. per hour paid + per hour worked + per da~ + overtime hour. 80% of ra~es above 90% of ra~es above 8B% of ra~e$ above 80% of ra~es above 9-147Tnl/Free Laborer - Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County Laborer (Heavy/Highway): GROUP # 1: Asphal~ Rakers and Formse~ers. GROUP # 2: Asphai~ Shovelers~ Roller Boys and Tampers. GROUP # '3: Basic Laborer, PoHer Tool, Trackmen, Landscape, Pipelayer, · Jackhammer and Concrete, Traffic Control Personnel. 0) Page 20 Prevaiiing Ra~e Schedule New York S~a~e Oepar~men± of Labor ....... ~ .......................... Case Number ................................... 0502051 SUFFOLK 2004 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 # 3 ............. 25.90 ADO $ 1.SG/Hr. NOTE: PREMIUM PAY 20%-on sAraigh~ ~ime hours for WEN YORK STATE D.O.T and o±her GOVERNMENTAL MANDATEO off-shif~ work. NOTE: Additional 10% Hourly Wage for Hazardous MaAeriai Work. 'APPRENTICES: ( 1 ) year Aerms a± ~he foilowing Percen±ages of Journeyman$ Wage, ls~ year .......... 80% 2nd year .......... 90% OVERTIME PAY: See B, EZ, F ) on OVERTIME PAGE. HOLIOAY: Paid: ........ Sea 1 ) on HOLIDAY PAGE. Overtime: .... See 1 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 17.12 (After for~y hours paid) $ 10.67 q-1298 Laborer - Tunnel Compressed Air NASSAU COUNTY: Entire County NEW YORK CITY: Entire S Boroughs SUFFOLK COUNTY: En~ire County GROUP 1: Blasters, Mucking and Machine OperaAors. GROUP 2: Tunnel Worker$~ ~ (including Miners, Drill Runners,Iron Men, Maintenance Men. Inside Muck Lock Tender, Pumpman, Electricians, Camen~ Finishers, Rod Men, Caulkers, Carper*ers. Hydraulic Men, Shield Drivers, Monorail Opera~ors, Motor Men, Conveyor Men, Safe~y Miners, PoNder 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, Grou~ Men, Gravel Men, Derail Men and Cable Men. GROUP 5: Top Nipper GROUP'4: Outside Man Lock Tender, Outside Muck Lock Tender, Shaf~ Men,Gauge Tender and Signal Men. GROUP 5: PoNder Watchmen, Top Laborers and Changehouse A~endan~s. WAGES: (per hour) 7/01/04 Laborer(Compressed Air): GROUP 1 ..................... $ 54.09 GROUP 2 ..................... 52.8g GROUP 5 ..................... 52.28 GROUP 4 ..................... 51.6g SROUP 5 ..................... 27.12 Page Prevailing Rate Schedule New York Stere Department of Labor .................................. Case Number ...... ' ............................ 0502031 SUFFOLK OVERTIME: .... See ( D, M, EX ) on OVERTIME PAGE. NOTE= Time and one-hail be paid for all overtime repair-maintenance work on existing equipment and facilities. ~ Straight time first 8 hours, double time after 8 hours. HOLIDAY: Paid: ....... See ( 5, 6, 9, il, 12, 15, 25 ) on HOLIDAY PAGE. Overt/me:... See (5; 6; 9' 11, 12, 15~ 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS : GROUP 1 $ 3q.3q per hour paid + 0.28 per hour worked + 3.00 per day + 0.16 per overtime hour . GROUP 2 $ 33.20 per hour paid + 0.28 per hour worked + 3.00 per day + 0.16 per overtime hour GROUP 3 $ 32.57 per hour paid + 0.28 per hour worked + $.OO per day + 0.16 per overtime hour GROUP q $ 31.98 per hour paid + 0.28 per hour worked + 3.00 per day + 0.16 per overtime hour · GROUP 5 $ 30.5~ per hour paid + 0.28 per hour worked + 3.00 per day + 0.[6 per overtime hour 9-1q7Tn[/Comp Air Mason - Building Bricklayer NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES: (per hour) 7/01/04 Building: Bricklayer ................. $ 38.q2 OVERTIME:... See A, E, Q ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See Overtime:... See 1 ) on HOLIDAY PAGE. B, 6, 25 ) on HOLIDAY PAGE. APPRENTICES: 50% ( 750 hour ) terms a~ ~he following percentage of Journeyman's 2nd 3rd qth 5TH (500 Hrs) 6TH (500 Hfs) 60% 70% 80% 90% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman: .................... $ i8.03 Apprentice: 10.40 g-lBrk Page 22 Prevailing Ra~a Schadule New York State Department of Labor .................................. Casa Number ................................... 05020~1 SUFFOLK 200q Mason - Building Mosaic and Terrazzo Worker NASSAU COUNTY: Entire County MEN YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County WAGES: (per hour) Building: 7/0i/0q Mosaic & Terrazzo Worker .......... $ q1.68 " Finisher ........ $ q0.$7 OVERTIME:... See ( A, E, Q, V~ ) on OVERTIME PAGE. ~ ADD $ 8.05 per hour to supplements on time & one-hal+ overtime hours. ~ ADD $ 10.05 per hour to supplements on double-~ime overtime hours. HOLIDAY: Paid: ...... See ( 1 ) on HOLIDAY PAGE. Overtime:.. See ( S, 6, 8, ii, 15, i6, 25 ) on HOLIDAY PAGE. APPRENTICES: (750 Hour) terms at the ~olioHing percentage of the journeymans wage. ist 2nd 5rd 4th 5th 6th 50% 55Z 65% 70X 80% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman: $ 18.55 Apprentices: Same percentages as wages. 9-7/5 Mason - Building Tile Set±ers Entire County NASSAU COUNTY= NEH YORK CITY: ORANGE COUNTY: PUTNAM COUNTY: ROCKLAND COUNTY: SUFFOLK COUNTY= HESTCHESTER COUNTY: WAGES: (per hour) Entire 5 Boroughs Entire County Entire County Entire County Entire County Entire County 7/O1/Oq 12/O1/Oq 6/01/05 12/01/05 Building: Tile Setters ........ $ 38.85 $ 59.85 $ 41.31 ~ ~Z.27 OVERTIME:... See ( A, E, Q ) on OVERTIME PAGE. HOLIDAY= Paid: ...... See ( I ) on HOLIDAY PAGE. Overtime:.. See ( 5, 6, 8, lO, 11, 15, 16 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hr)terms at the +ollowing percentage o~ ~ourneyman's wage. 1st Znd 3rd fith 5th 6th 50% 55% 65% 75% 85% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman: ........ $ 18.12 $ 18.4~ $ 18.78 Apprentice $ 9.~ + 9,~5 + 9,~3 + wage percentage o~ $ 8.~3 9.00 9.55 19.28 9.95 + 9,35 9-7/52 Page 25 Prevailing Rate Schedule NeH York State Department of Labor .................................. Case Number .................................. 0502051 SUFFOLK 2004 Mason - Cemen~ NASSAU COUNTY: Entire County NEH YORK CITY= Entire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES: (per hour) 7/01/04 Cemsnt Mason ............ $ 59.00 OVERTIME:... See ( C, O, V ) on OVERTIHE PAGE. HOLIDAY: PAID: ....... See ( 1 i on HOLIDAY PAGE. OVERTIME:... See ( 5, 6, 8, Ii, 15, 25 ) on HOLIDAY PAGE. APPRENTICES: ( I/2 ) year terms at the folIoHing percentage of Journeyman's Hages and fringes. 1st 2nd 3rd 4th 5th 6th 50% 60% 70% 80% 90% 95Z SUPPLEMENTAL BENEFITS: Uourneymanl Apprentices: Ist term i3.75 Znd term 14.95 5rd term 16.14 4th term 17.34 5th term . 18.55 6th term 19.24 (per hour worked) 19.60 9-780 Mason - Marble NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/04 1/O1/OB 7/01/05 1/01/06 Building: Marble/ Sawyer, Rubber & Polisher ................... $ 34.63 $ 35.28 $ 35.93 $ 36.58 Marble Restoration Finishers .................... 18.06 18.26 18.46 18.66 OVERTIME:.. Sea ( A, E, ~ V ) on OVERTIME PAGE. HOLIDAYS: Paid:'. ..... Journeymen receive 1/2 days pay for Labor Oay. Cleaner, Maintenance and iST three terms of Apprentices See ( 5. 6, 11. 15 ) on HOLIDAY PAGE. All others See ( ! ) on HOLIDAY PAGE. Overtime:.. Sea ( 5, 6, 11, 15 ) on HOLIDAY PAGE. APPRENTICES= Ha e. Yst 2nd 50% 55% ( 1/2 ) year terms a~ the following percentage of Journeyman's 5rd 4th 5~h 6th 7th 8±h 60% 65% 70% 80% 90% 95% Page 2q Prevailing RaAe Schedule New York S~a~e ~epar±men± of Labor .................................. Case Number .................................. 0502031 SUFFOLK ZOOq SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman-Polisher ......... $ 13.93 $ lq.2B $ lq.63 ~ lq.9B -Finisher ......... 5.35 5.65 5.95 6.25 Apprentice .................. 7.15 + 7.50 + 7.85 + 8.20 + wage percentage of $ 6.78 6.78 6.78 6,78 9-7/24 Mason -Marbie CuP,ers and Sea,ers NEW YORK CITY: Entire 5 Boroughs EXCEPT for pro~ec±s ±ha~ fail wi±bin a fifAy-m~le radius oF Columbus C~rcIe in New York C~y. NESTCHESTER COUNTY: Entire county HAGES: (per hour) 7/O1/Oq 1/01/05 7/01/05 1/01/06 Building: Marble Cu~ers ~ Sea,ers ................... $ ~q. O0 $ qS.lO $ ~6.20 $ q7.30 OVERTIME: See { B, O, V ) on OVERTIME PAGE a~ached. HOLIDAY: Paid: .... Journeymen receive 1/2 days pay for Labor Bay. Apprentices ls~ ~hree terms 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. Over±ime: See ( 5, 6, 8, 11, 15> ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year *arms a~ ~he following percentage of journeyman's ls~ 2nd 3rd q~h 5~h 6~h 50% 55% 65Z 70Z 80Z 95Z SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ........... J .... $ 17.00 $ 17.qO $ 17.80 $ 18.20 Appren~ice ................ 7.Z5 + 7.60 + 7,95 + 7.95 + wage percentage of $ 9.75 9,80 9.85 9.8~ Mason - Marble Rigger NASSAU COUNTY: Entire County MEN YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Eh±ire County NESTCHESTER COUNTY: Entire County HAGES: (per hour) 7/O1/Oq 1/01/05 Marble-Riggers, Crane ~ Derrickman ....... $ 37.13 $ 37.83 OVERTIME:... See ( C, O, V ) on OVERTIME PAGE. HOLIDAY: Paid: ...... 1/Z Day for Labor,O Overtime:.. See ( 5, 6, 8, 11 ~; 25 ) APPRENTICES: 9-7/~ 7/01/05 1/01/06 $ 38.58 $ 39.23 on OVERTIME PAGE. ls± 50% ( 1/2 ) year ~erms a~ ~he following percentage of Journeyman's wage. 2nd 3rd qth 5~h 6~h 55% 65% 75% 85% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Page 25 Prevailing Rate ScheduIe New York State Oepartmen~ of Labor .................................. Case Number .................................. 0502051 SUFFOLK 2004 Journeyman ............... $ 17.77 $ 18.12 $ 18.47. $ 18.82 Apprentice ............... $ 7.60 + 7.95 + 8.$0 + 8.65 + wage percentage of $ 10.17 10.17 10.17 10.17 9-7/20 Mason - Paver HASSAU COUNTY: EnAire County NEW YORK CITY: Entire B Boroughs · SUFFOLK COUNTY: Entire County ~ Shall include bu~ not limited to~ fired clay brick pavers, pre-cas~ con- cre~e slabs (london walks), pressed concrete pavers{ cobble stone, all ~¥pes of flag~ing, asphalt concrete pavers- asphaltic cement sand and stone aggregate, unit safety surface. HAGES: (per hour) 7/01/200q Journeyman ........................ ~ 24.12 Apprentice ( one year ~erm ) ..... 20.27 OVERTIME:; .... See B, E, ~ ) on OVERTIME PAGE. HOLIDAY: Paid: ......... See 1 ) on HOLIDAY PAGE. Overtime: ..... See 5, 6, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ........................ $ 10.76 Appr .............................. 6.08 9-1 Paver Mason - Pointer/Caulker/Cleaner NASSAU COUNTY: Entire County NEH YORK CITY= Entire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES (per hour) 7/01/04 Pointer, Cleaner,& Caulker (Mason) ........... $ ~5.46 OVERTIME:... See B, H, E2 ) on OVERTIME PAGE. HOLIDAY: Paid~ ....... See Overtime:... See 1 ) on HOLIDAY PAGE. 5, 6 ) on HOLIDAY PAGE. APPRENTICES: ( 1 1st 2nd $16.80 19.69 year Aerms a~ ~he following Hage ra~es. $rd 4th 25.75 51.30 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............. $ 15.94 Appr 1st term ......... 2.50 Appr 2nd term ........ ~.91 Appr Srd ~erm ... 6.~0 Appr qth term ... 6.50 Page 26 Prevailing RaKe Schedule New York S~a±e De~ar~man~ of Labor .................................. Case Number .................................. 0502031 SUFFOLK 200q 9-1PCC Mason - S±one Set,ers NASSAU COUNTY: Entire Coun±y 'NEH YORK CITY: Entire County SUFFOLK COUNTY: Entire County HAGES: (per hour) 7/01/0~ Stone Set,er ........... ~ q2.58 OVERTIME:... See ('CM,E*~,Q) on OVERTIME PAGE. ~ On weekdays ~he eighth (8~h) and ninth (g~h) hours are ~ime and one-half aIi work thereafter is paid at double ~he hourly rate, ~ The first seven (7) hours on Saturday is paid at time and one-hail all work thereafter is paid at double the hourly rate, HOLIDAY: Paid: ....... See Overtime:... See ( 8, 25 ) on HOLIDAY PAGE. (5; 6 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hour ) terms at the foilowing percentage of 1st. Znd. 3rd. qth. 5th. 6th. 50% 60Z 70Z 80Z 90X iOOZ SUPPLEMENTAL BENEFITS: (per hour paid) Stone Setter ............ $ 25.q3 Stone Tender ............ i0.95 1st year apprentice ..... i5.06 9-1Stn Mason - Tile Finisher NASSAU COUNTY: NEH YORK CITY: ORANGE COUNTY: PUTNAM COUNTY: ROCKLAND COUNTY: SUFFOLK COUNTY: HESTCHESTER COUNTY: HAGES: (per hour) Entire County Entire 5 Boroughs Entire County Entire County Entire County Entire County Entire County 7/01/0~ 12/O1/Oq 6/01/05 12/01/05 Building: Tile Finisher ............. $ 32.19 $ 33.29 $ 33.39 $ 3fi,O0 OVERTIME: .... See A, E, Q ) ON OVERTIME PAGE. HOLIDAY: Paid: ....... See i ) on HOLIDAY PAGE. Overtime:... See 5, 6, 8, 10, 11, IS, 16 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hour ) terms aK ±he following percentages of journeyman's 1st 2nd 3rd ~th wa~ 6th 7th 8th 50Z 55× 65Z 70Z 75Z 85Z gOZ 95Z Page 27 New York'State Prevailing Rate Schedule Department of Labor .................. 7 ............... Case Number .................................. 0502051 SUFFOLK SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ................ $ 15.35 $ 15.35 $ 16.35 Apprentices ............... $ 7.00 + 7.00 + 7.0D +. wage percentage o~ $ 8.35 8.35 9.qO 16.85 7.50 + 9,35 9-7/88 Ogerating Engineer - Building NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County BUILDING CATEGORIES: CLASS" AA "CRANES: Crane~ T~uck Crane, Derrick, Dra~iinez Oredge, CLASS "A": Asphalt Spreader, Backhoe CraHlep, Boiler, Boring Machine~ Cherry Picker (over 50 tons), Concrete Pump{ Gradaii, Grader, Hoist, Loading Machine (10 yds. or more]. Mzliing Machine, PoHer Winch- Stone Setting/Structural Steel & Truck Mounted. PoHerhouse. Road Paver, Scoop-Carryall-Scraper in Tandem, Shovel, Sideboom Tractor, Stone Spreader (soil-propelled), Tank Work, Tower Crane Engineer. CLASS "B":'Backhoe~ Boom Truck, Bulldozer, Borin~ Machine/Auger, Cherry Picker (under 50 Tons), Conveyor-Multi. Dinkey Locomotive, Fork Li~t. Hoist (2 Drum), Loading Machine & Front Loader~ Mulch Machine (Machine Fed], Power Hinches (Not Included ~n Class .A ], Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop. Carryall, Scaper, Maintenance Man on Tower Crane, Trenching Machine, VermeeP Cutter, Honk Boat. CLASS "C"= Curb Machine( Maintenance Engineer (Small Equip. S Hell Point). Field Mechanic, Milling Machzne (Small)~ Pulvi Mixer~ Pumps (ail), Roller (dirt], Ridge Cutter, Vac-All, Shotblaster, Striping Machine, Interior Hoist{ Concrete Finish Machine, Concrete Spreader, Conveyer, Cur3ng Machine, Hoist (one drum). · CLASS "O": Concrete Breaker, Concrete Saw/Cut,er, Fork Li~e or Walk Behind (power operated), Generator, Hydra Hammer, Compactors (mechanicaI or hand ogerated), Pin Pulier~ PortabIe Heaters, Po~er Booms, Power Buggies, Pump (doubie action diaphragm]. CLASS "E": Batching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler, Pump (gypsum], Pump (single action diaphragm), Stump Chipper, Track Tamper~ Tractor (caterpillar or wheel), Vibrator, Deckhand on Workboat. · ' HAGES: (per hour] 7-01-0~ Class "AA" ............... $ 45.06 ' Cranes:~ Boom lengthn ove~ lO0 ~eet add " 150 " . " " " 250 " " " " " 350 '" " Class "A" ............... $ 59.72~ MAdd $~,BO ~or Hazardous Haste Work Class "B" ................ $ 37.67~ ~Add 92.50 ~or.Hazardous Waste Wore Class "C" ................ $ 1.00 per hour $ 1.50 " " $ Z.O0 " " $ 3..00 " " Page 28 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0502051 SUFFOLK ZOOq ~Add $1.BO for Hazardous Waste Hork Class "D" ................ $ 55.58 Class "E" ................ 52.20 OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE. HOLIDAYS: Paid~ ........ See ( 5, 6, B, 9, 15, 25 ) on HOLIDAY PAGE. "NOTE": Employee must be employed day before and day after a holiday to receive holzday pay. Overtime: .... See ( 5, 6, 8, 9, 15, Z5 ) on OVERTIME PAGE. APPRENTICE ( 1 ) year ~erms at ~he following rates~ 1st yr ................... $ 19,90 2nd yr ................... ZO.70 5rd yr ................... Z1.55 SUPPLEMENTAL BENEFITS: (per hour worked) ALL CLASSES .............. $ Z5.79 Note: OVERTIME AMOUNT ..... ZO.60 APPRENTICES .............. $ 15.1~ No~e: OVERTIME AMOUNT ..... 5.60 q-158 Opera~ing Engineer - Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County HEAVY/HIGHWAY CATEGORIES: CLASS "AA" CRANES: Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane, Pile Driver. CLASS "A": Asphal~ Spreader. Backhoe Crawler, Boiler Cherrypicker (over 50 ~ons], Concrete Pump, Grader. Gradall, Hoist Loading Machine 10 yde, or more). Milling Machine, Power Winch-S±one Se~ing/S~ructural Steel or Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scaper in Tandem, Shovel, Sideboom Tractor, S~one Spreader (self propelled), Tank Work, Track Alignmen± Machine. CLASS "B": Backhoe, Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker (under 50 ~ons), Conveyor-Multi. Dinky Locomotive, Fork Lift. Hois~ (2 drum), Loading Machine & Front Loader. Mulch Machine (machine fed). Power Winches (all o~hers not included in CLASS A), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Carnyall, Scaper, Maintenance Man on Tower Crane, Trenching Machine, Vermeer Cu~ter, Work Boat. CLASS "C": Curb Machine, Maintenance Engineer (Small Equip. S Well Point), Field Mechanic, Milling Machzne (Small), Pulvi-Mixer, Pumps, Roller (Dirt), Vac-All, Welding;Burning. Compressor (Structural Steel & 2 or more Batteries), Concrete Finish Machine, Concrete Spreader, Conveyor, Curing Machine. Fireman. Hoist (One Drum), Ridge Cu±ter, Striping Machine, Welding'Machine (Structural Steel & Pile Work). CLASS "D": Compressor [Pile,Crane.S~one Setting), Concrete Saw Cut,er/ Breaker, Work Lift (Walk Behind. Power Operated), Generator (Pile Work),Hydra Hammer, Hand Opera,ed Compactor, Pin Puller, Paga 29 Prevailing RaAa Schadula New York S~a~e Dapar~men± of Labor .................................. Casa Number .................................. 0502051 SUFFOLK .200q Portable Hea~er, Powered Broom/Buggy/$rinder, Pump (Single Ac±ion-I ~o 5 Inches/Gypsum/Double Ac±ion Oiaphragm)~ Hand Trenching Machine, Helding Machine. CLASS "E": Ba~china Plan~, Generator, Grinder, Mixer~ Mulching Machine, Oiler, Pump (Centrifugal up ~o 5 In.). Roo~ Cu~er, S~ump Chipper, Oiler on To.ar Crane, Track Tamper, Tractor, Vibrator, Oeckhand on Mork Boa~. HAGES (per hour) 7-01-04 Class "AA" ......... $ ~6,15 Cranes: Boom ~ over 100 fee~ add $ 1.00 par hour " " 150 " " $ 1.50 " " " " " 250 " " $ 2.00 " " " " " $50 " " $ 5.00 " " Class "A" ................ $ qO.81~ ~Add $~.50 for Hazardous Haste Hork. Class "B" ................ $ 5B,09~ ~Add 32.50 for Hazardous Has~e Hork. Class "C" ................ $ 56.72~ MAdd.$1.BO for Hazardous Ha$~e Hork Class "D" ................ $ 55.99 Class "E" ................ 32.62 "NOTE": PREMIUM PAY 20~ on atraigh~ time hours for NEH YORK STATE- D.O.T. and o~her GOVERNMENTAL MANDATED off-shift ~ork. OVERTIME PAY: Sea '( D, 0 ) on OVERTIME PAGE. HOLIOAY: Paid: ........ See ( 5, ~, B~ 9, 15, 25 ) on HOLIDAY PAGE. NOTE": Employee mus~ be employed day before and day after a hoIiday ~o receive holiday pay. ' Overtime: .... See ( B, 6~ 8~ 9, 15, 2B ) on OVERTIME PAGE. APPRENTICE ( ~ ) year ~erms a~ ~he following ra~es~ ls~ yr .................. $ 19.90 2nd yr .................. ZO.70 5rd yr .................. Zl.$~ SUPPLEMENTAL BENEFITS: (per hour ~orked) ALL CLASSES ..... · ........ $ 23.79 No~e: OVERTIME AMOUNT... 20.60 APPRENTICES ............. $ 15.1~ No*e: OVERTIME AMOUNT... 5.60 q-158 Operating Engineer - Marine Construction ALBANY COUNTY: Entire County ONEIDA COUNTY: Entire County ALLEGANY COUNTY: Entire County ONONDAGA COUNTY: Entire County BROOME COUNTY: Entire County ONTARIO COUNTY: Entire County CATTARAUGUS COUNTY: Entire County ORANGE COUNTY: En~ira'Coun±y CAYUGA COUNTY: Entire County ORLEANS COUNTY: Entire County CHAUTAUQUA COUNTY: Entire County OSHEGO COUNTY: Entire County Page 50 Prevailing Rate Schedule Ne~ York State Degartment of Labor .................................. Case Number .................................. 0502051 SUFFOLK 200q CHEMUNG COUNTY: Entire County CHENANGO COUNTY: Entire County CLINTON COUNTY: Entire County COLUMBIA COUNTY: Entire County CORTLAND' COUNTY= Entire County DELAHARE COUNTY: Entire County DUTCHESS COUNTY: Entire County ERIE COUNTY: Entire County ESSEX COUNTY: Entire County FRANKLIN COUNTY= Entire County FULTON COUNTY: Entire County GENESEE COUNTY: Entire County GREENE COUNTY: Entire County HAMILTON COUNTY: Entire County HERKIMER COUNTY: Entire County JEFFERSON COUNTY: Entire County LEHIS COUNTY: Entire County LIVINGSTON COUNTY: Entire County MADISON COUNTY= En*ire County MONROE COUNTY: Entire County MONTONERY COUNTY: Entire County NASSAU COUNTY: Entire County NEW YORK CITY: Entire County NIAGARA COUNTY: Entire County HAGES: (per hour) DIPPER 8 CLAMSHELL DREDGES 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 COUNTY: Entire County STEUBEN COUNTY: Entire County ST. LAHRENCE COUNTY: Entire County SUFFOLK COUNTY: Entire County SULLIVAN COUNTY: Entire County TIOGA COUNTY: Entire County TOMPKINS COUNTY: Entire County ULSTER COUNTY: Entire County HARREN COUNTY: Entire County NASHINGTON COUNTY: Eh±ire County HAYNE COUNTY: Entire County HESTCHESTER COUNTY: Entire County NYOMING COUNTY: Entire County YATES COUNTY= Entire County 7-01-0~ CLASS A= Operator ........................ $ 28.07 CLASS B: Operator II ..................... Engineer ........................ 2~.72 Boat Master ..................... 25.Z4 CLASS C: Maintenance Eng ................. $ 25.59 Mate ............................ 21,99 Drag Barge Operator ............ 21.99 Helaer .......................... 25.22 Boat Capt ....................... 22.15 Chief of Party .................. 21.99 CLASS D: Oiler ........................... $ 18.B9 Scowman ......................... 17,88 Rodman .......................... 17.88 Tug Deckhand .................... 18.15 Deckhand ..... 18.13 7-Ol-Oq HYDRAULIC DREDGES CLASS A= Leverman ........................ $ 27.56 CLASS B: Leverman II .................... $ 25.0q Engineer ........................ 2~.17 Derrick Operator ................ 2~.17 Chief Mate ...................... 25.82 Chief Helder .................... 2q.q8 Electrician ..................... 23.q5 Fill Placer ..................... 23.82 Assr.Fill Placer ................ 21.80 Page 3i Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0502031 · SUFFOLK 2004 Boat master ..................... 23.23 CLASS C: Maintenance Eng ................. $ 23.59 Mate ............................ 21.9g Drag Barge Operator ............. 21.9g Nel~er Dredge ................... 23.21 Spider Barge Operator .......... 23.01 Boat Capt ....................... 22.15 Chie~ of Party .................. 21.99 CLASS D: Oiler ........................... $ 18.59 Shoreman ........................ l?.gO Rodman .......................... 17.90 Oeckhand ........................ 17.90 Tug .Deckhand .................... lB.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~ B~ 15, 26 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per.hour worked) "The following SUPPLEMENTAL BENEFITS apply to ALL categories" 7-Ol-Oq All Class A & B ............... $ 6.45 plus of wa~e (overtime hours add) ............ $ 1. Ail Class C .................... $ 5.85 plus o~ ~a (overtime hours add) ............ $ O.g5 Ali Class D ................... $ 5.25 plus o~ wage (overtime hours add) ........... q-25a Operating Engineer - Survey Crew - Building NASSAU COUNTY= Entire County NEN YORK CITY= Entire 5 Boroughs . SUFFOLK COUNTY: Entire County NAGES: (per hour) 7/O1/Oq 7/01/05 Survey Ra~es-Building: Party Chief .............. $ 45.15 $ 2.71 per hour zncrease Ins±rumen~ Man ........... 30.87 2.32 per hour tncrease Rodman ................... 21.16 1.83 per hour sncrease Page 32 Prevailing Rate Schedule New York Ste*e Depar±men± of Labor .................................. Case Number .................................. 0502051 SUFFOLK 200q OVERTIME: .... See ( A, E~. Q, V ) ON OVERTIME PAGE. MOouble~ime paid on the B~h hour on Saturday. HOLIDAYS: Paid: ....... See ( 5, 6, B, 11, 12, 15, 25 ) on HOLIDAY PAGE. Overtime:... See ( 5,6' 8' 11, 12, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour Paid) Journeyman .............. $ 17.20 9-15Db Opera~ing Engineer - Survey Crew - Heavy Highway DUTCHESS COUNTY: Entire County NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs PUTNAM COUNTY: Entire Coun±y SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: En±ire County HAGES: (per hour) 7/O1/Oq 7/01/05 Survey Rates-Heavy/Highway: Par~y Chief ................ $ q6.13 $ 3.11 per hour increase Ins~rumen~ Man ............. 34.19 2.52 oar hour increase Rodman ..................... 29.85 Z.3! per hour increase OVERTIME:... See.( B. E~, g, V ) ON OVERTIME PAGE. ~Double~ime paid on ~he gib hour on Saturday. HOLIDAY: Paid: ..... See ( 5, 6, 7, 11, 1Z ) on HOLIDAY PAGE. Overtime:. See (5; 6' 7, 11, 12 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour paid) Journeymen .................. $ 17.20 g-15Oh Operating Engineer - Hell Driller NASSAU COUNTY: EnAire County SUFFOLK COUNTY: Entire Coun*y HAGES: (per hour) 7-01-0q- 7-31-0~ Hell Driller: ............ $ 25.63 Hell Driller Assiss~ant:. 22.66 OVERTIME PAY: See HOLIDAY: Paid: ....... See' Overtime: .... See 8-01-0q- 6-30-05 26.66 25.57 B, E, G, P ) on OVERTIME PAGE. 5, 6, 16, 25 ) on HOLIDAY PAGE. 5' 6' 16, 23 ) on OVERTIME PAGE, SUPPLEMENTAL BENEFITS: (per hour worked) Hell Driller: ........... $ 11.51 Hell Driller Assistant:. ll.Z1 Hazardous Has±e Differential 11.61 11.30 "PLEASE NOTE" For All Overtime Hours Add $ 2.50/hr Page 55 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 050ZO~l SUFFOLK 200q Level A ................. $ ~.00 per'hr over rate Level B ................. 2.00 " " " " Level C ................. 1.00 " " " ,, 4-1SSwell Omerating Engineer -Trenchless Pipeiine ALBANY COUNTY: - Entire Count ALLEGANY COUNTY: BROOME COUNTY: CATTARAUGUS COUNTY: CAYUGA COUNTY: CHAUTAUQUA COUNTY: CHEMUNG 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 Count Entire Count Entire Coun~ Entire Count Entire Coun~ Entire Coun~ Entire Coun~ Entire Count Entire Count Entire Coun~ Entine Count Entire Coun~ 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 Entire County Entire County Entire County Rehabilitation ONEIDA COUNTY: Entire County ONONDAGA COUNTY: Entire County ONTARIO COUNTY: Entire County ORANGE COUNTY: Entire County ORLEANS COUNTY: Entire County OSHEGO COUNTY: Entire 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 COUNTY: 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) lining system. For ali other pipeline repair work, the traditional classification and corresponding wage rates apply. OPERATING ENGINEER - Trenchless Pipeline Rehabilitation 7-01-04 Lead Tec TV Crew ............. $ 55.51 We~ Out Tec .................. $ 54.20 Technician ................... $ 52.89 Boiler Operator .............. $ ~$.5~ Yard ra~e .................... $ 28.96 Yard Mechanic ................ $ 55.5~ Prevaiiing Rate Scheduie New York S~a±e Oepertment of Labor .................................. Cas$ Number .................................. 0502031 SUFFOLK 2004 NOTE~ PREMIUM PAY 20% on straight time hours for NEH YORK STATE D.O.T. and other GOVERNMENTAL MANDATED off-shift work. OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See ( 5, 6, 8, 9, 15. 25 ) on HOLIDAY PAGE.~ ~ must work day before S day after or receive 2 hfs per intermittent day Overtime: .... See ( 5, 6, B, 9, 15, 25 ) on OVERTIME PAGE.~ APPRENTICE ( 1 ) year terms at ±he following rates; 1st yr .................... $ 19.01 2nd yr .................... 19.78 3rd yr .................... 20.39 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............... $ 25.29 Note: OVERTIME Journeyman. 20.60 Apprentice ............... 14.64 Note: OVERTIME Apprentice 5.60 4-128 Painter-Bridge/Structural Steel NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire Countv HAGES: (per hour) ?-01-04- lO-Ol-Oq 9-30-04 M~Bridge .................. $ 40.25 $ 42.00 Structural Steel ........... 40.25 42.00 Power Tool/ink Compressor.. 46.25 48.00 ~For Bridge Paintin~ Contracts, ALL NORKERS on and off the bridge (including Fla~meh~ are to be paid Painter's Ra~e; the contract must be ONLY for Brzdge Painting. 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 terms at the following rates. 1st 2nd 3rd Bridge ....... 40% 60% 80% S±eel ........ 40% 60% 80% Tool ......... 40% 60% 80% AppP 1st year ........ Appr 2nd year ........ Appr 3rd year ........ SUPPLEMENTAL BENEFITS: (per hour ~orked) Journeyman ........... 46%+ $ 4.SO/hr 48%/hr 48%+ $ 4.50/hr 48%+ ~ 5.00/hr 4B%/hr 48%+ 5.00/hr 48%+ Page Prevailing Ra~e Schedule New York S~ate Department of Labor .................................. Case Number .................................. 0502051 SUFFOLK $ q.50/hr B.OO/hr 4-DC9/NS Pain,er - Brush/Spray NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs PUTNAM COUNTY: Entire County SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/O1/Oq Brush ..................... $ 52.25 Spray & Scaffold .......... 55.25 Fire Escape ........ 35.25 Decorator ................. 35.25 Paperhanger ............... 3q.q5 OVERTIME.: .... See A, H ) on OVERTIME PAGE HOLIDAY: Paid: ........ See Overtime: .... See 1 ) on HOLIDAY PAGE· 5, 6, 16, 25 ) on HOLIDAY PAGE APPRENTICES: 1st 2nd 3rd 7/01/0q ...... $ 11.50 16.13 19.3S SUPPLEMENTAL BENEFITS: ( per hour worked ) Paperhanger .............. $ 20.78 All others ............. $ 16.67 Indentured after 5/31/95 ( 1 ) year terms at the following 25.80 9-NYDC9 Apprentices: 1st Year ................ $ 5.90 2nd Year ................ 8.51 3rd Year ................ 10.98 qth Year ................ 15.q5 Painter - Drywall Taper NASSAU COUNTY: Entire Coun%y SUFFOLK COUNTY: Entire County HAGES: (per hour) 7/O1/Oq Drywall Taper ............. $ 52.25 OVERTIME:... See ( A, H ) on OVERTIME PAGE HOLIDAY: Paid: ...... See ( I ) on HOLIDAY PAGE Overtime:.. See ( q, 5, 6, 25 ) on HOLIDAY PAGE APPRENTICES= Indentured after 5/31/95 ( 1 ) year terms at the foiloHing 1st 2nd 3rd qth $11.$0 lB.13 lg.35 25.B0 Page 56 Prevailing Rate Schedule New York State Depar±men± of Labor .................................. Case Number .................................. 0502051 SUFFOLK 200q SUPPLEMENTAL BENEFITS: ( per hour worked ) Journeyman ............... $ 16.67 Apprentices: [st Year ................. $ 5.90 2nd Year ................. 8.51 ~Pd Year ................. 10.98 Nth Year ................. 15.qS 9-NYDCT9 Painter - Highway StriEin~ ALBANY COUNTY: mntzre County CLINTON COUNTY: Entire County COLUMBIA COUNTY: Entire County DUTCHESS COUNTY: Entire County ESSEX COUNTY: Entire County FRANKLIN COUNTY: Entire County FULTON COUNTY: Entire County GREENE COUNTY: Entire County HAMILTON COUNTY: Entire County MONTGOMERY COUNTY: Entire County NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs ORANGE 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 SUFFOLK COUNTY: Entire County SULLIVAN COUNTY: Entire Coun±y ULSTER COUNTY: Entire County WARREN COUNTY: Entire County WASHINGTON COUNTY: Entire County HESTCHESTER COUNTY: Entire County HAGES: (per hour) Painter (Striping-HighHay): 7/01/0~ 6/01/05 Striping-Machine Opera,or ........... $ 25.06 $ 25.64 Linerman Thermoplastic .............. 27.79 28.49 OVERTIME: .... See ( B, E, P, S ) on OVERTIME PAGE. HOLIDAY: ~ 11, 12, 15, 16, 17, 20 )ON HOLIDAY PAGE. Overtime:Paid: ........ .... See See (( ~ ~ 11, 12, 15, 16, 17, 20, 2I, 22 ) ON HOLIDAY PAGE. APPRENTICES: (1) year terms at the following wage, 1st term $ i~.89 $ 14.24 2nd term [6.67 I7.09 5±h term 19.45 19.94 4th term 20.84 21.36 SUPPLEMENTAL BENEFITS: (per hour paid) 6.58 + $ 7.14 + 7% of ~age 9-Sa/28a (230) Page 37 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0502031 SUFFOLK 2004 Pain,er - Me~al Polisher ' ALBANY COUNTY: Entire Coun~ ONEIDA COUNTY: Entire Count ALLEGANY COUNTY: Entire Coun~ ONONDAGA COUNTY: En~ire Count BROOME COUNTY: Entire Count ONTARIO COUNTY: Entire. Count CATTARAUGUS COUNTY: Entire Coun~ ORANGE COUNTY: Entire Count · CAYUGA COUNTY: Entire Count ORLEANS COUNTY: Entire Coun~ CHAUTAUQUA COUNTY: Entire Count OSHEGO COUNTY: Entire Count CHEMUNG COUNTY: Entire Coun~ OTSEGO COUNTY: Entire Count CHENANGO COUNTY: Entire Count PUTNAH COUNTY: Entire Count CLINTON COUNTY: Entire Count RENSSELAER COUNTY: Entire Count COLUMBIA COUNTY: Entire Coun~ ROCKLAND COUNTY: Entire Coun~ CORTLAND COUNTY: Entire Count! SARATOGA COUNTY: Entire Count DELANARE COUNTY: Er{ire Count SCHENECTADY COUNTY: Entire Count DUTCHESS COUNTY: Entire Count SCHOHARIE COUNTY: Entire Coun~ ERIE COUNTY: Entire Count SCHUYLER COUNTY: Entire Coun~ ESSEX COUNTY: Entire Count SENECA COUNTY: Entire Count FRANKLIN COUNTY: Entire Coun~ STEUBEN COUNTY: Entire Count FULTON COUNTY: Entire Coun~ ST. LAHRENCE COUNTY: Entire Coun~ GENEaEE COUNTY: Entire Count SUFFOLK COUNTY: Entire Coun~ GREENE COUNTY: Entire Coun~ · SULLIVAN COUNTY: Entire Coun~ HAMILTON COUNTY: Entire Coun~ TIOGA COUNTY: Entire Count HERKIMER COUNTY: Entire Count TOHPKINS COUNTY: Entire County JEFFERSON COUNTY: Entire Count ULSTER COUNTY: Entire County LEHIS COUNTY: Entire Count HARREN COUNTY: Entire County LIVINGSTON COUNTY: Entire Coun~ HASHINGTON COUNTY: Entire County MADISON COUNTY: Entire Count HAYNE COUNTY: Entire County MONROE COUNTY: Entire Coun~ HESTCHESTER COUNTY: Entire County MONTGOMERY COUNTY: Entire Count HYOMING. COUNTY: Entire Coun±y NASSAU COUNTY: Entire Count YATES COUNTY: Entire County NEH YORK CITY: Entire 5 Bor ~ghs NIAGARA COUNTY: En~ir'e Coun±y HAGES: (per hour) 7/0i/04 Metal Polisher ........ $ 21.98 Ail workers shall be paid a premium in an amoun~ equal to twenty ( 20Z ) per cen~ of ~heir basic straigh~ time ra~e of pay for all ~ime Horked on hanging scaffolds and on 's~anding scaffolds'while working more ~hen 28 feet off the ground, such premium ~o 6e paid on top of their s~raigh~ time or overtime, whichever is applicable. OVERTIME: .... ~ee ( B, E, Q ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See (5,6,9,11,15,16,25) on HOLIDAY PAGE. Overtime: See (B,6,9,11,15,1&,25) on HOtlDAY PAGE APPRENTICES: 55Z of Basic Polisher Ra~e (M) SUPPLEMENTAL BENEFITS: (% of Tofai Hages) Journeymen & Apprentice - 55% of Hages 9 - 8A/28A Plasterers - Plasterer NEH YORK CITY: . Only Brooklyn and Queens Counties NASSAU COUNTY: Entire CounTy SUFFOLK COUNTY= Entire County HAGES: (per hour) 7/01/04 8/04/04 2/05/05 Building: ' . Plasterer/Traditional ........ $ 32.45 $ 33.24 $ 33.24 Page 38 Prevailing Ra±e Schedule New York S~aAe DeparAmen± o~ Labor .................................. Case Number .................................. 0502031 SUFFOLK 20Oq OVERTIME: .... See B, E, E2, Q ) on OVERTIME PAGE. HOLIDAY: Paid: ........ See I ) 'on HOLIDAY PAGE Over,imm: ..... See 5, 6, 8, 11, 15, 25, 26 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year Aerm$ aA Aha foliowing wage ra~es. FirsA year: ls~ 6 monAhs 2nd 6 monAhs 40% 45% Second year: isa 6 monAhs 2nd 6 mon±hs 55% 60% Third year: ls~ 6 monAhs 2nd 6 monAhs 70% 75% SUPPLEMENTAL BENEFITS: ( per hour worked ) Journeyman .................. $ 17.51 $ 17.51 Appr. is~ Aerm .............. 8.03 Appr. 2nd ~erm .............. 8.86 8.86 Appr. 3rd Aerm .............. 10.49 10.49 Appr. 4~h Aerm .............. 11.30 11.30 Appr. 5Ah Aarm .............. 12.96 12.96 Appr. 6~h Aerm .............. 13.79 13.79 9-530 $ 18.50 Plumber NASSAU COUNTY: Entire CounAy SUFFOLK COUNTY: EnAire CounAy WAGES: (per hour) 7-01-04- 11-01-04- 5-01-05 10-01-04 4-30-05 Plumber..; ...... $ 40.19 ~ 41.44 OVERTIME PAY: See ( A, 0 ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See ( I ) on HOLIDAY PAGE. OvarAime: .... See [ 5, 6, 15, 25 ) on HOLIDAY PAGE. 41.56 APPRENTICES: ( 1 ) year Aerms aA Aha following raAes. IsA year ...... $ 15.46 $ 15.96 $ 16.06 Znd year ...... 19.B8 20.50 20.69 3rd year ...... 26,17 26.98 27.16 4Ah year ...... 28.12 29.00 29.16 5Ah year ...... 30.07 31.01 31.12 SUPPLEMENTAL BENEFITS: (per hour worked~) Journeyman $ 21.13 21.13 22.05 Appr IsA Aerm 12.20 12.20 12.55 AppP 2nd Aerm 14.OD 14.00 14.38 Appr ~rd Aerm 14.63 14.65 15,08 ADpr 4Ah Aerm 14.95 14.95 16.25 Appr 5Ah ~erm 16.33 16.33 17.06 (~Sunday end Holiday BenefiAs paid aA Double Time raAe.) PUMP 8 TANK WORK Prevailing Ra±e Schedule Ne~ York Skate OeparGmant o~ Labor .................................. Case Number .................................. 0502031 SUFFOLK 200q WAGES (per hour) 7-01-04 Journeyman ......... $ 31.60 Overtime: ( B, E, Q ) on Overtime Page. Holidays: Paid ( 1 ) · Overtime ( 5, 6, g, lO, 16 ) on Holiday Page. Apprenticas: One year terms at the ~ollo~ing rages; A~p~ lsG yr ...... $ 12.22 A~p: 2nd yr ..... 15.~ A~p: 3rd yr ..... 18.~5 Mechanic: ....... 27.57 Serviceman: ...... 18.~5 SupplemenGal Bene~iG$ (per hour Horked) Journeyman ........ $ 1S.61 A~p. lsG yr ....... ~.56 ' App. 2nd yr ....... 7.~7 A~p. 3rd yr ....... 9.38 App. 4th yr ....... lO.B4 Mechanic: ......... 12.56 Servicaman: ....... 9.38 q-200 Roo~er NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County HAGES: (per hour) 9-~0-04 10-01-0~ Additional $ 2.25/hr Roofer/Haterproofer .............. $ 30.75 OVERTIME PAY - Ne~ Roof: See ( B.E~(~ ) on OVERTIME PAGE. OVERTIME PAY Re-roof: See ( B,E,E2,Q ) on OVERTIME PAGE. HOLIOAY: Paid: ........ See ( 1 ) on HOLIDAY PAGE. Ovar~ime: ..... Sea ( 5,6,15,16,25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year Germs aG Ghe folloNing percentage o~ 5ourneyman's Hage. ls~ 2nd ~rd 4~h q0Z 5OZ 70% 80~ SUPPLEHENTAL BENEFITS= (~eP hour HoPked) Journeyman $ 2i. Oq Apprentices: 1s~ 2.00 2nd 6.00 ~rd li .82 6~h [6..7[ q-15~ Shee~me~a[ Horker NASSAU COUNTY: En~re County NEH YORK CITY= En~re 5 Boroughs SUFFOLK COUNTY: En~Lre Coun~ fli 06 HAGES: (per hour) - - - 7-2g-0q- 2-01-05- 7-28-0q 1=~1-05 6-~0-05 Sheetmetal Worker ........... $ 39.15 Additional $ 2,00/hr Additional $ 2.00/hr Page qO Prevailing ReAe Schedule New York SAaAe DeparAmen± of Labor .................................. Case Number .................................. 0502021 SUFFOLK For Temporary OperaAion or MainAenence of Fans: ......... BO% of SheeAmeAal RaAe OVERTIME PAY: See HOLIDAYS: Paid: ........ See OverAime: .... See ( C, 0,) on OVERTIME PAGE (D; 0,) on Fan MainAenance ( I ) on HOLIDAY PAGE. ( 5, 6, 11, 15, 16, 25, 26 ) on holiday page. APPRENTICES: IsA ~0% ( 1/2 )yea Aerms aA ~he following percenA of journeyman raAe 2nd ~rdr qAh SAh 6~h 7Ah 35% 40% ~5Z 50% 55% 60Z 70% SUPPLEMENTAL BENEFITS: (per hour worked) (per overAime hour worked) Journeyman $ 2q.16 $ ~0.62 Appr isa Aerm 9.q6 15.ql AppP 2nd Aerm 10.6~ 17,q5 Appr ~rd Aerm 11.74 19.37 Appr qAh Aerm 12.91 21.ql Appr 5Ah ~erm lfi. O1 25.$1 Appr 6AH ~arm 15.01 25.02 AppP 7AH ~erm 16.51 27.72 AppP BAh Aerm 19.~8 ~2.86 q-2B SheeAmeAal Horker - Sign Erector NASSAU COUNTY: Entire CounAy NEH YORK CITY: EnAire 5 Boroughs ROCKLAND COUNTY: Entire County SUFFOLK COUNTY: Entire CounAy WESTCHESTER COUNTY: EnAira CounAy WAGES: (per hour) 7/O1/Ofi Sign Erector ................ $ ~.90 MNOTE: Overhead highway signs and sArucAurally suppor±ed signs (See Iron Worker ClassificaAson) OVERTIME: .... See A, H on OVERTIME PAGE. HOLIDAY= Paid: ........ See ( 5, OverAime: .... See [ 5~ ~ 10, 11, 12, 16 ) lo, 11, 12, 16 ) on HOLIDAY PAGE. on HOLIDAY PAGE. APPRENTICES: [ 1/2 ) year ~erms a~ Aha following percentage of 5ourneyman's wage. isa 2nd 5rd 4~h 5Ah 6Ah 7Ah 8Ah 9Ah iOAh ~5% qO% 45% 50% 55% 60% 65% 70% 75% 80% Page 4i Prevaiiing Rate Scheduie New York State Department of Labor .......... ~ ....................... Case Number .................................. 0502031 SUFFOLK 2004 SUPPLEMENTAL BENEFITS: Journeyman .............. .$ 22.43 App ls± term ............. ' 5.22 App 2nd term ............. 5.88 App 5rd term ............. 6.54 App 4±h term ............. 7.21 App 5th term ............. 9.87 App 6th term ............. 10.54 App 7th term ............. iS.19 App 8th term ............. 14.06 App 9th term ............. 16,52 App 10th term ............ I7.18 9-137 Steamfitter - Refrigeration. NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES: (per hour) 7101104 Steamfitter ............... $ 29.30 Refrigeration, A/C, Oil Burner and Stoker Service and Installations, limited on Refrigeration to combined compressors up to five (5) horsepoHer, and on A/C Heating and Air Cooling to combined compressors up to ten horsepoNer. OVERTIME: .... See ( B, E, Q~,' S~ ) on OVERTIME PAGE. HOLIDAY: Paid: ........ See ( 2, 6, 9, lC, 11, 15, 17,'26,Memorial Day) on HOLIDAY PAGE. ~ ( 2. 6, 9, I5, Overtime: .... ~ ( 10, ll, 26, Memorial Day ) SUPPLEMENTAL BENEFITS: (per hour worked) Journeymen ................ $ 7.71 9-658B Steamfitter - Sprinklerf'itter NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES: (per hour) 7/01/04 Steam Fitter~ ................. $ 40.82 Sprinkler Fi±ter~ ............. 40.82 For Hork on Temporary Heat~ & Air Conditioning ........... $ 31.02 12/29/04 addit. $2.25 per hr. addit. $2.25/hr. Page q2 Prevailing Rate Schedule New York State Departmen~ of Labor .................................. Case Number .................................. 0502031 SUFFOLK 200q OVERTIME: .... See ( C~, D~, 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 pro~ection/sprinkler contracts with a dollar value not to exceed Seven Hundred Fif±y 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, 11, 15, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 wageist. Znd. qO% 50% year ~erms at the following percentage of Journeyman's 3rd. qth. 5~h. 65% 80% 85% SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................. $ 29,50 + .32 per hour worked For Hork on Temporary ...... $ Heat 8 Air conditioning + .32 per hour worked Apprentices ............... term percentage of $ 29.50 plus .32 per hour worked 9~638A Survey Crew Consulting DUTCHESS COUNTY: Only the pop,ion 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 wGen performed under a Consulting Engineer agreement. HAGES: (per hour) 7/ol/oq 7/01/05 Survey Rates: · PeP~y Chief ............... $ 28.75 $ 1.07 per hour increase Instrument Men ............ 2q.ll 0.90 " Rodmen .................... 21.16 0.79 OVERTIME= .... See ( B, Ex, ~, V ) ON OVERTIME PAGE. ~Doubletime paid on the 9th hour on Saturday. HOLIDAY: Paid, ....... See ( 5, 6, 7, ii, i6 ) on HOLIOAY PAGE. Overtime:... See (5; 6~ 7; 11, 16 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................ $ i1.70 9-15dconsult Page ~ Prevailing Ra~e Schedule New York S~a~e Depar~men~ of Labor .................................. Case Number~ ................................. 0502051 SUFFOLK 200q. Teamster -Bui. Iding & Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County HAGES: (per hour) 7-01-04 Truck Driver- Bldg. 8 Heavy/Highway; Asphal~ Delivery ......... $ 28.905 Concrete Delivery ............................... $ Z8.62 "PLEASE NOTE" Drivers of ~hree-axle tractors and ~railers, $6.00 per day ax~ra. Drivers of heavy equipment and tag=along trailers, $10.00 per day extra. Drivers of boom trucks, $8.00 per day ex~ra. OVERTIME PAY: See ( B, E, Q, R, T ) on OVERTIME PAGE. HOLIDAY: Paid: ........ See ( 5. 6, 11, 12. 15, Z5 )~ on HOLIDAY PAGE. Overtime:.. See ( 11, 12, 15, 25 ) on OVERTIME PAGE (code R). .. See ( 5, 6.I$ ) on OVERTIME PAGE ( code T ) ~(mus( work two days in holiday week) SUPPLEMENTAL BENEFITS: (per hour worked) Bldg.& Heavy/Highway; Asphel~ Delivery ....... $ 2q.90 Concrete Delivery ............................ $ 2q.90 q-282ns Teamster - Demolition NASSAU COUNTY: Entire County NEH YORK CITY: Entire 8 Boroughs SUFFOLK COUNTY: Entire County HAGES: (~er hour) 7-01-04 Truck Driver, Chauffeur or Loader/Operator Trailers ..................... Straight Jobs ................ 22.80 OVERTIME PAY: See ( B, L, S, S1,) on OVERTINE PAGE. HOLIDAY: Paid: See ( 5, 6, 7, 8, 11, 1Z, Z~ ) on Holiday Page. "NOTE": Employee must work two days in Holiday week SUPPLEMENTAL BENEFITS: (per hour worked) '$ 18.18 4-282.0emo Welder STATENIDE: Applies to all couni~es. HAGES (per hour) . 7/01/200~ Page ~q Prevailing Ra±e Schedule New York S~a~e Oe~ar~man± of Labor .................................. Case Number .................................. 05020~1 SUFFOLK 200q Helder ......... (To be paid the ra~e of ~he mechanic performing ~ha work) DEPARTMENT OF LABOR - BUREAU OF PUBLIC WORK Under Article 8 of the NYS Labor Law, when two final determinations have been rendered agalnat a contractor, sub- contractor and/ow its successor wlhfln any consecutive slx-year period determining that such contractor, sub-contractor and/or Its successor has WILLFULLY failed to pay the prevallng wage and/or supplements, or when one final determination involves falsification of payroll records or the kickback of wagee 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 the Fiscal Officer Is denoted "NYC", the Infoi'mation has been provided by the New York City Comptroller's Office, the agency issuing the determination. [ LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONT_R__ACT ' Company Name Address City State Zip Code 385 Services LLC 2657 Stare Highway 28 Ponlandvflle NY 13834 FEIN: Barred Until Fiscal Offcar Notes: 16-1466399 01/08/2009. DOL Multiple willful violations Company Name A & T General Construction 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 Company Name A A General Contractors Inc FEIN: Barred Until 16-1319254 10/18/2009 Address City State Zip Code 1765 Mt Re~d Boulevard R~chester NY 14606 Fiscal Officer Notes: DOL And W.J. Grinder Roofing as' a substantially affiliated employer and Dominic Antonucci as an individual. Multiple willful violations Company Name A Castricone Coocretc Inc FEIN: Barred Until 16-1582253 03/03/2008 Address ' City State Zip Code P O Box 203 Athol SprinSs NY 14010 Fiscal Officar Notes: DOL and Crazy Hor~ Tooawanda 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 Inc and/or Clean Air Asbestos Removal lnc Zip Code '13501 Tuesday, February 08, 2005 Page 1 of 30 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC W~i~-~-~)~RACT , Company Name Aegean General Contracting Inc FEIN: Barred Until 11-3451267 03/11/2008 · Address City State Zip Code 57-16 157th Street Flushing NY t 1355 Fiscal Officer Notes: Settlement agreement with A.G.'s Office - falsified payrolls - Also Aegean Marble Co., Aegean Marble Contracting Co., and Genrge Begakis individually Company Name Aegean Marble Co. FEIN: Barred Until 11-3451267 03/11/2008 Address City Fiscal Officer Notes: See Aegean General Contracting [nc State Zip Code Company Name Aegeaa Marble Contracting Co. FEIN: Barred Until 11-345 I267 03/l 1/2008 Address City Fiscal Officer Notes: See Aegean Genea-al Contracting Inc State Zip Code Company Name Address City Albany Pipe Insulators lnc P O Box 332 - Foundry Rd Voorhees~lle FEIN: Barred Until Fiscal Officer Notes: 14-1617890 02/t 8/2008 DOL State Zip Code NY 12186 Company Name Address American Genc'ra] Consmactien Corp 54 Knickerbocker Avenue FEIN: Barred Until Fiscal Officer Notes: 13-3276217 07/22/2006 NYC Multiple willful violations city Brooklyn State Zip Code NY [ 1237 Company Name ANS Welding Corp FEIN: Barred Until l I - ! 867262 06/09/2009 Address City State I l 1 De. lc Street West Babylon NY Fiscal Officer Notes: DOL Debarment period extended after additional willful violations Zip Code 11704 Company Name AP Painting & Improvement lnc FEIN: Barred Until I 1-2683637 04/09/2007 Address 575 Hempsteed Turnpike Fiscal Officer Notes: DOL Falsified payrolls City State Zip Code West H~mpiteed NY [ 1552 Company Name APC Painting FEIN: Barred Until 05/13/2007 Address City Fiscal Officer Notes: See Apollo Construction Services Corp State Zip Code Tue"~:lay, February 08, 2005 Page 2 of 30 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Apollo Construction Services Corp FEIN: Barred Until 13-3983219 05/13/2007' Address City 157 Tibbcts Road Yonkers Fiscal Officer Notes; DOL dba Apolo Painting Corp. - multiple willful violations State Zip Code NY 10705 Company Name Apolo Painting Company FEIN: Barred Until 13-3863295 05/I3/2007 Address City Fiscal Officer Notes: aka APC Painting - see Apollo Construction Services Co~p Company Name Address City State Zip Code State Zip Code Apolo Painting Corp FEIN: Barred Until 13-3863295 05/13/2007 Fiscal Officer Notes: See Apollo Construction Services Corp company Name Asbestos Systems Inc FEIN: Barred Until 25-t742587 05/20/2007 Address City State 1771 Foote Avenue Jamestown NY Fiscal Officer Notes: DOL Gregory McCoy T/A GM Ento'p,'ises dba Asbestos Systems Inc Zip Code 1470l Company Name Azam Ali Chaudlu-y FEIN: Barred Until 12/10/2007 Address City Flscel Officer Notes: See Republic Reconstruction & IVlanagemeat [nc State Zip Code Company Name Bat-Jac Construction Inc FEIN: Barred Until 11-3391498 07/17/2009 Address City State Zip Code 62 Neulist Avenue Port Washington NY 11050 Fiscal Officer Notes: DOL aka Bat-Jac Contracting Inc. a/YJa Bat-Jan Inc. and K~n~b, Mo-z, pr~ideet and one of its five largast shareholders and Steve Mea~er, vice president and one of its five largest shareholders, as individuals. Falsified payrolls. ' Company Name Bat-Jac Contxacting Inc FEIN: Barred Until 11-3133524 07/17/2009 Address City Fiscal Officer Notes: See Bat-Jac Consa'uction lnc State Zip Code Company Name Bat-Jac [nc FEIN: Barred Until 07/17/2009 Address City Fiscal Officer Notes: See Bat-Jac Construction aka Bat-Jac Contracting State Zip Code Tuesday, February 08, 2005 Page 3 of 30 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRAc'~ I Company Name Betty Hollinc FEIN: 16-1089599 Barred Until Address City Fiscal Officer Notes: see B H Ref~geredon as its successor State Zip Code Company Name Betty Jones' Services FEIN: Barred Until 16-1247154 12/31/2006 Address City State P O Box 58 Utica NY Fiscal Officer Notes: DOL dba D&,B J's Servic,~ and Betty Jones as President aad Individually Zip Code 13503 Company Name Address Betty Jonas (as President and Individually FEIN: Barred Until Fiscal Officer Notes: 12/31/2006 ' See Bctty Jones' Services City State Zip Code CompanyName BHMenhanical Servicas FEIN: Barred Until 16-1089599 Address City Fiscal Officer.Notes: Aka B H Refrigeration Inc State Zip Code Company Name Bistrian Materials Inc FEIN: Barred Until l 1-3359771 06/06/2005 Address City State Zip Code 175 Springs Fireplace Rd East Hampton NY l 1937 Fiscal Officer Notes: DOL See Patrick Bistrian Jr., Inc. (substantially owned-affiliated entity or successor) Company Name Sogualaw 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 C6mpany FEIN: Barred Until 16-1111490 04/25/2005 Address City State Zip Code 536 State Fair Bird Syracuse NY 13204 Fiscal Officer Notes: DOL Company Name C B E Contracting Crop FEIN: Barred Until 11-2968809 10/21/2007 Address City State ' Zip Code 310 McOuiness Bird Greenpoint NY l 1222 Fiscal Officer Notes: DOL Falsified payrolls 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 Robinson Electrical Inc 2117 Egret Drive Clearwater FL 33764 FEIN: Barred Until Fiscal Officer Notes: 14-1657781 04/12/2007 DOL Fa/sifted payrolls Company Name Address City State Zip Code Carl Babb FEIN: Barred Until Fiscal Officer Notes: 07/21/2008 As an individual - Sen Olympic Window Insta/less lac Company Name Address City State Zip Code Causeway Construction Corp 110-30 15th Avenue College Point NY 11356 FEIN: Barred Until FIscal Officer Notes: 13-3065561 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 NYC Fa/sifted records - plea agreement. Also Kingston Trucking & Rigging Corp., Manbro Construction Corp., Port Ewen Trucking Corp. and Super Structure Builders, Inc. as substantially owned-affiliatad entities and/or successors of Cavalier. Company Name Address City State Zip Code Cenmria~ Management of New York Inc P O Box 961 Por~ Jeff~son Sta NY' 11776 FEIN: Barred Until Fiscal Officer Notes: 11-3230587 05/03/2006 DOL Aka Centarinn Protection of New York State-falsifiad records - debarment period extended Company Name Centuria~ Protection of New York FEIN: Barred Until 11-3230587 Address City State Zip Code Flscel Officer Notes: See Centutian Management of N~v York Stat~ Inc - debarr~l until 05/03/2006 Company Name Charles J Parden FEIN: Barred Until 03/16/2009 · Address City 261 Ball Road Hastings Fiscal Officer Notes: DOL As an individual. See Dalton Steel Inc. State Zip Code NY 13076 Company Name Cherl~s Saliba FEIN: Barred Until 07/26/2005 Tuesday, February 08, 2005 Address City Fiscal Officer Notes: Sen Monarch Construction Corporation (owner) State Zip Code Page 5 of 30 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 2lst Avenue Astoria NY 11105 FEIN: Barred Until Fiscal Officer Notes: 11-2811549 11/27/2005 NYC Multiple violations Company Name Address City State Zip Code Commercial Building Maimenanc¢ Corp 40 Oak Drive Syosset NY I 179 l FEIN: Barred Until Fiscal Officer Notes: l 1-2945732 01/23/2008 Plea agreement with D.A.'s Office - willful violation and falsification of payroll records 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 James Stunton dba Commercial PeJmfing Co - falsified payroll records Company Name Commercial St=el Inc FEIN: Barred Until 16-1557064 03/16/2009 Address City State Zip Code 65 Corporate Padx Drive Central Squ~r= NY 13036 Fiscal Officer Notes: DOL As a suce~sor end/or substantially-owned al~liated entity with Dalton Steel lnc dba Pasdce Construction - multiple willful violations Company Name Commtech Communications Inc FEIN: Barred Until 16-1335983 l I/22/2007 Address City State Zip Code 649 Wa-wick Road North Tonowenda N Y 14120 Flscel Officer Notes: DOL See also Comm~ch Elec~Hcal ConsU'uctien Corp and Michael R Palmer - multiple ~olations Company Name Commtech Electrical Construction FEIN: Barred Until 16-[407836 11/22/2007 Address City State Zip Code 649 Warwick R~d North Tonawenda NY 14120 Fiscal Officer Notes: DOL See also Commtech Communications and Michael R Palmer- multiple violations Company Name Converse ConsUmction FEIN: Barred Until 11-3262576 03/21/2007 Address City State Zip Code 1597 Route 112 Port Jefferson Sta NY 11776 Fiscal Officer Notes: DOL Falsified pa~'olis Company Name CountyWide Electric Corp FEIN: Barred Until 16-1540552 04/19/2005 Address City State Zip Code 795 Portland Avenue Rochester NY 14621 Fiscal Officer Notes: DOL Succ./Substantially owned-Affiliated entity to JoBeth Inc.-stipulated 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 Address City State Zip Code Crazy Horse Tonawanda Inc P O Box 203 Athol Springs NY 14010 FEIN: Barred Until Fiscal Officer Notes: 16-1528 124 03/03/2008 ' DOL and A Castricone Concrete [nc Company Name Address City State Zip Code CroasBay Contracting Corp. 242 Nevias S~ Brookly~ NY l 1217 FEIN: Barred Until Fiscal Officer Notes: l 1-2124028 04/18/2005 NYC Falsified payrolls -multiplc willfuls - debarment period exteaded Company Name Address City State Zip Code D & D Mason Contractors lnc 158 [ l 961h St-met Howard Beach NY 11414 FEIN: Barred Until Fiscal Officer Notes: 11-3219453 05/16/2006 NYC Falsified payrolls - plea agreemant Company Name Address City State Zip Code D&B .Ps Services FEIN: 16-1247154 Barred Until 12/31/2006 CompanyName D~n SteelInc FEIN: Barred Until' 16-1557064 03/12/2009 Fiscal Officer Notes: Sea Betty Jones' Services Inc Address City State Zip Code 197 U $ Route 11 Central Square NY 13036 Fiscal Officer Notes: DOL dba Pardea Construction and Shirley Pardee as an individual - multiple will~l violations. Also Charles J Pardee as an individual. ComPany Name Dar~oy C~tersl Contracting Inc FEIN: Barred Until I 1-3420817 08/04/2008 Address City 565 Oak Streat Copiague Fiscal Officer Notesi DOL dbaDarbyOlass Co-multiplewillf~l viol~ons State Zip Code NY 11726 CompanyNama DarbyGlassCo FEIN: 11-3081390 Barred Until Address City Fiscal Officer Notes: See Derby ~eral Contracting lnc State Zip Code Company Name David Ogden FEIN: Barred Until 04/19/2005 Tuesday, February 08, 2005 Address City State Zip Code 795 Portland Avenue ' Rochester NY 14621 Fiscal Officer Notes: DOL V.P./Sec. of JoBath Inc; Pres.&V.P. of CountyWide Electric Corp. - stipulated to debarment Page 7 of 30 L LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Debcon Consb'uctinn Corpomtinn FEIN: Barred Until 13-3157140 06/11/2006 Address City State Zip Code 77 Weyman Avenue New Rochelle NY 10805 Fiscal Officer Notes: DOL Multiple willfuls - Debcon Construction Corporation and Deborah Rago individually - falsified payrolls - debarment pm-lod extended Company Name Deborah Rago, individually FEIN: Barred Until 06/11/2006 Address City Fiscal Officer Notes: Sec Debeon Construction 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 Ci~ NY ! 3990 Fiscal Officer Notes: DOL Substantially owned-affiliated entity and/or suc~asor of Dellapenna Brothers Inc - debarment period extended after additional violations Company Name Dellapanna Brothers Inc FEIN: Barred Until 16-0964223 08/04/2008 Address City State 86 Olive Steer Jotmson City NY Fiscal Officer Notes: DOL multiple willfuls - debarment period extended affoc additional violations Zip Code 13790 Company Name Dennis Lounsbury Builders lnc 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 DePoalo and Son Building Contractors Inc 296 Morals Road FEIN: Barred Until Fiscal Officer Notes: 14-1507523 07/12/2009 DOE Multiple willful violations City State Zip Code Schenectady' NY 12303 CompanyName Diracon Commer~alContractors FEIN: Barred Until 08-1681415 05/18/2009 Address City State 310 Maple Avenue New Hampton NY Fiscal Officer Notes: DOL and Rebecca Gatm-Wood as an individual. Falsified payarolls. Zip Code 10958 Company Name Dominic Antonucci FEIN: Barred Until ] 0/18/2009 Address City State Zip Code 1939 Town Line Road Hilton NY 14468 Fiscal Officer Notes: DOL As an individual. S~e A A General Contractors Inc 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 Inc FEIN: Barred Until 06-1405921 10/02/2_007 Address City State Zip Code 182 West Main Street Middletown NY 10940 Company Name Drywall Wizard FEIN: 05-1684878 Barred Until Fiscal Officer Notes: DeL Address Fiscal Officer Notes: 10/16/2006 See Stephen Pota:r City State Zip Code Company Name Address City · State Zip Code E Green Restoration & Roofing Inc FEIN: ' Barred Until 16-1561693 06/2i/2009 117 Hawley Streat Fiscal Officer Notes: DOL Binghamton · NY 13901 Company Name Address City State Zip Code Elizabeth A. Cart P O Box 82 Vaiati= NY 12184 FEIN: Barred until Fiscal Officer Notes: 10/14/2008 dba Everlasting Slato - as an individual Company Name Address City State Zip Code Emc~ Heating & Plumbing & Heating Contr 5 Emes Lane Monscy NY 10952 FEIN: Barred Until Fiscal Qfficar Notes: ' 13-2590780 DOL and Julius and Giro Behread, as individuals. Partiea entered into a volunta~ agn~ment to be permanently debarred Company Name Address City State Zip Code Empire Demolition 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 i !-3170331 05/22/2007 Address City 15 Division Place Brooklyn Fiscal Officer Notes: NYC Falsified payrolls - plea agreement State Zip Code NY I I222 Company Name Enjcm'$ Incorporated FEIN: Barred Until 16-1038008 03/04/2009 Address City l 11 South Main Street Hcrkimcr Fiscal Officer Notes: DOL and Francis Enjem as an individual. Falsification ofreaords. State Zip Code NY 13350 Tuesday, February 08, 2005 Page 9 of 30 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Enviroclcan Services LLC 4245 Union Rd- Suite 210 Buffalo NY 14225 FEIN: Barred Until Fiscal Officer Notes: 26-0045677 09/07/2009 DOL Company Name Euro Crat~ Restoration, Inc. FEIN: Barred Until 13-3769924 10/14/2008 Address City State Zip Code 41-12 Ditmars Blvd Long [stand City NY I I [05 Fiscal Officer Notes: DOL and Sawas A. Sawta (as an individual) Falsification of records and kickback of wages Plea agreement with A.G.'s Office Company Name Evcrlastlng Slate FEIN: Barred Until 22-3397381 10/14/2008 Address CRy State Zip Code P O Box 82 Valatic NY 12184 Fiscal Officer Notes: DOL And Elizabeth A. Care and. Sasn Campion ss individuals. Falsification of records Company Name Address City State Zip Code Flower City Asbastos Inc 850 St Paul Strcat Rochester NY 14605 FEIN: Barred Until Fiscal Officer Notes: 16-1292474 08/18/2009 DOL Multiple willful violadons Company Name Address City Flower City Insulation Saias & Contractors 137 Yorkton Street Webster FEIN: Barred Until Fiscal Offcar Notes: 16-1.157832 08/03/2009 DOL M ulfiple willful vlolation s State Zip Code NY 14580 Company Name Address City Foundation Construction Consultants Inc 294 20th Strcat Brooklyn FEIN: · Barred Until Fiscal Officer Notes: l 1-2761496 05/20/2008 NYC Multiple willfuls and falsification of payroll records State Zip Code NY 11215 Company Name Francis Enjoin FEIN: Barred Until 03/04/2009 Address City 11 [ South Main Street Herkimer Fiscal offcar Notes: As an individual. Sea Enjem's Incorporated. State Zip Code NY 13350 Company Name Franco Paints Inc FEIN: Barred Until 08/07/2008 Address City State Zip Code 159 92nd Street Brooklyn NY ! 1209 Fiscal Offcar Notes: NYC and Mida Painting Ltd, Nicholas Kallergis and Stamafia Kailergfis, as individuals. Assurance of Discontinuance/Settlemant 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 Address City State Zip Code Frank J. Labriola FEIN: Barred Until Fiscal Officer Notes: See State of the An Construction Co lnc Company Name Addriss CRy State Zip Code Gem Building & Equipment Inc FEIN: Barred Until 14-1793970 06/28/2007 2332 Route 9W Fiscal Officer Notes: DOL Sangcrtics NY 12477 Company Name Address City State Zip Code (]em Installations Inc P O Box 422 Little Meadows PA 18830 FEIN: Barred Until Fiscal Officer Notes: 23-2709267 04/06/2005 DOL Muldplc willfuls Company Name Genrgc Begakis FEIN: Barred Until 03/11/2008 Address City Fiscal Officer Notes: As a~ individual - see Aegean General Cont~actlng l~c State Zip Code ComPany Name Genrge Bush FEIN: Barred Until 0 l/I 4/2009 Address City State Zip Code 19 Hoffmen Drive Latham NY 12118 Fiscal Officer Notes: DOL Falsification of payroll records' Company Name George Fofakis FEIN: Ba~ed 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 lac and George Forakis individually CompanyName Geo~cJLevaS~ FEIN: Barred Until 0~06/2008 Address City State Zip Code Fiscal Offlcar Notes: As an individual dba Ontario Flooring Company. Debarment period extended aRcr additional violation Company Name Address City State Zip Code George Lucey,Menual Tobio(see note) 150 Kings Street Brooldy~ NY 11231 FEIN: Ban'ed Until Fiscal Offlcar Notes: NYC Manuel P Tobio and Lake Conatr end Development Corp (individually end aa a whole) grand larceny,falsified records,debarred permanently Tuesday, February 08, 2005 Page ll of 30 L LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address GM Enterprises FEIN: Barred Until Fiscal Officer Notes: 16-1509833 05/20/2007 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 River Rd Saddle River Fiscal Officer Notes: DOL Falsified of payroll records State Zip Code NJ 07458 Company Name Gregory McCoy FEIN: Barred Until 05/20/2007 Address City State Fiscal Officer Notes: As an individual. See GM Enterprises dba Asbestos Systems Inc' Zip Code Company Name Gregory Kloepfer FEIN: Barred Until 10/06/2009 Address City 248 Lcin Road Wast Seecca Fiscal Officer Notes: DOL As an individual. Sen Klocpfer's Floor Covcroing State Zip Code NY 14224 Company Name Gulley Terrazzo Tile & Flooring Co FEIN: Barred Until 16-1396462 04/06/2005 Address City State Zip Code P O Box 1 1304 Rochester NY I46 l I Fiscal OffiCer Notes: DOL See Tobie R Gulley Company Name Hemax Constraction Corporation FEIN: Barred Until 06-1482076 09/1]/2008 Address City State Zip Code 540 Commexce St -Stc 6 Thomwood NY 10594 Fiscal Officer Notes: DOL Also Thomas Hanlon and William Valentine as individuals. Multiple willfuls and falsification of records. Debarment period extended after other willful violations Company Name Harrison .[arvis FEIN: Barred Until 08/i2/2009 Address City State Zip Code 132 w 129th St-Sm 4w New York NY 10027 Fiscal Officer Notes: AG As an individual and Two By Four Carpentry and Construction Inc. Plea agreement with A.G.'s Office. Company Name HDA Constxuction FEIN: Barred Until 06-1613022 ! 2/10/2007 Address 942 Havemcycr Avenue Flacal Officer Notes: DOL Falsified records City State Zip Code Bronx NY 10473 Tuesday, February 08, ZOOS Page 12 of 30 L LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT ] Company Name Hector Colon FEIN: Bar,ed Until 04/17/2007 Address City State Zip Code 3643 Bmclmer 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: Ban'ed Until 16-1487213 12/09/2007 Address City State P O Box 12861 Rochester NY Fiscal Officer Notes: DOL Kevin C. Marlowe dba Hi Tech Insulation - multiple violations Company Name Address City State Zip Code 14612 Zip Code Hi-Amp Electrical Construction Corp 265-12 Hillside Avanue Floral Park FEIN: Barred Until Fiscal Officer Notes: 13-3520080 04/30/2007 DOL and Ivan Torres individually. Falsified payroll~ Company Name I C Construction Company Mc FEIN: Barred Until 14-1789216 08/21/2007 Address City State 120 South Broadway Red Hook NY Fiscal Officer Notes: DOL Multiple willfuls - Debarmant period extended afmr additional violations 11O04 Zip Code 12571 Company Name IES Enviwnmental lnc FEIN: Barred Until 10/05/2009 Address ' CRy State Zip Code 1655 Elmwood Avenue Cranston' ~ 02910 Fiscal Officer Notes: DOL And InteroaXional Environmental Sa'vines Inc and James J Ney Jr as an individual. Falsification of payroll records Company Name Address City State Zip Code httercoum7 Roofing Systems Mc FEIN: Barred Until 11-3550866 05/09/2006 20 Jerusalem Avenue Fiscal Officer Notes: DOL Falsified payrolls FAclc~ille NY 11801 Company Name Address Interior Decorating Hoor Covering Co [nc 2229 Clifford Avenue FEIN: Barred Until Fiscal Officer Notes: 16-[337838 07/29/2007 DOL Falsification of records City State Zip Code Rochester NY 14609 Company Name Address City [nmmational Environmental Resources FEIN: Barred Until Fiscal Officer Notes: 05-0448266 08/09/2007 See International Environmental Services Inc state zip Code Tuesday, February 08, 2005 Page 13 of 30 · LIST OF EMPLOYERS INELIGIBLE TO BID ON OR SE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code International Environmental Services [nc 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 ~ additional violation. Also IES Environmental lnc and James J Ney Jr as an individual Company. Name lsmael Cisneros FEIN: Barred Until 04/14/2008 Address City Fiscal Officer Notes: As an individual - See Izi Plumbing &' Heating Ltd State Zip Code CompanyName Ivan Torres FEIN: Barred Until 04/30/2007 Address City State 265-12 Hillside Avenue Floral Park NY Fiscal Officer Notes: DOL Individually and Hi-Amp Elec~cal Construction Corp. Falsified payrolls Zip Code Il004 Company Name Izi Plumbing & Heating Ltd FEIN: Barred Until l 1-3157717 04/14/2008 Address City 291 Metropolitan Avenue Brooklyn Fiscal Officer Notes: DOL and Ismacl Cianeros, Individually - falsified payrolls State NY Zip Code t1211 Company Name J Bart Construction Corp FEIN: Barred Until 11-3344003 12/14/2009 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 I{415 Company Name J Mangone Contracfmg Inc FEiN: Barred Until 11-2802563 11/07/2006 Address City 53 13th Avenue Mineola Fiscal Officer 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 Burlinghana 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 Avallonc Tile & Marble - debarment period extended Tuesday, February 08, 2005 Page 14 of 30 · I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT CompanyName ~arnm AvaIloneTi~ &Marblc FEIN: Barred Until 0%5336752 08/07/2008 Address City 217 Christie Su'ec~ Ridgcfield Park Fiscal Officer Notes: DOL Multiple willful violations - debarmeet period extended State 'Zip Code NJ 0766O Company Name James J Ney Jr FEIN: Barred Until 10/05/2009 Address City State Zip Code 1655 Elmwood Avanuc Cranston PA 02910 Fiscal Officer Notes: DOL As an individual. See international Environmental Services lac and IES EnvirorLmental [nc Company Name JBC Industries of Parish Inc FEIN: Barred Until 16-1470149 07/24/2007 Address P O Box 728 - CR 44 Fiscal Officer Notes: DOL Multiple willful violations City State Zip Cods Mex'tco NY' 13114 Company Name JoBc~h Inc FEIN: Barred Until 16-1441129 04/19/2005 Address 795 Portland Avenue Fiscal Officer Notes: DOL Stipulated to debarmeat City State Zip Code Rochester NY 1462 l Company Name John Varelakis FEIN: Barred Until 02/20/2007 Address City 2063 Maple Street Wantangh Fiscal Officer Notes: As an individual - Sec ,Spruccwocd Painting Corp State Zip Code NY 11793 Company Name JRC Aris Electric Contractors FEIN: Barred Until 09/13/2009 Address City Fiscal offcar Notes: See JRC Electric Control Service lnc State Zip Code Company Name ]RC Electric Control Service [nc FEIN: Barred Until I 1-3199418 09/13/2009 Address City State 516 East 51st Street Brooklyn NY Fiscal Offlcar Notes: NYC a/k/a JRC Aris Eloct~ic Contractors - multiple willfufl violations Zip Code 11236 Company Name Julius and Gila Behrand FEIN: Barred Until Address City 5 Emes Lane Monsey Fiscal Offcar Notes: See Emes Heating & Plumbing Contractor, [nc State NY Zip Code 10952 Tuesday, February 08, 2005 Page IS of 30 LIST OF EMPLOYERS INELIGIBLE 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 I 010 FEIN: Barred Until Fiscal Officer Notes: 11-3350553 04/14/2005 NYC Falsified records Company Name Address City State Zip Code K. elth Grimes Inc Falrle~n Dr- P O Box 964 Montauk NY 11954 FEIN: Barred Until Fiscal Officer Notes: l 1-2938037 03/21/2006 DOL Falsified records Company Name Address City State Zip Code Kenneth Metz 62 Neulist Avenue Port Washington NY l 1050 FEIN: Barred Until Fiscal Officer Notes: 07/17/2009 As an individual. Sen Bat-Jac Const~ction Company Name Kcdn C Marlowe FEIN: Barred Until Address Fiscal Officer Notes: See Hi Tanh Insulation City State Zip Code Company Name Address City State Zip Code Keystone Construction Cotp 9945 Fort Henfilton Pkwy Brooklyn NY I 1209 FEIN: 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 11237 Fiscal Officer Notes: DOL As a substantially owned-affiliated entity and/or successor of Cavali~ Construction Corp. Falsification of records Company Name Kloepfer's Floor Covering FEIN: Barred Until 16-1234359 10/06/2009 Address CRy State 248 Lein Road West Seneca NY Fiscal Officer Notes: DOL And Gregory Kloepfer as an individual. Multiple willful violations Zip Code 14224 Company Name Komas Construction Co~poration FEIN: Barred Until 11-2691706 01/09/2006 Address City State 162 85th Street Brooklyn NY Rscal Officer Notes: NYC Falsified payrolls Zip Code I 1200 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 Ptumbing Corp 367 Veterans Mcrnofial Hwy Commack NY 117:25 FEIN: Barred Until Fiscal Officer Notes: I t-3223496 01/11/2010 DeL And Robert DeMuate as mx individual. Company Name Address ~c Construction and Developmmxt Corp PEIN: Barred Until Fiscal Officer Notes: 11-2678816 See George Lueey City State Zip Code Company Name Address City State Zip Code Lincl~ Williams cYo MSAB Construction Inc 183 Washington Avenue New Rochelle PEIN: Barred Until Fiscal Off'mar Notes: 04/22/2009 DOL As mx individual. See M JAB Construction lac NY 10801 Company Name Lorenzo DeVardo FEIN: Barred Until 01/08/2009 Address City 1850 Steinway Street Long Island City Fiscal Officer Notes: DOL As mx ladividuaL Sec Var:lo Construction Cot~ State Zip Code NY I I 105 Company Name Lounsbury Erectors Inc FEIN: Barred Until 05/27/2009 Address City Fiscal Officer Notes: See Dennis Lounsbuvy Builders lnc State Zip Code Company Name Address City LTS Construction 24 Miller Street Rochcste~ FEIN: Barred Until Fiscal Officer Notes: 16-1463105 06/30/2009 See Thomas L. Smalls State Zip Code NY Company Name ' Address M & H Climate and Energy Mmxagcmmxt Ltd PEIN: Barred Until Fiscal Officer Notes: 58-2152185 04/17/2007 See Hector Colon C~ty State Zip Code Company Name Address City M & S Pipeline Excavation Company lac 784 Conldin Road Binghamton FEIN: Barred Until Fiscal Officer Notes: 16-0926714 05/06/2009 · DOg Muh/ple willful violations State Zip Code NY 13903 Tuesday, February 08, 2005 Page 17 of 30 L 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: 16-1008740 12/18/2006 DOL Falsificatien of records Company Name Manbru Construction Co~ FEIN: Barred Until 02/19/2008 Address City State Zip Code 1439 Wood Road Bronx NY 10462 Fiscal Officer Notes: DOL Also at 201-203 E 22nd Street, Nmv York 10010. As a substantially ownod-affiliatexi entity and/or successor of Cavalier Construction Corp. Falsification ofreocrds. Company Name Manuel P. Tobio FEIN: Barred Until Address Fiscal Officer Notes: S~e George Lucey City State Zip Code Company Name Address Maaunl Tobio FEIN: Barred Until Fiscal Officer Notes: See George Lucey City State Zip Code Company Name Address City State zip Code Marianne Ogden FEIN: Barred Until 04/19/2005 795 Portland Avenue Rochester NY Fiscal Officer Notes: DOL Multiple willf~ls ~ President and Transum~ of Jobeth - stipulated to debarment 14621 Company Name Mary Newsom FEIN: Barred Until 05/24/2009 Address City 1537 Union Street Schenectady Fiscal Officer Notes: DOL As an individual. See Pachyderm Enterprises, [ac State Zip Code NY 12309 Company Name Mas-Ann Mechanical Inc FEIN: Barred Until 16-1357694 07/12/2007 Address City 35 Regency Oaks Blvd Roches~' Fiscal Officer Notes: DOL State Zip Code NY 14624 Company Name Masciarelli Construction Co FEIN: Barred Until 16--0902053 05/06/2009 Address City 784 Conklin Road Binghamton Fiscal offcar Notes: DOL Multiple willful violations 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 Corp Inc 7732 Victor Mendon Road Victor NY 14564 FEIN: Barred Until Fiscal Officer Notes: 16-1405450 11/22/2007 DOL Debarment extended after additional violation Company Name Address City State Zip Code Merit Fence Co Inc 130 Old Route 6 Carmel NY [ 0512 FEIN: Barred Until Fiscal Officer Notes: 06-1350241 . 08/06/2008 DOL Multiple will~l violations Company Name Michael Falgiano Jr. FEIN: Barred Until Address City State Zip Code Fiscal Officer Notes: Principal officer-p~er and/or sha~holder- Sen M Falgiano Construction Co loc Company Name Address City State Zip Code Michael Falgieno 5r FEIN: Barred Until Fiscal Officer Notes: Principal officeoparm~ and/or shardnold~ - s~c M Falgiano Const~uution Co I~c Company Name Michael R Palmer FEIN: Barred Until · ll/22/2007 Address City State Zip Code Fiscal Officer Notes: As an individual - Sen Commroch Communications lac and Cor~nt~ch Electrical Const'cuction Corp Company Name Address City State Zip Coda Mi(ia Painting Ltd FEIN: Barred Until 08/07/2008 159 92nd Street Bmoldyn NY 11209 Fiscal Officer Notes: NYC and Franco Paints, Inc. and Nicholas Kallergis and Stamada Kallergis, as individuals. Asanranc~ of Discontinuance/Settlement Agreement Company Name M JAB Construction Inc FEIN: Barred Until 58-2620937 04/22/2009 Address City State 183 Washington Avenue New Rochelle NY Fiscal Officer Notes: DOL and Linda Williams as an individual. Falsification of payroll records · . Zip Code 10801 Company Name Monarch Consa-action Corporation FEIN: Barred Until 13-2808501 07/26/2005 Address City 1057 Jackson Avanuc Long Island City Fiscal Officar Notes: NYC And Charles Saliba - falsifiad payrolls State Zip Code lllOl Tuesday, February 08, ZOOS 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 Bcig t42 East Market Street Long Beach NY I 156 l FEIN: Barred Until Fiscal Officer Notes: 10/21/2007 DOE 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 Victm'y Roofing & Contracting Co Inc Zip Code Company Name Address Navarro Special Cleaning Services [nc · 85-12 SixBt-Sevanth Ave FEIN: Barred Until Fiscal Officer NoteS: 11-2946101 04/16/2006 NYC Falsified payrolls City State Zip Code Queens NY 1 [374 Company Name Neptune Construction Co FEIN: Barred Until l 1-2779916 Address Fiscal Officer Notes: See Wayne Vital¢ lnc 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 Franco Paints, [nc.and Mida Painting Ltd Zip Code 11209 Company Name Nicholas Margaritis FEIN: Barred Until 08/20/2008 Address City Fiscal Officer Notes: See Keystone Construction Corp, State Zip Code CompanyName N~olaos D. Varelalds FEIN: Ba~edUntll 0W20~007 Address City 94 Cleveland Avenue Massq~xtua Fiscal Officer Notes: As an individual - See Spranewood Painting Co~p State Zip Code NY 11758 Company Name Address City Northeast Regional Communications lnc 232 Main Street Vestal FEIN: Barred Until Fiscal Offcer Notes: .16-1470036 03/24/2005 DOb 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 TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT company Name Address City State Zip Code Hu-Look Painting & Wellpapcdng lac 151-60 7th Avenue White. stone NY 11357 FEIN: Barred Until Fiscal Officer Notes: 11-3389457 08/04/2009 AG and TF Painting Corp. and Tsrcisio Ferteim, individually. Ple~ agreeraent with thc A.G.'s Office. Company Name Olib Construction Company Inc FEIN: Barred Until 22-3200661 11/14/2006 Address City State Zip Code 120 South Broadway Rex[ Hook NY 1257 I Fiscal Officer Notes: DOL Company Name Olympic Assoniatcs lac FEIN: BatTed Until 16-1444097 01/08/2007 Address City State Zip Code 2843 U.S. Route I1 Lafayette NY 13084 Fiscal Officer Notes: DOL Multiple willful violations Company Name 'Olympic Window Inst~llers [nc FEIN: Barred. Until 22-3034903 07/21/2008 Address City 174 Lineoin Avenue Hawthorne Fiscal Officer Notes: DOL and Carl and Russell g~abb as individuals Company Name State Zip Code NJ 07506 Address City State .. Zip Code Ontario Flooriag Company FEIN: Barred Until 16-1554554 02/06/2008 296 Rogers Parkway R~chuster NY Fiscal Officer Notes: DOL See George ,I Leva Sr. Debarment period extended after additional violation . 14617 CompanyName OswegoTrac~ng &Leasing FEIN: Barred Until 16~1371814 07~1~008 Address 258W~hin~on Blvd Fiscal Off tear Notes: DOL F~fiedreonr& City State Zip Code Oswego NY . 12801 Company Name P & H Supply Company Inc FEIN: Barred Until 13-3868727 05/25/2009 Address City State Zip Code 241 -A Harrison Avenue Harrison NY 10528 Fiscal Officer Notes: DOL . Multiple willful violations - debarment period extended after additional willful violations Company Name Pachyderm Enterprises lac FEIN: Barred Unfit 00-1386527 05/24/2009 Address City State Zip Code 1537 Union Strce~ Schenectady NY 12309 Fiscal.Officer Notes: DOL And Willie Jones and Mary Newsom as individuals - Multiple willful violations Tuesday, February 08, 2005 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 Inc P O Box 8808 Baltimore MD 21224 FEIN: Barred Until Fiscal Officer Notes: 52-1764775 03/07/2007 DOL Falsified payrolls Company Name Address Par(tee Construction FEIN: Barred Until Fiscal Officer Notes: 16-1557064 03/12/2009 See Dalton Steel Inc. City State Zip Code Company Name · Parr;ok Bistfian Jr [nc FEIN: Barred Until 1 t-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 Ma[ntanance Lac FEIN: Barred Until 11-3287638 07/02/2007 Address City State Zip Code 7 Gamwood Drive Hauppague NY 1 l 788 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 lnc and Panagiotis Forakis dba Pete Forakis Company Name Pilos Contracting Corp FEIN: Barred Until 11-2540761 08/10/2005 Address City 271 58th Street Brooklyn Fiscal Oftlcar Notes: DOL one willful with NYC and ooo willful with DOL State Zip Code NY I 1220 Company Name Pipcjackers Inc FEIN: Barred Until l 1-2209596 06/26/2007 Address City State Zip Code 15 East Bartlett Road Middle Island NY 11953 Fiscal offcar Notes: DOL Company Name Pon Ewan Tmcldng Corp FEIN: Barred Until 11-3484639 02/19/2008 Address City State Zip Code 2013 Flatbush Avenue Brooklyn NY 11234 Fiscal O~car Notes: DOL Also at 99 St. Nicholas Avenue, Brooklyn, NY 11237. As a a substantially owned- affiliated entity md/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 Dfivc North Boston NY ' 14075 Fiscal Officer Notes:' DOL multiple willfuls Company Name Rainbow Mechanical Systems [nc FEIN: Barred Until 01/28/2007 Address 42-49 Colden St -Suitc 3 Fiscal Officer Notes: Plan aIp'ccmcm CRy State Zip Code Flushing NY 11355 Company Name .Rapid Dcmolition Co Inc FEIN: Barred Until l 1-2869485 1 t/! 8/2007 Address 2550 We~t 13th Street Fiscal Officer Notes: City State Zip Code Brooklyn NY l 1223 Company Name Rebecca Gatto-Wood FEIN: Barred Until 05/18/2009 Address City Fiscal Of Rcer Notes: As an individual. $=e Diracon Commercial Contractors. State Zip Code Company Name Address City Republic C0nsa'~cfion & Menagcment Inc 8111 71~ Avenue Brooklyn FEIN: Barred Until Fiscal Officer Notes: 11-3178177 12/10/2007 NYC and Azam Ali Chaudh~ - falsified payrolls ~ plea agreement State Zip Code NY 11228 Company Name Robby¢ Bisgcsar FEIN: Barred Until Address City 89-51 Springfield Blvd Queens Village Fiscal Officer Notes: As an individual. Sec Star International lac State Zip Code NY 11427 Company Name Robert Amandola FEIN: Barred Until 03/19/2008 Address ·City 1084 Sunrise Highway AmhTvillo Fiscal Officer Notes: · As an individual. See Westwood Fence Corp. State Zip Code NY 11701 Company Name Robert DeMonm FEIN: Barred Until 01/10/2010 Address City 367 Veterans Memorial Hwy Commack Fiscal Officer Notes: As an individual. See L & T Plumbing Corp. State Zip Code NY 11725 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 07/2 ]/2008 Address City Fiscal Officer Notes: As an individual - See Olympic Window Installers [nc State Zip Code Company Name Address S & B Construction & Contracting L~d 78 Wohseepen Road FEIN: Barred Until Fiscal Officer Notes: l 1-2987611 04/15/2007 DOL City State Zip Code Brightwaters NY 11718 Company Name Savoya Construction Corp FEIN: Barred Until 06-1421004 09/21/2006 Address City State Zip Code 13-15 371h Avenue Long Island City NY I 1101 Fiscal Officer Notes: DOL a Joint Venture with United Painting and Contracting Inc. - falsifi ed payrolls - debarment period extended Company Name Savvas A. Sawa FEIN: Barred Until 10/14/2008 Address City Fiscal Officer Notes: See Euro Craft Restoration Inc State Zip Code Company Name Scott Bendersky FEIN: Barred Until 04/15/2007 Address City State Zip Code 78Wohseepee Road Brightwaters NY 1 [ 718 Fiscal Officer Notes: DOL Individually and as Officer and/or Shareholder of S & B Construction and Contracting Ltd Company Name Scan Campion FEIN: Barred Until 10/14/2008 Address City P O Box 82 Vahtie 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 197 U S Route l 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-I 569822 10/08/2009 DOL Falsification of records 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 Const~uctiou and Waterproofing lnc 806 53rd FEIN: Barred Until Fiscal Officer Notes: l 1/19/2006 NYC Falsified payroll records City State Zip Code Brooklyn NY* 11220 Company Name Address City State Zip Code Spmcewood Painting Corp FEIN: Barred UOtll 11-2949533 02/20/2007 94 Cleveland Avanve Massapequa NY 11758 Fiscal Officer Notes: NYC and Nikolans D. Varoinkis, Susan E. Varclakis and John Verelakis, as ~dividusls. Multiple willful violations and falsified payroll records. Assurance of DiscantlnuancdSettl~aant Agreement. Company Name Stamatia Kallergis FEIN: Barred Until 08/07/2008 Address City State 159 92nd Street Brooklyn NY Fiscal Officer Notes: As an individual See Franco Palnta, Inc. and Mida Painting Ltd Zip Code 11209 Company Name Star [ntemational Inc FEIN: Barred Until 00-1613496 Address City State 89-51 Springfield Blvd Queens Village NY Fiscal Officer Notes: DOL Also Robbye Bissesar. Falsified ~.yroll - perraanantly debarred ' Zip Code 11427 Company Name State Environmental Services [nc FEIN: Barred Until l 1-3164259 02/25/2008 Address City State 1801 Stillwell Avenue Brooklyn NY Fiscal Officer Notes: NYC Plea agreameet Zip Coda 11223 Company Name State of the Axt Co~o'uction FEIN: Barred Untie 11:2653210 l 0/06/2005 Address City State 140 Marine gt~et Farm[ngdalc NY Fiscal Officer Notes: DOL ' Multiple willful violations Zip Code 11735 Company Name Stephen Potter FEIN: Barred Until I 0/I 6/2006 Address .112 Summerville Drive Fiscal Officer Notes: DOL dba Dry~all Wizard City Sta'm Zip Code Rochester NY 14617 Company Name Address City State Zip Code Steve J Nictas c/o J Bart Consu' FEIN: Barred Until 12/14/2009 119-51 Metropolitan Ave Jamaica Fiscal Officer Notes: DOL As an individual - Sec J Ban' Construction Cot~. 11415 Tuesday, February 08, 2005 Page 25 of 30 L LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Steve Menzer 62 Neulist Avenue Pon Wsshing~on NY 11050 FEIN: Barred Until Fiscal Officer Notes: 07/]7/2009 As an individual. See Bat-Jac Construction Company Name Super Structure Build~s Inc FEIN: Barred Until 11-3487355 02/19/2008 Address City State Zip Code 99 St Nicholas Avenue Brooklyn NY I 1237 Fiscal Officer Notes: DOL Also at 2013 Flathush Avenue, Brooklyn, NY 11234. As a sub~antially owned-affiliated entity and/or ~uccessor of Cavalier Construction Corp. Falsification of records Company Name Superior Jamestown Corporation FEIN: Barred Until 16-1381131 03/17/2008 Address 55 Jones-Gifford Avenue Fiacal Officer Notes: NYC Falsified payroll records City State Zip Code Jamestown N %Jr 1470 I Company Name Susan E. Varclakis FEIN: Barred Until 02/20/2007 Address City 94 Cleveland Avenue Massepequa Fiscal Officer Notes: As an individual - See Spmenwood Painting Corp State Zip Code NY 1 [ 758 Company Name T J Wilson Elec~c lnc FEIN: Barred Until 13-3615112 02/I0/2007 Address City State Zip Code 263 Waverly Avenue Mamaroeeck NY 10543 Fiscal Officer Notes: NYC Falsified payrolls Company Name Tarcisio Ferraira FEIN: Barred Until 08/04/2009 Address City State Zip Code 151-60 7th Avenue Whit~tone NY 11357 Fiscal Officer Notes: AG end Nu-Look Painting & Wallpapering [nc end TI: Painting Corp. Plea agreement with A.G.'s Office. Company Name Tele-Da~a-Com Solutions Inc FEIN: Barred Until 52-2216924 03/24/2005 Address City 597 Tracey Creek Road Vestal Fiscal Officer Notes: DOL alter ego of Northenst Regional Communications lee State Zip Code NY 13850 Company Name TF Painting Corp FEIN: Barred Until 08/04/2009 Address City State Zip Code 151-60 7th Avenue Whi~tonc NY 11357 Fiscal Officer Notes: AG and Nu-Look Painting & Wallpapering Inc. sod 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 violations Company Name Address City State Zip Code Thomas Hanlon FEIN: Barred Until 09/I 1/2008 Fiscal Officer Notes: As an individual. See Hmnax Construction Corp Company Name ~homas K Falgiano FEIN: Barred Until Address City State Zip Code Fiscal Officer Notes: Principal offieer-parmer and/or, shareholder - see M Falgiano Construction Co Inc Company Name Thomas L Smalls ' FEIN: Barred Until 06/30/2009 Address City State 24 Miller Steer Rochastc~ NY Fiscal Officer Notes: DOL dba LTS Construction - also as an individual. Falsified payrolls. Zip Code 14605 Company Name Thomas Masonry & Concrete FEIN: Barred Until 16-1535306 08/18/2009 Address 803 West Avenue, Ste 207 Fiscal Officer Notes: DOL Multiple willful violations City State Zip Code Rochester NY 146 l 1 CompanyName Thomas MasonryEnterpfiseIoc FEIN: Barred Until 73-3103284 08/I8/2009 Address 955 Buffalo Ropd Fiscal Officer Notes: IDOL Multiple willful violati°ns City State Zip Code Rochester NY 14624 Company Name Tobie R Gulley FEIN: Barred Until 04/06/2005 Address City P O Box 11304 Rochester Fiscal Officar Notes: DOL Dba Gullcy Terrazzo Tile & Flooring Co. - multiple willfuls State NY Zip Code 14611 Company Name Topo-Mctrics lnc FEIN: Barred Until I t-2465550 04/22/2009 Address City 432 Pexk Avenue South New York Fiscal Officer Notes: DOb Falsification of payroll record~ State NY Zip Code 10016 Tuesday, February 08, 2005 Page ~7 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 Inc 153 Fillmore Avenue Buffalo NY 14210 FEIN: Barred Until Fiscal Officer Notes: 16-I590680 04/27/2009 DOL Falsified payrolls Company Name Address City Tower Building Maintenance and Mgmt 347 Kingsland Avenue Brooklyn FEIN: Barred Until Fiscal Officer Notes: 11-3042307 11/24/2008 DOL Additional willful violations - debarment period extended State Zip Code NY [ 1222 Company Name · Tfi-Sta~ Building Contxactom 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 Cm2ocmry and Constr lnc 132 W 129th St-Sm 4W New York FEIN: Barred Until Fiscal Officer Notes: 08/12/2009 AG dba of Haxfison Jarvis. Plea agreement with A.G.'s Office. State Zip Code NY 10027 Company Name Address City State Zip Code UhIcin Property Services and Contracting 209 Paddock Street Watertown NY 13601 FEIN: Barred Until Fiscal Officer Notes: I6-[372913 08/10/2005 DOL John C. Uhtcin [11 dba Uhlcin Property Services and Contracting - consent by stipulation Company Name UinmdP~ntingand Contractinglnc FEIN: Barred Until 0~21~006 Address City State Zip Code 13-15 37th Avenue Long Island City NY 1110l Fiscal Officer Notes: DOL a Joint Veature with Savoya Construction Co~p. - falsified payrolls - debarment period extended Company Name Vardo Construction Corporation FEIN: Barred Until 11-2694892 01/08/2009 Address City 1850 Steinway Street Long Island City FIscal Officer Notes: DOL And Lorenzo DeVarde as an individual. Falsified payrolls State Zip Curie .NY [I105 Company Name VICO Mechanicals Syst~-ns Inc FEIN: Barred Until 01/28/2007 Address c/o S.Z, citlin 50 Court St Fiscal offcar Notes: NYC Plea agreement City Brooklyn State Zip Code NY 11201 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 City Victory Roofing & Contracting Co Inc 265 Victory Boulevard Staten Island FEIN: Barred Until Fiscal Officer Notes: 38-0100331 04/14/2008 DeL and Musa Pacuku as in individual. Falsification of records State Zip Code NY 10301 Company Name W J 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: Dog As a substantially affiliated employer. S~e A A General Contractors, Inc. Multiple violations Company Name W Property Resources lnc FEIN: Barred Until 13-3462866 08/16/2006 Address 123 West 126th Sm~et Fiscal Officer Notes: NYC Multiple willfuls · City State Zip Code N~v Yot~ NY 10027 Company Name Address City Wayne Vitale hc P O Box 325 Port let~bn FEIN: Barred Until Fiscal Officer Notes: 11-2779916 11/08/2005 DOL Dba Neptane Construction Co Company Name Address City State Zip Code NY 11777 State Zip Code West El~cwic Inc FEIN: Barred Until 16-1496979 07/19/2006 P O Box 83 Blossvalc Fiscal Officer Notes: DeL Multiplc willful violations NY 13308 Company Name Address W©stchester Iron Works Corporation 65 Plain Avextue FEIN: Barred Until Fiscal Officer Notes: 13-~459763 03/02/2006 NYC Voluntary debarment City State Zip Code N~v Rochelle NY 10801 Company Name Westwood F~nca Corp FEIN: Barred Until I 1-3084236 03/19/2008 CompanyName Wiley DevelopmentColoc FEIN: Barred Until 16-1363561 08/11/2009 Tuesday, February 08, 2005 Address City State Zip Code 1084 Sunrise Highway Amityville NY 11701 Fiscal Officer Notes: And Robert Amendola as an individual. Falsified payrolls. Pica agrenment entered into with Suffolk County D.A.'s Office. Address 235 Northampton St~et Fiscal Officer Notes: DOL Falsified payroll records City State Zip Code Buffalo NY 14208 Page 29 of 30 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code William M Stringer FEIN: Barred Until Fiscal Officer Notes: 12/18/2006 See Mac Stringer Painting Company Name Address City State Zip Code William Valentine FEIN: Barred Until Flscel Officer Notes: 09/11/2008 As an individual. See Hamax Construction Coq~ 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 lnc 646 North Broad Street Grove City PA 16127 FEIN: Barred Until Fiscal Officer Notes: 25-1773019 05/08/2006 DOL Falsifiesl records Company Name Address City State Zip Code Wintach Contracting Inc 1950 E Main St - Sm 205A Mohcgan Lake NY 10547 FEIN: Barred Until Fiscal Officer Notes: 13-3139312 07/22/2009 DOL Falsified payroll records Tuesday, February 08, 2005; Page 30 of 30 ') STANDARD INSURANCE REQUIREMENTS TOWN OF SOU'iHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: TFrE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTLFICATES 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 clgnu, demand or application to or for any right or · privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not Commence work under this contract until he has obtained all insurance required under the following paragraphs, and the TOWN OF SOUTHOLD has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the hfe of this contract, such insurance as *(ill 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 incluc[mg death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the TOWN OF SOUTHOLD. · DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificate to.be provided to the TOWN OF SOUTHOLD. GENERAL LIABILITY INSURANCE: The contractur/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury includ'mg 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 mounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of not less than $2,000,000 (two million dollars) on account of aH 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. OTHER CONDITIONS OF COM~YIERCIAL GENERAL LIABILITY INSURANCE: Q) 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: SIR- 1 STANDARD INSURANCE 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). OTI~,R CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE: Coverage shall include: A. All owned vehicles B. Hired car and non-ownership liability coverage C. Statutory no-fault 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, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non-renewal. CERTIFICATE OF INSURANCE: The contractor/vendor shall file with the TOWN OF SOUTHOLD prior to commencing work under this contract, a certificate of insurance. 1. Certificate o f insurance shall include: A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. included on certificate If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire during the life of the contact, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the TOWN OF SOUTHOLD for cancellation is applicable. SIR - 2 GENERAL CONDITIONS INDEX 1. Definitions of Terms 2. Standards of Workmanship 3. Samples 4. Manufactured Materials 5. Laborato~g 6. Shop Drawings 7. Permits 8. Plans ~d Specifications 9. Cut,g, 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 GC- 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: All official drawings or reproductions of drawings pertaining to the work or to any structure connected therewith. SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this document, together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantities and quality of materials to be furdshed and accepted under th/s Contract. OWNER: Shall mean Town Board, Town of Southold. ENGINEER (ARCHITECT): L.K. McLean Associates as engaged by the Owner and duly 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 enmmted to them. 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 of the work performed and the materials furnished by the Contract. MATERIALS: Any approved materials acceptable to the Engineer and conforming to the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. 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 E~neer 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 fi:om Engineer. 4. MANtlFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right, before execution of the Contract, to require any and all bidders to state the materials upon which they based their bid. where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's consideration. Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly instal/the work. Where reference is made to manufacturers directions, the Contractor shall submit such directions to the Engineer as required. The materials used in construction shall be disposed as not to endanger the work, and so that full access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring first-class results only. The type of labor employed by the Contractor shall be such as will insure the uninterrupted continuity of the entire work, without conflict of any kind. 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. where tests are made by other than the designated laboratories, two certified copies shpwing 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 approval evidencing that the drawings have been checked. The Contractor will make any corrections in the drawings required by the Engineer and will file with the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or Co) 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 slructures 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 permit and permit(s) pre-requisite thereto, including but not limited to the following, unless Contractor is specifically required to obtain the same pursuant to other provisions of this document: (1) (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 bythe Owner: (1) (2) (3) NYSDEC permit(s) Town Division of Environmental Protection U.S. Army Corp of Engineers The Contractor shah 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. GENERAL CONDITIONS On projects involving multiple contracts, ii shall be the responsibility 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 coordinate inspections and approvals of that part of the project, which falls within the scope of their contract with the G.C., and/or as may be appropriate, directly with the approving agency. In the event that one or more of the contractors on a.multi-contract project fails to perform the work in a timely manner, thereby causing undue delay in the completion of the project, and the issuance of the certificate of occupancy, the owner shall hi that event, have the option to exercise "The owners right to stop work or t~t~mh~ate 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 l/mits 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 ~ereto. C. Any work to be performed within the Town Highway right-of-way will require a Town Highway Department road-opening permit. Obtaining of the permit and subsequent release/approval shall be the responsibility of the Contractor. 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'i: All pemdts 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 p~tmitted to open any County road or thake 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 drain~, 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 Cun~actor will not be permitted to open any County mad or make any connection to any County drain until he has been supplied with this pemdt. The Contractor shal[ be responsible for conformance to all conditions of the permit and for the subsequent release/approval. Co) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department pennits described in paragraph 7. lA. GENERAL CONDITIONS 7.3 State of New York: The Contractor shall obtain a~l necessary New York State highway permits whenevei 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) Cont'mgent liability insurance for the State (in addition to his own liabihty insurance) shall be furnished in amounts and manner as required by the State of New York. The contingent protective liability and completed operations liability insurance policy to cover: "The people of the State of New York and/or the Superintendent of Public Works cgvering liability arising with respect' to all operations through highway permits by permittee or by anyone acting by, through or for the permittee, including omissions and supervisory acts of the State", in the amount of personal injury (including death) and property damage as required. 8. PLANS AND SPECIFICATIONSi 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 Con~ractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in 'the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the best type of construction, both as to materials and workmanship, which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". Additional copies of Plans and Specifications, when requested, will be furnished to the Contractor at cost of reproduction. GENERAL CONDITIONS The Contractor shall furnish to each of the subcontractors and materiaknen 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 implied by Drawings and Specifications for the completed structure, and he shall make good after them as Engineer may direct. Any cost caused by defective or ill-timed work shall be borne by the party responsible therefor. The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or alter the work of any other contractor save with the consent of the Engineer. 10. ERRORS~'OMISSIONS AND DISCREPANCIES: a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he will be held responsible for the results of any such errors or omissions and the cost of rectifying the same. b) If, in the opinion of the Contractor, any work is shown on Drawings, or details,' or is specified in such a manner as will make it impossible to produce a first class piece of work, or should discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails to make such references to the Eng/neer, 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/qr 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 where directed by the Engineer. The temporary toilet shall be enclosed and weatherproof and kept in a sanitary condition at ali times. Upon removal of the temporary outside toilet, the vault shall be disinfected, filled and all evidence of the toilet removed from the site. 12. PROPER METHOD OF WORK A_ND PROPER MATERIALS: The Engineer shall have the power in general to direct the order and sequence of the work, which shall be such as to permit the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to bring the several parts of the work to a successful completion at about the same time. 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 construed as binding the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all exist'rog 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 facil/ties for det~m,ining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall continuously and adequately protect the work against damage from any cause. 14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor any order, measurement or certificate by the Engineer nor any order by the Owner for the payment of any money nor any payment for or acceptance of, the whole or any part of the work .by the Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its GENERAL CONDITIONS employees shall operate as a waiver of any provision of this Contract or of any power heroin 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 pmxSded. 15. WATER AND ELECTRIC POWER: All water and electric power supply for constntction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACItlNERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in the prosecution of the work or in connection therewith, shall at all times be in proper working condition. The Contractor shall be responsible for curtailing noise, smoke, fumes br any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these . requirements. 17. MAINTENANCE: If, within one year from the date ofissmmce 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 firom the Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5)'days, · the Owner may employ such other person or persons as they deem proper to make such repairs and pay the expense thereof out of any sum retained by them, provided nothing herein contained shall limit the liability of the Contractor or big Surety to the Owner for nonperformance of the Contractor's obhgations at any time. 18. SCI:[F. DULE 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 rotes of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material furnished or work performed under the Contract. 20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons supplying labor or materials for the WOrk, or refuse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof, the Owner shall have the right to terminate the Contract. GC - 9 GENERAL CONDITIONS 21. WARNING SIGNS: Contractor shall provide and maintgin 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 until one-half hour after sunrise. 22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall exercise, all reasonable precautions for the protection of persons and property. The safety provisions of applicable laws, building and constmction codes shall be observed. Mach/nery, equipment and all other physical hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed, remedial action taken. The Owner reserves the right to remedy any neglect on the part of Contractor as regards the protection of the work which may come to its attention, after 24 hours' notice in writing; except that in cases of emergency it shall have the right to remedy any neglect without notice, and in either case to deduct the cost of such remedy from money due the Contractor. Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from 'full responsibility at all times for safe prosecution of the work. 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and k/nd for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whatever, occurring upon or arising out of the Contract. 24. MAINTEN~C~ 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 meanlime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary structures where necessary, prepare the roads so there will be minimum interference with traffic, set up and maintain a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take eve~ precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. 0) 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 free from accumulated forms, excavation fill, construction materials and construction shanties. All areas shall be completed in every detail and shall be broom cleaned from excess dirt and materials. 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 Qr disturbance of position of the same. The trait price o fall items shall include the cost of restoring to its former condition any sidewalk~ 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 him.qelfwith the existence of structures of mtmicipal 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 pubhc 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 ora 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 sexvice. The Contractor shall conduct his operations in such a way as to delay or interfere as l/ttle as practicable with the work of the utility corporation. 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town or any of its representatives, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work as G-C-ii 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 mainta'm 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 euntract term and for six (6) years thereafter. 30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt fi.om the Engineer of notice to begin work, the Contractor will furnish written notice of names of all subcontractors to be employed on the project and the general items of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to be used on the project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blasting near pipes conveying combustible gas No person shall discharge explosives in the ground, nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territow. 'l;he person having direction or control of such work shall give such notice, and further he shall ascertain whether there is within one hundred feet in such street, lxighway or public place, or in the case of a proposed discharge of explosivts within a radius of two hundred feet of such discharge, any pipe of any other person, corporation or municipality conveying combustible gas, and if thereby any such pipe, he shall also give such notice to any other such person, corporation or municipality. Provided, however, that in any emergency involving danger to life, health, or property it shall be lawful to excavate without using explosives if the notices prescribed herein are given as soon as reasonably possible, and to discharge explosives to protect a person or persons fi.om an ~ramediate and substantial danger of death or serious personal injury if such notices are given before any such discharge is undertaken. Any such work shall be performed in such manner as to avoid danger to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. ·) 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 Ordinances 12. Qualifications for Employment 13. Non-Discrimination 14. PaYment of Employees 15. Estimates and Payments 16. Acceptance of Final Payment Constitutes Release 17. Conslruction Reports 18. Inspection and Tests 19. Plans and Specifications: Interpretations 20. Subsurface Conditions Found Different 21. Contractor's Title to Materials 22. Superintendence by Contractor 23. Protection of Work, Persons and Property 24. Representations of Contractor 25. Patent Rights 26. Authority of the Engineer 27. Changes and Alterations 28. Correction of Work 29. Weather Conditions 30. The Owner's Right to Withhold Payments 31. The Owner's Right to Stop Work or Terminate Contract 32. Contractor's Right to Stop Work or Terminate Contract 33. Responsibility for Work 34. Use of Premises and Removal of Debris 35. Suits of Law 36. Power of the Contractor to Act in an Emergency 37. Provisions Required by Law Deemed Inserted 38. Subletting, Successor and Assigns 39. General Municipal Law Clause 40. Grades, Lines, Levels, and Surveys 41. Insurance Requirements 42. Foreign Contractors 43. Lien Law 44. Refusal to Waive Immurdty 45. Exemption from Sales and Use Tax 46. Minority and Women's Business Enterprises/Equal Employment Opportunity, State Revolving Fund } CC- 1 CONDITIONS OF 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 sl'mll 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, 1Lmit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean and include the Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction 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 Contraci shall govern. Extra Work: The term "extra work", as used here'm, 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 dehvered to, or at last known business address of, the person, firm or corporation for Whom intended, or his, their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. Directed, Required, Approved, Acceptable: Whenever they refer to the work or its performance, "directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like import shall imply the direction, r~ulr' ement, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactorf', "in the judgement off, and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgement of the Engineer. 2. SCOPE OF THE WORK The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities and things necessary or proper for, or incidental to, the work contemplated by this Contract as required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed on him by this Contract. CC - 2 CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that the Co, htr.actor 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 f~m the estimated quantifies set forth in the Fonu 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 necessa~ 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 TI~ PROVISIONS OF TI-IlS CONTRACT RELATING TO THE ~ OF PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT. 5. COMMENCEMENT OF WORK The Contractor agrees that he will commence work immediately on and not later than ten (10) days after signing of the Contract. 6. TIME OF COMPLETION The time of completion of the entire contract work shall be THIRTYNINE (39) WEEKS from the date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specified. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. CC - 3 CONDITIONS OF CONTRACT The O~aer 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 work is in force are not chargeable against the specified completion date. 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Hundred Dollars ($100.00) per day which mount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of such default, for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6 - Time of Completion, provided, however, that the Owner shall have the fight to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and without his fault or negligence, including but not restricted to, acts of God or of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion's or fi.eight embargoes, the period herein above specified for completion of his work shall be extended by such time as shall be fixed by the Owner. No such extension of time shall be considered a waiver by the Owner of its right to terminate the Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the Contractor from full responsibility for performance of his obligations hereunder. 9. WEATIt]ER 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 performance 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 Co) Additional or Substitute Bond: If at any tune 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 after notice from 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, obstntcting streets and highways, maintaining signals, storing, handling and use of explosives and all other general ordinances and state statutes affecting him or his employees or his work hereunder in his relations with the Municipality or any other persons, and also all laws, codes, ordinances controlling or limiting the Contractor while engaged in executing the work under the Contract. As a condition of the Contract, the Contractor shall and does hereby agree to comply with ali requirements of the labor laws &the State of New York. The Contractor shall comply with the provisions of Sections 291- 299 of the Executive Law and Civil Rights Law, shall furnish all information and reports deemed necessary by the' State Commission for Human Rights, the Attorney General and the Industrial Commissioner for purposes of investigation to ascertain compliance with such sections of the Executive Law and Civil Rights Law. The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by thc 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 penuitted or required to work more than eight (8) hours in any one (1) calendar day, except in cases of extranrdmary 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 which require ,the payment of the prevailing rate of wages and the eight (8) hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in ~nployment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment. Each person so employed shall furnish satisfactory proof of residence in accordance with 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 further provides that upon the demand of the State Industrial Commissioner, .the Contractor shall furnish a hst of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be pumshable 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 th/ny nor more than ninety days, or both fine and imprisonment. Section 220-A of the Labor Law, as mended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State of any city, county, town or village or other civil division of the state of any sums due on account of a contract for a public improvement, it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every subcontractor to file a certified statement in writing, in satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor, performed upon the work of the Contractor, setting forth therein the names of the persons whose wages are unpaid and the amount due each respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on 'account thereof of the 'sums or sum admitted by any contractor or subcontractor in such statament 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 ~hat 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 f'me and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,12100.00) 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 or,gin, 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 o[ 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 any agreed upon method by the Employee) and not less often than once each week. CC - 7 CONDITIONS OF CONTRACT 15. ESTIMATES & PAYMENTS (a) Monthly: At the end of each calendar month during the progress of the work, the Engineer shall make an approximate estimate of the work satisfactorily done, based upon the prices set forth in the Proposal Form. In consideration of the work done, the Owner will pay or cause to be paid to the Contractor the 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 amount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and against any damages caused the Owner by reason of any failure on the part of the Contractor to fulfill all Conditions anti obligations herein contained. (b) Final Estimate: One month after the completion and acceptance of the work specified and contracted for, the Engineer will make a final estimate of ali the work done.. Thereafter, the Owner will pay the full amount, less prior payments, less any amounts retained to complete the work according to the provisions of the Specifications, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions here'm 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 m-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 original payroll record, subscribed and affirmed as tree 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 f~om all claims and all liabilities to the Contractor for all the things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment, however, final or otherwise, shall operate to CC - 8 CONDITIONS OF CONTRACT release the Contractor or his sureties from any 0bhgations 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 coord'mate the work of the Contractor with work required of, and to be performed by others. The detailed schedule shall include a list of the subcontractors and material suppliers he proposes to use on the work. The Contractor shall furnish the 'Engineer with periodic estimates for partial payments as required elsewhere in the Contract Documents, and in addition thereto will furnish the Engineer with a detailed estimate for final payment. Prior to being eligible to receive the final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. The enumeration of the above reports in no way relieves the Contractor of his .responsibility under existing Federal or State Laws of filing such other reports with agencies as may be required by such existing laws or regulations. 18. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carded on. Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make any tests required by the Engineer and/or required by the Specifications. If at any time before final acceptance of the entire work, the Engineer considers necessary or advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material 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 recoustmction. If, ho~vever, 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 herein provided for the payment of Cost of extra work. The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or equipment shall be subject.to the approval of or designated by the Owner. Satisfactory documentary evidence that the mater/al has passed the required inspection and tests must be famished to the Engineer prior to the incorporation of the material in the work. Any rejected work will be removed from the site of the.project completely at the expense of the Contractor. 19. PLANS AND SPECIFICATIONS: INTERPRETATIONS . The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed and identified by the Engineer. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown in the Plans shall have the same effect as if shown or mentioned in both. In case of any conflict or inconsistency between the Plans and Specifications, the Specifications shall govern. Any discrepancy between the figures and drawings shall be submitted to the Engineer whose decision thereon shall be conclusive. 20. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly investigate the conditions and if he finds that they materially differ fi:om 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 paxticular 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 WORK~ PERSONS AND PROPERTY Precaution shall be exercised at all times for the proper protection of all persons, property and work. The Contractor shall give notice to the o~mers of utilities which may serve the area and request their assistance in predetermining the location and depth of various pipes, conduits, manholes, and other underground facilities. · The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. The Contractor shall furnish entirely at his own expense any and all additional safety measures deemed necessary by the O~mer or his Engineer to adequately safeguard'the traveling public. The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent property .from any damage and shall replace or make good any such damage, loss or injury, unless such be caused directly by errors contained in the Contract Documents, or by the Owner or its duly authorized representatives. The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other signals at his own expense, as will effectively prevent any accident in consequence of his work for which the Owner might be liable. The Contractor shall be liable for all injuries or damage caused by his act or neglect, or that of his employees. The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes, letterboxes, traffic signals or other visible devices maintained for the use of the public. 24. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under this Contract and able to furnish the plant, materials, supplies and/or equipment to be furnished for the work; and Co) 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 obligation.hereunder and without any additional compensation, the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Owner or his Engineer for any loss on account of any infiingement of patent fights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an infringement of a patent. 26. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform work to the satisfaction of the Engineer, at such time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work, shall interpret the Plans, Specifications, Contract Documents and any extra work orders and shall decide all other questions in connection with the work. Upon request, the Engineer shall confirm in writing any oral orders, directions, requirements or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in which the opinion, 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 Owner, upon the Engineers recommendation, reserves the right to make alterations in location, line, grade, plan, form or dimensions of the work, or any part thereof, either before or after the commencement of construction. If such alterations diminish the amount of work to be done, no claim for damages or anticipated profits will be warranted on the work, 'which may be dispensed with. If such alterations increase the amount of work, such increases shall be paid for according to the quantity of work actually done and at the prices for such work as contained in the schedule qfprices. 28. CORRECTION OF WORK All work and all materials whether incorporated into the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Engineer who shall be the final judge of quality, materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good and replaced and/or corrected as the case may be, by the Contractor, at his own expense. 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 his work shall be fi.ce fi.om 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 fi.om any obligations under or upon this Contract or the Performance Bond. 29. WEATHER CONDITIONS In the event of temporary suspension of work or during inclement weather or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury fi.om the weather. If in the opinion of the Engineer any work or material shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to protect his or their work, such work and materials shall be removed and replaced at the expense of the Contractor. 30. THE OWNER'S RIGHT TO WITHHOLD PAYMENTS The Owner may withhold fi.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 fi.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. TIt'F, OWNER'S RIGItT 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 dismissed with/n 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 dihgence as will insure its completion within the periods herein specified (or any duly authorized extension thereof) or shall fail to complete the work within said periods; or (e) The Contractor shall fail to make prompt payments to persons supplying labor or materials for the work; or (f) The Contractor shall fail or refuse to regard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then and in any such event, the Owner, without prejudice to any other fights 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 fight 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';'er the · unpaid balance of the compensation to be paid to the Contractor hereunder. 33. RESPONSIBILITY FOR WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and final acceptance, and that any unfaithful or imperfect work that may become damaged from any cause either by act of commission or omission to properly guard .and protect · 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 immediately on the requirement of the Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection of the work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove any work by the Engineer at or before the time of. partial payment or other estimate shall not be construed to be acceptance of any defective work.' 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (a) To store his apparatus, materials, suppliss and equipment in sgch orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his subcontractors; (b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; (c) Before final payment hereunder to remove al/surplus material, temporary structures, plants of any description and debris of every nature resulting t~om 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 pan/es 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 agaln~t the Owner, the Contractor shall immediately take charge of and defend the same at his oxen cost and expense. 36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY In case of an emergency, which threatens loss or injury to property and/or safety of life, the Contractor will be pemfitted 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 or damage to adjoining property or to the work being accomplished under this Contract, then upon authorization from the Engineer to prevent such threatened injury or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Contractor on account of any such action shall be detenrdned 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 eiLher party the Contract shall be forthwith be physically amended to make such insertion. 38. SUBLETT/NG~ SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assigfi or transfer his interest herein in whole or in part without consent of the other. 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the Bidder or any member, partner, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any tmnsacti0n or contract had with the State, any political subdivision thereof, a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent crlmir~al prosecution or to answer any relevant question concerning such transaction o~ contract, such person, and any firm, partnership, or corporation of whicti he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public Department, agency or official thereof for goods, work or services for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public Deparm~ent, agency or official thereof on or after the first day of July, 1959, by such person, and by any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or tennination 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 having the damaged controls verified, checked, corrected or replaced. CC - 16 CONDITIONS OF CONTRACT 41. INSURANCE REQUIREMENTS The Contractor shall not commence work until the To~m has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold from and against all losses and all claims; demands, payments, suits, actions, recoveries and judgments of every kind or nature, brought or recovered against the Town of Southold by reason of any act or omission of the Contractor, his agent or employees in the performance of the Contract. The Contractor shall not permit any subcontractor to commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. 42. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the performance of this work. The certificate of the New York State Tax Comrrdssion to the effect that all taxes have been paid by the foreign contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws ora state other than the State of New York. 43. LIEN LAW Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. 44. REFUSAL TO WAIVE IMMUNITY Pursuant to the provisions of Section 103-A of the General Man/cipal Law, in the event that the bidder or any member, partner, director or officer of the bidder, should refuse when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the State or of any political subdivision thereof or of an authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership or corporation of which he is a member, partner, firm director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards f~om or entering into any contracts with any municipal corporation or any public department, agency, or official thereof, for goods, work or services, for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public department, agency, or official thereof on or after the first day of July, 1959, by such person and any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or tenninated by the municipal corporation without CC- 17 CONDITIONS OF CONTRACT incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 45. EXEMPTION FROM SALES AND USE TAXES In' accordance with Chapter 513 of the laws of 1974 adopted by the New York State Legislature, amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political subdivisions, as described in subdivision (a) paragraph CL) of section I 116 of the tax laws, of the State of New York are exempt from the payment of sales and use taxes imposed on tangible personal property within the limitations specified in tax law 1115 (a) (15) and (16). (15) Tangible personal property sold to a contractor, subcontractor'or repairman for use in erecting a structure or building of an organization described in subdivision (a) of section 1116, or adding to, altering or improving real property, property or land of such an organization, as the terms 'real property, property and land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. (16) Tangible personal property sold to a contractor or repairman for use in maintaining, servicing or repairing real property, or land of an organization described in subdivision (a) of section 1116, as the terms real property, property or land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. Contractors entering into Contract with the Town of Southold shall be exempt from payment of sales and use tax as described above. Procedures and forms are available to the Contractor direct from the Instmctious 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 AND 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 potions 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 CDWSRF) 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 MBE/WBE-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 Utihzafion 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 withholding of progress payments shall not relieve the Contractor of any requirements of the contract documents including the completi°n 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 o f Execution NOTE: Purchase orders must be accompanied bycopies 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 tirae and any construction sequence requirement of the contract. SUPPLY POLICY Contractors shall receive credit for the use oflV~E/WBE suppliers as follows: Suppliers receive 25 percent credit if they only provide supplies,' and do not manufacture or fabricate them. Suppliers receive 100 perceht 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 "Commercially useful functions" normally include: l.) 2.) 3.) Providing technical assistance to a purchaser prior to a purchase, during installation, and after the supplies 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 t~or 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%) lim/t for supplies, or a combination of the two. Only NYS Certified Minority/Women Business Enterprises may be utilized for MBE/WBE Program cred/ting purposes. Contractors must ensure that firms proposed for IvlBE/WBE participation are NYS Certified with the New York Empire State Development Corporation, Omni Management Plaza, and located 30 South Pearl Street, Albany, New York. Please be advised that there is no fast tracking system-under the NYS MBE/WBE Certification Program for approving finns 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 actior~ to utilize at least 10% minority employees and at least 10% female employees in the workforce(s) associated with the Constmction 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-~onstruction meetings to allow for the NYS Environmental Facilities Corporation officials' attendance and review MBE/W'BE compliance requirements. Failure to meet the provisions for this notice may be grounds for rescheduling the meeting. CC - 20 Town of South·Id 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 La~v. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional insured, to be on file in the Town Clerk's Office. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. [] Bidder's Qualification Statement. Please do NOT sign the ContraCt Agreement. It ~s included only for ; NOTE: informational purposes, and will be signed by the successful bidder after, award of the .contract. .,;.: Proposal Package 2 of 22 Town of South·Id 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!l! Thank you ! Propos~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 Laxv. A Bid. Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional insured, to be on file in the Town Clerk's Office. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Cont~bt A~re~ment. It is included only for : informational purposes, and will be signed by the successful bidder after, award of the qontract. ,-:* Proposal Package 2 of 22 ENDOR NAME: " VENDOR INFORMATION SHEET TYPE OF ENTiTY:CORP. /'( PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY #: //d, DATE OF ORGANIZATION: ~F ^PPUCABLE: DATE FreD: ST^TE F~LEO: If a non-publicly owned Corporation:,...., CORPORATION N~E: ~//-,e;. 2"/~;~ ~//~'~ LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME. ~,-~ LIST PARTNERS NAM/ Proposal Package 3 of 22 ADDRESS RECORD FORM ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: 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 NANm: ff 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 persofl 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 an3' such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other rounicipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL AUTHO~ BIDDER. ~ SIGNATURE 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. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My f'n'm 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 ail members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The per~n signing this bid, under the penalties of perjury, affirms the troth ~ereof. Type Name & Company Position Comp Na.m Date Signed Feder~ I.D. Number NOTARY: ~ DAYOF ,~'~t'"}~ [ ,20F ............. JANICE HELMER Notary Public, State of New Ym~ No O1 HE5052452 Qualified i~ Suffolk County Proposal Package 6 of 22 PROPOSAL FORM TRANSFER STATION AND RESIDENTIAL DROP-OFF DESIGN The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. / Dated , Proposal Package 7 of 22 TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT A- GENERAL CONSTRUCTION Itemized Proposal for: Town of Southold LKMA ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AM~[INT BiD NO, (Fill in Unit Price Written in Words) QUANTITY / I General Conditions and Mobilization I LS / Ior. ILS Dollars Cents 1. The lump sum pdce bid under Payment Item ~ shall include supervision and rnanagement, on-going project-rela~t[~l~er( d expenses, insurances, bondlng, labor, matedals, equipment, and incidentals necessary to mobilize to the construction site, meet all ot the eneral requirements set torth under Division t, comply with all conditions sel fodh in the Conditions of Contract and General Conditions of the/~ontract and demobilize from the construction site upon successful completion of the project. / 2. Payment [or this item will be made in two (2) payments; a. Fifty Percent (50%) upon pomplete mobilization to the site. b. Twenty Five Percent (25%) upon second partial payment request. c. Twenty Five PercenI (25%) upon successful completion and acceptance o[ ~he project 2 Site Demolition- Pavement Surfaces i 184,000 i SF / Dollars Cents I 3 Site Demolition - Concrete 1/ LS 4 Site Demolition - Buildings & S~ctures I LS / 5 Site D/olition - Site Features 1 LS / m ateri~~/t° s atisfac,o dly remove the existing transfer station features necessa~' to cor~plete the proposed CONTINUED ON NEXT PAGE Proposal Package 8 of 22 TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY · CONTRACT A- GENERAL CONSTRUCTION Itemized Proposal for: Town of Southold LKMA Project No. ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BiD EXTENDED AMOUN/~'BID NO. (Fill in Unit Pr[ce Written in Words} QUANTITY / 6 Building Relocation - Administration Building I LS / / for__ ____/LS / Dollars Cents 1. Measuremenl and Payment: Tee Contractor shall receive the lump sum unit price for Relocabon ct the Existing;~I~f~nBgu~dnAdmini Iron Building Including site prep, Anchoring System, Wooden Ramps, Stairs, Insulated Skirting Walls, Underground LP Gas Tanks, and the Mo lar Lifling and Relocation ct the building to its new location as specified, and shown on the Contract Drawings and approved by the Engineersr. / 2. All costs associated with disconnect,on of utilifies, demolifion ct any structures, miscellaneous demolibon, excaved~uS~i~.?nand removal, disposal fees, all labor, rnatsdais, equipment and incidentals necessary to satistactodly remove the existing transfer slafion fe urns necessary to complete the relocation of the administration building according to the plans, specifications and/or as directed by the Engin the price bid fOr this item. 7 Building Relocation - Scalehouse Building I LS / for____/LS Dollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum unit pdce for Relocation f.the Existing Scalehouse Building Including site prop, Ancheqng Syslem, Installation of Steel Angles to Frame, Expansion Bolts to Foundation , and the Modular Lifting and Relocation of the Building to its N~w Location as Specified, and Shown on the Contract Drawings and approved b e Engineer. 2. All costs associated with disconnection of utilities, demolition ct any structures, miscellane s demolition, excavation and removal, disposal fees, all laboh materials, equipment and incidentsls necessary to satistactorily remove ~he e ' ling transter station features necessa~, to complete the relocation of the scalehouse building according to [he plans, specifications and/or a r shall be includeq in the pdce bid for this Item. 8 Bite Excavation & Grading 188,000 /F for. /SF / Dollars Cents 1. Measurement and Payment: The Contractor shall receive the unitii!~bid 'ce for each square IDOl of Site Excavation and Grading Restoration performed as specified, shown on the Contract Drawings and as app ed by the Engineer. 2. Alt costs assoc~atsd with layout, earthwork, compac[ion, all labor, aterials, equipment and incidentals necessary to sassfactedly complain the work according to the plans, specifications and/or as directed by t~ Engineer shall be included in the unit price bid for this Item. 9 Proposed Site Sanitary Systems / 3 EA for_ ~ Dollars 1. Measuremenl and Payment: The Contractor Sh Receive the Unil Bid Price for Each Sanitary System Installed as specified, and shown on the bu[Iding.C°ntract Drawings, and as approved by ~the En ' ear. Including all piping associated with the system up until the cast iron wasteline 5' from the 2. All COSts associated with layout, earthwor , compaction, all labor, materials, equipment and incidentals necessary to satisfactorily complete the work according m the ptans specgicafio directed by the Engineer shall be included in the unit pdce bid for this item. Road System - Recycled Co'crete Aggregate F 10 Subbase ~l~t~r'ial 124,700 S Dollars Cents 1. Maas II receive the unit price per S~uare Foot ol Recycled Concrete Aggregate (RCA) Subbase Material installed and m ureq by sur~ey, as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All cosls associate 'Ih stakeout, finegrading, compaction, subbase preparation, RCA, all labor, materials, equipment and incidentals 11 Road Sy./~m - Type 3 Asphalt Binder Course 124,700 SF / for/~ ~/SF 1.~ec~'au~mme~)a~Me surement and Payment: The Contractor shall receive the unit bid pdce for each square toot of asphalt paving type 3 asphall binder course install and measured at the finished asphalt surface as shown on the Contract Drawings and as approved by the Engineer. 2. AI~ costs associaled with layout, proofrolling of RCA asphalt, milling, transitions, all labor, materials, equipment and incidentals necessa~j to satisfactorily complete the work according th the plans, specifications and/or as directed by the Engineer shall be included in the unit bfiCe bid for this item. CONTINUED ON NEXT PAGE Proposal Package 9 of 22 TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT A- GENERAL CONSTRUCTION Itemized Proposal for: Town of Sou[hold iTEM I DESCRIPTION OF ITEM ~ ESTIMATEI1 UNIT UNiT PRICE BID EXTENDE~MOUNT BID NO, (Fill in Unit Price Written in Words) QUANTITY i 12 Road System - Type 6F Asphalt Top Course 135,700 SF / for /SF Dollars Cents 1. MeasurementandPayment:TheC~ntracrbrsha~receivetheunitb~dpriceforeachsquarefo~t~fasphait/~avingty~e6Faspha~tt~pcourse installed and measured at the finished asphalt sudace as shown on the Contract Drawings and as approve y the Engineer. 2. All costs associated with layout, proofrolling of RCA asphalt, milling, transitions, all labor, materials, ipment and incidentals necessary to th~sSatisfact°dlYltem, complete the work according to the plans, specifications arid/or as directed by the Engtne~rn~shar~ be included in the unit pdce bid 13 Site Concrete. Curb System 5,900 LF / for_ /LF Dollars Cents / 1. Measurement and Payment: The Contractor shall receive the unit bid priCe!neg~!~ifor ea linear toot of Concrete Curbs installed and measured along the top of curb as shown on the Contract Drawings and as approved by the Engine . 2. All costs assoclated wl~h layout, earthwork, forms, hardware, all labor, mated , equipment and incidentsls necessary to sedsfactodly complete the work according to the plans, specifications and/or as directed by the Engin~Z shall be included in the unit price bid for this item. 14 Site Concrete - 4" Sidewalk 6,8/1.~ SF for /SF / Dollars Cents 1. Measuremenland Payment: The Contractor shall receive th!~ unit bid pdce for each square foot of 4' thick concrele walkway installed in designated locations, and measured, as shown on the Contra Drawings and as approved by the Engineer. 2. All costs associated with layout, formwork, earthwork, all bor, materials, splices, equipment and incidentsls necessary to satistactedly complete the work according to the plans, specifications and/or as d~cted by the Engineer shall be included in the unit pdce bid for this Item. 15 Site Concrete - 6" Reinforced Concrete~ab 1,725 SF Dollars Cents / 1. Measurement and Payment: The Contr~or shall receive the unit bid pnce for each square loot of 6" thick reinforced concrete stab installed in designated Iocafions, and measured, as s own on the Contract Drawings and as apprOVed by the Engineer. ' 2. All costs associated with layout, fo ork, ea~hwork, ali labor, materials, splices, equipment and incidentals necessary to satisfactorily complete the work according to the plans, specif~e'ations and/or as direCted by the Engineer shall be included in the unit pdce bid for this Item. 16 Site Concrete - 8" Reinf/q~ed Concrete Slab 2,800 SF for /SF Dollars / Cents 1. Measurement~,c~Tru~iand P ant: The Contractor shall receive the unit bid pdce for each square foot of 8' thick reinforced concrete slab installed in designated tocations, d measured, as shown on the Contract Drawings and as approved by the Engineer. 2. All costs associ d with la~u~, lo.work, earthwork, all labor, materials, splices, equipment and incidentals neCessary to sati~tsctor[ly compleh Site Cc~-4~ete - 10" Reinforced Concrete Slab 2,160 SF 17 /SF Dollars Cents 1..~leasurement and Payment: The Contractor shall receive the umt bd phce for each square foot of t0' thick reinforced concrete slab installed in /~eSi!d ignated locations, and measured, as shown on the Contract Drawings and as approved by the Engineer. . AIl costs associated wlth layout, formwork, earthwork, ail labor, matedals, splices, eduipment aed incidentals necessary to satisfactedly complets ork according to the plans, specitications and/or as directed by the Engineer shall be included in the unit pdce bid for this item. CONTINUED ON NEXT PAGE Proposal Package 10 of 22 TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT A- GENERAL CONSTRUCTION Itemized Proposal for: Town of Southold LKMA Projet:t No, 04-050. ITEM DESCRIPTION OFITEM ESTIMATED UNIT UNIT PRICE BID EXTENDF~ AMOUNT BID NO. (FiX in Unit Price Written tn Words) QUANTITY 18 Site Concrete - 10. Reinforced Concrete Slab 14,6(30 SF / with Surface Hardener for /SF 1. Measurement and Payment: The Contractor sha~l receive the unit did price for each square foot el 10' th' reinforced concrete slab wdh surface hardener installed in designated locations, and measured, as shown on the Contract Drawings and as a eyed by the Engineer. 2. All costs associated w~th layout, formwork, earthwork, ail labor, matedals, splices, equipment and inc' entals necessary Id satisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shall be included in t unit pdce bid for this Item. 19 Site Concrete - Reinforced Structural 720 CY for /CY Dollars Cents 1. Measurement and Payment: The Contractor shall receive the unit bid pdce for eachhc~bc ic yard el reinforced structural concrete installed, at the new Administration building, Weight Facility and Scales, Transfer Station, Home Excha~e Facility and Ex~edor Waste Bin areas, as Iield measured, as shown on the Contract Drawings and as approved by the Engineer./ 2. All costs associated with layout, fon~nwork, earthwork, placement, finishing, insta~t~,~i~tion of steel reinlorcemenI, all labor, materials, equipment an¢ incidentals necessary to satisfactorily complete the work according to the plans, s cifications and/or as directed by the Engineer shall be included in the unit price bid for this Item. 20 Site Concrete -Precast Block Retaining Wall 400/ EA for /EA Dollars Cents t. Measurement and Payment: The Contractor shall receive~ha~owthe u bid price for each precast block retaining wall section delivered and installed at the scalehouse as shown on the Contract Drawings and as ap eyed by the Engineer. Including all supporting materials such as RCA Ease, Drainage Pipe, Subangular Stone (furnished by Owner) and con~ections to stormwater system. 2. All cosls associated with stakeout, grading, compaction.~i~.~p{abn~sS,es base preparation, installation, all ~abor. materials, edu[pment and thcidentats necessary to satisfactorily comptate the work according to th ptans, sqecificat~ons and/or as dlrectad by the Engtheer shall be included in the unit pdce bid tor this Item. 21 Building Structures - Transfer Statio/~ 20,400 SF for / /SF Dollars Cents / 1. Measurement and Payment: The Cordrac~ r shall receive the unit bid price for each square foot of Pre-engineered building constructed, including all internal structures and systems cluding but not limited to, internal and exterior doom, 2- t 5'X20' rollup doors, snow/ice fence, and roof drains, as shown on the Contract Drawin and as approved by the Engineer. 2. All costs associated with stakeout, · avation, grading, compacbon, subbese preparation, construction, erection of building, finishing of interior structures, all laeor, matena[Sr equip nt and incidentals necessary to satJsfactbely complete the fabrication of the transfer station work accon:ling to Ihe plans, specifications and/or as~irscted by the Engineer shall be included in the unit pdce bid Ior this Item. 22 Building Structure/Home Exchange 480 SF for~SF Dollars Cents 1. Measurement and ayment: The Contractor shall receive the unit bid price for each square foot el pre-engineered building constructed, including all extedor nd interior structures and systems specified, as shown on the Contract Drawings and as approved by the Engineer. 2. All costs assoc' ted with stakeout, excavation, grading, compaction, subbase preparation, construction, erection of building, finishing et intetior structure ntals necessary to satisfactorily complete the fabrication of the home exchange building work according to t~plans~ations and/or as directed by the Engineer shall be included in the unit pr[ce bid for this {[em. 23 B~t/ding Structures - Attendant Booth I LS 1. easuremenl and Payment; The Contractor shall recek, e the lump sum bid pdce to install a pre-engineered building. This item will include all uti ' les and anchoring of the structure in its proper location, including all extedor and interior structures, all mechanical and electrical systems shown on the Contract Drawings and as approved by the Engineer. ~...,All costs, associated with stakeout, excavation, grading, compaction, sulObase preda r~tion, concrete prep, consln~ction, se[ting of building, all labor, materials, equipment and incidentals necessa~, to satisfactorily complete the installation of the Atlendants booth work in according to the plans, sqec~ficat~ons and/or as directed by the Engineer shall be included in Ihe unit pdce Did for this Item. CONTINUED ON NEXT PAGE Proposal Package 11 of 22 TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT A- GENERAL CONSTRUCTION Itemized for: Town of Southold LKMA Project No. 04-050. ITEM DESCRIPTION OF~TEM -~STIMATE~} UNIT UNIT PRICE BID EXTENDED AMOUNT/BiD NO, (Fill in Unit Price Written in Words) QUANTITY 24 500 Gallon Double Wall Above Ground Waste Oil i LS Tank- Complete for /LS Dollars Cents 1. Measurement and Payment. The Contractor shall receive the lump sum bid price to ffistall a pre-engineeredF~doubl all above ground waste oil tank. This item v,41[ include all utilities, concrete slab installation, arid anchoring of ~e structure i~ its proper location, i tallation of prefabricated steps, all mecbenicaJ and electrical systems specified on the construction drawings to meet SCHDS regulation, an as approved by the Engineer. 2 All costs associated with stakeout, excavation, grading, compaction, subbase preparation, concrete prep, con ruction, anchoring of tank in place, all required safety equipment, all tees associated with inspection by SCDHS, and all labor, materials, eq~'pmenf and incidentals necessary to satistactorily complete the inslallation el the 500 gallon double wail above ground waste pit lank work in acco ing to the plans, specifications and/or as directed by the Engineer shall be included in the unit pdce bid for this Item. ~ing to the p Site Drainage- Structures, Rings, Inlet Boxes, I LS 28 Covers and Grates :~j rbMi~l :!i:~nai:Pr aa Yin: se ~ :n dT ~er a tC:°~!~Scst~or wS: i~: ~r~ cltU~rPa ~s .un: s ~ nddP: sc dn ~ai ~neaegre st~ctures' rings' tOps' fOOtings' 2. All costs associated with layout, earthwork, excavation, backfilling, compaction,conj~con ctions, parging, ali tabor, materials, equipment and :nncti~e~nutrai,~n;cc2~.s,(~.toh..~s~ali:tma~,O rt ,y comp,eta the work according to the plans, sp ~n°snaS ~?:s directed by the Engineer shatl be inctuded 26 Site Drainage- 18" Diameter HOPE Corrugated 1,600 LF Drainage Pipe / for /LF Dollars Cents 1. Measurement and Payment: The Contractor shall receive the unit ,d prtce for each linear fool of 1E' diameter HOPE stormwater pipe - tnaC°rrugatedEngineer.eXrtert°r and smooth intedor installed and measured~ialo the centetiine of pipe as shown on the Contract Drawings and as approved by 2. All costs associated with layout, earlhwOrk, connections, p lng, all labor, materials, equipment and incidentals necessary to satisfactorily completa the work accoraffig to Ihs plans, specifications a ted by the E ngtheer shall be ir~cluded in the unit price bid tot this Item. 27 Site $ignage / I LS /s Dollars Cents 1. Measurement and Payment: The~s,C~inr tacratT~a;COntracto shall receive the lump sum bid price to *nstall all roadway signs, stop signs, speed regulatory signs, main entrance sign. information signs, directi a~ signs, custom signs and any miscellaneous signs as shown on the Contract Drawings and as approved by the Engineer. 2. All costs assccia~ed with layout, ear~h)~r~aork, fabrication, shipping, installation, all labor, materials, equipment and incidentals necessary to satisfactorily complete the work accordi to the plans, specifications and/or as directed by the Engineer shall be included in the unil price bid for 28 Line striplng/4" Wide 13,000 LF for/ /LF Dollars / Cents 1. Measurement and P ant: Pavement stdping will be measured in linear feet along the cen~effine of the pavemenl strtpe and shall Pe based on a 4-inch w~de stnbe, asurement for stdping with a plan width greater or leSS than basic 4 inches as shown on the plans or as directed by the Engineer will be mad by the following method: ii Plan Width of Stdoina linchesl x Linear Feet 4 inches Note: The unit II layout and maintena~ce/protaclion of traffic during installation. 29 Site Fencing - 6' High Vinyl Coated Galvanized LF Chsln Link Fence and Gates 1,025 for Dollars Cents /LF f. Measurement and Payment: The Conlractor shall receive the unit bid prtce for each Ithear thor of $ High Btack vinyl chain link fencing with 32' double swing gate installed and measured as shown on the Contracl Drawings and as approved by the Engineer. 2. Ail costs associated with layout, ea~hwOrk, footings, hardware, all labor, materials, splices, equipmen~ and incidentals necessary to salisfactortlY complete the work according to the plans, specifications and/or as directaci by the Engineer shall be mcluqed in the unit price bid lot this Item. CONTINUED ON NEXT PAGE Prol~osal PacKage 12, 22 TRANSFEr STATION AND FIE$1DENTIAL DrOP-OFF FAOILITY CONTRACT A- GENERAL OONSTFIUOTION itemized Proposal for: Town of Southold LKMA 04-050. DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMO[JNT BID ITEM NO. (Fill in Unit Price Written in Words) QUANTITY Site Fencing. 4, High Vinyl Coated Galvanized 530 LF // 30 Chain Link Fence / for_ /LF / Dollars Cents ~ 1. Me~suremenIandPaymeut:TheC~ntract~rsha~receiv~theun~tbidpncef~reach~inearf~ot~f4'HighB~ac vinylchainlinkfencingwith hardware installed and measured as shown on the Contract Drawings and as approved by the Engineer. 2. All costs associaled with layout, earthwork, tootings, hardware, alt labor, materials, splices, equipment an ~ncidentals necessary to satisfactoril complete the wor~ according to the plans, specifications and/or as directed by the Engineer shall be inclu it price b~d for this Item. 31 Topsoil 94,500 SF / for. -- _/SF Dollars Cents / 1. Measurement and Payment: The Contractor shall receive the unri bid price for each equar~fool gl topsoil, graaed and prepared for hydroseeding as specified, and measured by survey, AS shoWn on the Contract Drawings and as approv~ by the Engineer. 2. The unit bid shall include all tees to amend soil with the town provided compost tomaJ~ atops ilprod~ma a topsoil product, transportation fees. any miscellaneous fine grading required, laboratory testing of the material, any fertilizer or lime required to~m er tdthe°SoilPHo r to hydroseedi.g, scarfing of soil pdor to placement gl hydroseeqing and all labor, materials, equipment and incidentals nece ary to satisfactorily complete the work according Io the plans, 32 Hydroseeding 94,500/ SF / for /SF 33 Site Landscaping- Trees and Shrubs / 57 EA Proposed Scale System- Weigl~ridge Furnished EA 34 and Inst~-- . 2 for __ lEA 35 6" Bollard/Steel Supports & 20' High Pole I LS / ~i '~i~c~ts associated with layout, excavat;on, backfilling, concrete, hardware painting, and all labor, materials, equipment and incidentals CONTINUED ON NEXT PAGE Proposal Package 13 of 22 TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT A- GENERAL CONSTRUCTION Itemized Proposal for: Town of Southold LKMA Project Not 04-050. ITEM DESCRIPTION OF iTEM ESTIMATED UNIT UNiT PRICE BID EXTENDED AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY ..' 36 Steel Stairs & Railing I LS for /LS Dollars Cents 1. Measurement and Payment: The Contractor shal~ receive the lump sum bid p~ce to install the steellem~ .~tna~rsS ~shshStairs o e interior el the transfer station as well as between the fuel dispensing system and main parking area. Inciuded in this item are all steel railings shown on the Contract Drawings and as approved by the Engineer. - 2. Alt costs associated wrih layout, excavation, backfilling, concrete posts, welding, hardware, painting,~ecalel ~a~d all labor, materials, equipment and incidentals necessary to sabstactorily complete the work according to the plans, specifications and/or a irected by the Engineer shall be included in the unit price bid for this Item. 37 Radiation Detection System 1 LS / / for /LS Dollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum bkl price, to,to mished and install the reqiatJon detection system as shown on the Contract Drawings and as approved by the Engineer. 2. All coals associated with excavation and backfilling, e~rthwork, conduit, conduct , delivery, installation, inspections, calibration, scalehouse staff training, hardware both mechanical and electdc components as per speciticati ns, all labor, materials, equipment and incider~tals necessary to satisfacldoly complete the work according to the plans, specifications and/or as d' ecteq by the Engineer shall be included in the unit price b~d for 38 Methane Detection System 1 / LS for /LS / Dollars Cents 1. Measurement and Payment: The Contractor shall receiVe~r snot~the I p sum bid price to furnish and install the methane detection system within the scalehouse and integrated with the e~aust system as shown on e Contract Drawings and as approved by the Engineer. 2. All costs associated w~th conduit installation, delivery, date or and panel installation, inspections, calibCation, exhaust fan insl;~[lation, vents, hardware both mechanical and electric components as per s cilications, all labor, rnatedats, equipment and incidentals necessary to sat~sfactedly complete the work according to Ihe plans, specifications a~r as directed by the Engineer shall be included in ~he unit price bid for this Item. 39 Scale Video Monitoring System/ I LS / for -- /LS Dollars Cents I. Measurement and Payment: The Dontra r shall receive the lump sum bi{l price to furnished and install a four camera video mon~tedng system as shown on the Contract Drawings and as ppmved by the Englneer. 2. AIl costs associated with conduit ins ation, de~ivery, camera installation, video recorder installation, monitors, power supply, adjustments, hardware, conduits, conductors and all er etsctdc components as per specifications, all labor, materials, equipment and incidentals necessary to ' 40 th[ssatisfactedlYltem, completeGas theventWOrk~iiacco ' g to the plans, specifications and/or1 as directedLs by the Engineer shall be included in the unit price bid for / Dollars Cents 1. Measurement and Pa ant: The Contractor shall receive the lump sum bid price to perfonm the gas vent modifications as shown on the Contract Drawings and ecifications and as spprovsci by the Engineer. 2. All costs associate with layout, earthwork, excavation, backfilting, piping, drilling, all labor, matadais, equipment and incidentals necessary to thisSat~sfactdoiYltem, comple~the work according to the plans, specifications and/or as directed by the Engineer shall be included in the ~nit pdce b~d tor 41 DemOtic Water Service - Complete 1 LS / for/Dollars Cents /LS 1. Moas foment and Payment: The Contractor shall receive the lump sum bid price to install a domestic water service as shown on the Contract Drawing and speciflcations and as approved by the Engineer. CONTINUED ON NEXT PAGE Proposal Package ~ 4 of 22 TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT A- GENERAL CONSTRUCTION Itemized Proposal for: Town of Southold LKMA ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTF_~)ED AMOUNT BID NO. (Fill in Unit Price Written in Words} QUANTITY / 42 Fire Suppression Water Well and Fire i LS J Suppression Equipment- Complete / / 43 Fuel Dispensing System- Complete 1 /~ for /LS / 6" Crushed Stone Pavement with Ne/n- · . ~-" 3,500 SF 44 Woven F~lter Fabric . / Dollars Cents 45 Conrete C~Stop 21 EA for __~/ __ /EA Dollars / Cents TOTAL / Dollars Cents / / WRITTEN 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 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 ESTIMATEn UNIT UNIT PRICE BID t~X~ENDED AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY A1 Modified Domestic Water Service 3" SDR 9 HDPE I LS for /LF Dollars Cents Drawings121 ~1~ii ~ sesr i c~ i t~ ~ awi tY~h i ~ io~i.ee~ ~ ~ ~i tkl r$~hc~i~tl i ~i. Vbeatchk~il[,inn~i i~ustn~ll ba it i~ ~ do~er ~ ~ ~ ~ ~,~i~!i i (c3~itd~ rs t~iebr Vu~enab~i ¢1 ~ i a°~i c~[~i~r i~ il).and specifications and as approved by the Engineer. · ~lin~ c~ ~ ~ab? :; em a~tnegriinaloS~.esqhU ialPl~:r~ tn ca,~ ~dCl dn; ~ tea lush ir~ peC~ec.~ ~ ~3i~ tfOo rSt~l~i: f i~eCtmO ! ly com~fl .< rk accord,rig to the plans, specifications and/or as A2 Metal Canopy A 1.500 ? SF for /SF Dollars Cents 1. Measurement and Payment: The Contractor shall receive thehe uni~uni id pdce for each square loot of metal canopy A as specified, shown on the Contract Drawings and as approved by the Engineer. 2. AI~ costs associated with layout, formwork, earthwork,~ ~a ~'oOnn;Com 'on,, fabrication and all labor, matedals, equipment and incidentals necessary to satisfactorily complete the work according to the plans, speci atjons and/or as directed by the Engineer shall be included in the unit pdce bid thr this Item. , / A3 Metal Canopy B 2,700 SF Dollars Cent~ 1. Measurement and Payment:~i.e~~The Con ctor shall receive the unit bid pdce lot each square foot of metal canopy b as specified, shown on the Contract Drawings and as approved b he Engineer. · 2. All costs associated with layout. I work. earthwork, compaction, fabrication and all tabor, matedaJs, equipment and incidentals necessary to satisfactorily complete the work ~ording to the plans, specifications and/or as directed by the Engineer shall be included in the unit pdce bid for this Item. TOTAL ~Q~ Cents WRI'I-~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 LKMA Project No. 04-050. ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT NO. (Fill in Unit Price Written in Words) QUANTITY BID I General Conditions and, Mobilization 1 Dollars ~O Cents 1. The lump sum price bid under Payment Item 1 shall include supewision and management, on-going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals necessa~ to mobilize to the construction site, meet all of the general requirements set fo~h under Division ~, comply with all conditions set foAh in the Conditions of Contract and General Conditions of the Contract and demobilize from the construction site upon successful completion of the project. 2. Payment for this item will be made in ~o (2) payments; a. Fif~ Percent {50%) upon complete mobilization to the site. b. Twenty Five Percent (25%) upon second pa~ial payment request. c. Twanty Five Percent (25%) upon successful completion and acceptance of the project, 2 Proposed Water Service Connection at Main 1 Dollars ~u Cents 1, Measurement and Payment: The Contractor shall receive the lump sumprice to hook up the main water se~ice at the SCWA main as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with insulation of water meter, SCWA tap fees, RPZ vault setup, copper piping, heat tracing, all labor, materials, equipment and incidentals necessa~ to satisfactorily complete the work according to the plans, specifications ancot as directed by the Engineer shall be included in the price bid for this Item. 3 Interior Plumbing-Transfer Station I L~ for ~i~ ~1~3 I~ Dollars ~OCents 1. Measurement and Payment: The Contractor shall receive the lump sum price to hook up all interior plumbing within the transfer station as specified, and shown on the Contract Drawings and approved by the Engineer. 2. A~i costs associated with installation of bathroom figures, water main hookups, sanita~ system connection and hookups, hose bib, copper piping, all labor, materials, equipment and incidentals necessa~ to satisfactorily complete the work according to the plans, specifications an~or as directed by the Engineer shall be included in the pdce bid for this Item. 4 Interior Plumbing- Administration Building I L~ Dollam /o Cents 1. Measurement And Payment: The Contractor shall receive the lump sum pdce to hook up all interior plumbing within the administration building as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs ass~iated with water main hookups, sanita~ system connection and hookups, hose bib, copper piping, heat tracing, all labor, materials, equipment and incidentals necessa~ to satisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shell be included in the price 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 LKMA Project No. 04-050. ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT NO. (Fill in Unit Price Written in Words) QUANTITY BID 5 Interior Plumbing- Weigh Facility ~ I I.~,~' Dollars ~ Cents 1. Measurement and Payment: The Contractor shall receive the lump sum price to hook up all interior plumbing within the weigh facili~ as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs ass~iated with water main hookups, senita~ system connection and hookups, hose bib, copper piping, heat tracing, all labor, materials, equipment and incidentals necessa~ 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. 6 Interior Plumbing- Employee Trailer I L~ Dollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum price to hook up all interior plumbing within the employee trailer as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with sanita~ system connection and modifications and hookups, ali labor, materials, equipment and incidentals necessa~ to satisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shell be included in the price bid for this Item. 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 18 of 22 TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT D- ELECTRICAL CONSTRUCTION Itemized Proposal for: Town of Southold LKMA Project No. 04-050. ITEM I DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT NO. (Fill in Unit Price Written in Words) QUANTITY BID I General Conditions and Mobilization I LS for /LS . Dollars Cents , 1. The lump sum price bid under Payment Item 1 shall include supervision and management, on-going project-rer~t'ed expenses, insurances, bonding, labor, materials, equipment, and incidentals necessary to mobilize to the construction site, ~Yeet all of the general requirements set forth under Division 1 and Division 16, comply with all conditions set forth in the Conditions of/~ontract and General Conditiqns of the Contract and demobilize from the construction site upon successful completion of the projec/ff 2. Payment for this item will be made in two (2) payments; a. Fifty Percent (50%) upon complete mobilization to the site. b. Twenty Five Percent (25%) upon second partial payment request. c. Twenty Five Percent (25%) upon successful completion and acceptance of the project. 2 Proposed 600Amp Electric Service I LS / Dollars ' Cents ,/ 1. Measurement and Payment: The Contractor shall receive the lump sum price to ho~kZup a new 600 Amp service to the site as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with electric conduit runs, wires, panel insulations, terminat~ns, and tie in to LIPA service, and all labor, materials, equipment and incidentals necessary to satisfactorily complete the wor/~'according to the plans, specifications and/or as directed by the Engineer shall be included in the price bid for this Item. 3 Transfer Station - Interior Electric I /~ / LS for /LS/' Dollars Cents 1. Measurement and Payment: The Contractor shall receive t~ lump sum price to hook up all the intedor electric within the transfer station as specified, and shown on the Contract Drawirlgs a~.d'approved by the Engineer. 2. All costs associated with electric conduit, wires, conne~ions to electric doors openers, fire suppression system, interior lighting, receptacles, outlets, and emergency lighting, and all lab?f, materials, equipment and incidentals necessary to satisfactorily complete the work according to the plans, specifications andes directed by the Engineer shall be included in the price bid for this Item. 4 Weigh Facility Electric//// 1 LS for / /LS Dollars /' Cents 1. Measurement and Payme~ The Contractor shaft receive the lump sum price to hook up all electric within the weigh facility as specified, and shown on the-Contract Drawings and approved by the Engineer. 2. All costs associated wi~ electric conduit runs and spare runs, wires, provide new service runs, tie into radiation detection system, methane detection sy;~?~, 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 AND RESIDENTIAL DROP-OFF FACILITY ,.' CONTRACT D- ELECTRICAL CONSTRUCTION Itemized Proposal for: Town of Southold LKMA ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTE/N'I~ED AMOUNT NO. (Fill in Unit Price Written in Words) QUANTITY J BID 5 Administration Building Electric I LS for /LS Dollars Cents / 1. Measurement and Payment: The Contractor shall receive the lump sum pdce to hook up al/V'electric within the administratioo building as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with electric conduit runs, wires, provide new service runs, and s,~re conduits, connection to mains and all labor, materials, equipment and incidentals necessary to satisfactorily complete the wor/k'according to the plans, specifications and/or as directed by the Engineer shall be included in the price bid for this Item. / 6 Home Exchange Electric 1/ LS / for /LS Dollars Cents 1. Measurement and Payment: The Contractor shall receiv~,t'he lump sum pdce to hook up all electric within the home exchange building as specified, and shown on the Contract Drawing/~/and approved by the Engineer. 2. All costs associated with electric conduit runs, wires/~)rovide new service runs, connection to mains, lighting hookups with photocells, outlet installations, and all labor, matedals//equipment and incidentals necessary to satisfactorily complete the work according to the plans, specifications and/or as d,~ed by the Engineer shall be included in the price bid for this Item. / 7 Site Lighting / 25 EA / for ~ /EA Dollars 1. Measurement and Payment:~e Contractor shall receive the unit bid cost to hook up all site lighting within facility as specified, and shown on the Contract Dra,~dings and approved by the Engineer. 2. All costs associated with ~'ectric conduit runs, wires, provide new service runs, and spare conduits, connection to all street light fixtures with photocells, con~:~ections of bases and footings, installation of light fixtures, and all labor, materials, equipment and incidentals necessary to s~{isfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shall be.included in the price b/~ for this Item. , 8 ExteriFBuilding Lighting I LS for/ /LS ollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum price to hook up all exterior building lighting within facility as specifie~ and shown on the Contract Drawings and approved by the Engineer. 2. All cost~ associated with electric conduit runs, wires for the installation of exterior wall light fixtures, 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 20 of 22 TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT Do ELECTRICAL CONSTRUCTION Itemized Proposal for: Town of Southold LKI~ No. 04-050. ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID .~TENDED AMOUNT ~JO. (Fill in Unit Price Written in Words) QUANTITY ~ BID 9 Fuel Dispenser Electric I LS for /LS Dollars Cents 1. Measurement and Payment: 'The Contractor shall receive the lump sum price to hook~f~ of the fuel dispensers electric service as specified, and shown on the Contract Drawings and approved by the Engineer. 2. AIl costs asacciated with electric conduit runs, wires, installation of alarm panels,~nnection of power to fuel pumps, and all labor, materials, equipment and incidentals necessary to satisfactorily complete the work/~ccording to the plans, specifications and/or as directed by the Engineer shall be included in the price bid for this Item. ,// . 10 Electric to RPZ Vault I J LS for. ./LS Dollars Cents 1. Measurement and Payment: The Contractor shall receive th/Clump sum price to hook up all electric to the RPZ vault as specified, and shown on the Contract Drawings and approved by the E~l,g'ineer. 2. All costs associated with electric conduit runs, wires, pr~ide new service runs, outlet installations, and all labor, materials, equipment and incidentals necessary to satisfactorily corn/cflete the work according to the plans, specifications and/or as directed by the Engineer shall be included in the price bid for this 11 Attendants Booth Electric / I LS Dollars Cent~/ 1. Measurement and Payment: The Co~fractor shall receive the lump sum price to hook up all power to the attendants booth as specified, and shown on the Contract D/f~wings and approved by the Engineer. 2. AIl costs associated with electric c~nd¢~t runs, wires, spare conduit, provide new service runs, outlet installations, tie in to panel anc all labor, materials, equipment and i.,~'cidentals necessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the Enginee~hall be included in the price bid for this Item. ' 12 Emergency GeCator Electric I LS for ~./LS Dollars ./ Cents 1. Meas~aymenb The Contractor shall receive the lump sum price to hook up all power to the Emergency Generator as specified~ the Contract Drawings and approved by the Engineer. 2. All costs associated with electric conduit runs, wires, provide new service runs, tie in to panel, disconnection of generator from old location, provide t/e'mporary power during relocation, mounting of all hardware isolation breakers and all labor, materials, equipment and incidentals r)/ecessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shall be includ~ inthe price bid for this Iterm ' 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 DATE ACKNOWLEDGMENT STATE oFNEw YORK, COUNTY OF ,..~9~//~ _)ss.: On the ~0~ da~v of , in the year 200~ before me, the undersigned, personally appear~t~/q'q/'~'- t/-'~F~ , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Notarv Public, State of New Yolk r.,.~,.. No. O1 HE5052452 Qualified in Suffolk County /- . Commission Ext~ires November 27,/~ Propos~Package 22 of 22 Town of Southold BIDDER'S QUALI3~ICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. A Partnership or Enhty FIRMNAME: ~ '~$ ~.~od<_ Anlndividual PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ~tt~DDRESS -- PROFESSION/TRADE 1. How many years has your organization been m business under its present business name? 2. You normally perform what percent of the work with your own forces? List trades that you organization normally, performs below: 3. Have you ever failed to complete any work awarded to you? _~. If so, note where and why. Are there any claims, judgments, arbilration proceedings or suits pending or outstanding against your fn'm or its officers? If yes, please provide details. QS-1 Has your fnma requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephonc¢t Amount Completion % of Work QS-2 List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contxact Time? 10. Bank References: I 1. 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 /~ COUNW oF -sOl K- (he ~e~SrcJ~rl [- of ~~/~J&~.~coneactor ~d ~at answ~s to the foregoing quesfons ~d all s~tem~ts ~ COhered ~e me ~d co~ect. ~p~son who si~ed bid) Sw°m t° bef°re mrS. f~,Zyfp/( ' 200~ Not~ ~blic ~~. ~' ...... Comssion ~kafion Date: ~ ~ ~~R ~ ~ // - .~ ~m~ Pubhc State of N~ Y~ ~ 5 ~ ~ No 01~E5052452 Quahf~ ~P Suffolk CounW ~ ~ Comml~on E~res Novem~ 27,~ ~ s-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 ~vill well and faithfully perform and complete the entire work of constructing the TRANSFER STATION AND RESIDENTAL DROP-OFF AS DESCRIBED 1N 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 2l, 2005~ and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Fo.rm (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 manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-I °1 I 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 pr/or written consent of the Other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. 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 WI-IEILEOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Fctr~v fl'lree ~, cr~ h. rdm:t sevanty aJ~'tt dollx~s Written in Words Dollars $ 43,178.(]0 Written in Figures TOWN OF SOUTHOLD Josffua Y ~I0rton, Su~sor Tov~t~ttomey ~ ~ ~ CONII~CTOR (CORPORATE SEAL) A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ~ ) ss.: On the l-7 da)' of -~aa/t<~<~ in the year 2005 before me. the undersigned. personally appeared.(~.x_~b:.~Y,~ ~ . personally known to me or proved to me on the basis of satisfactory evidence to be the indMdual(s) ~hose name(s) is (are) subscribed to the within instrument and acknoMedged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s} on the instrument, the individual{s), or the person upon behalf of which the individual(s) acted, executed the instrument. Ann~ p. V~nlte No. 01VV1.-15072750 Commla.~on F-xpire~ 2-10-07 STATE OF NEW YORK, COUNTY OF ~5"w,_~o (/Q)ss.: On the ~ .day of ~ZGLf,/~,~in the tear 2005 before me, the undersigned. personally appeared, --~os'~/~-d~,x ~,, ~-lL~,4 , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) ~hose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. KIERAN M. CORCORAN Notary Public, State of New Yo~ No. 02C06119838 Qualified in Suffolk Count~ Commission Expires December 6, A-3 AI,L 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.: Q-1 DMSION 1 ~ GENERAL REQUIREMENTS TOWN OF SOUTHOLD TRANSFER STATION AND RESIDENTAL DROPOFF GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTA2~Y GENERAL CONDITIONS, DRAWINGS, SCHEDLrLES, ADDENDA and other Contract documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under t/tis 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 & Temporary Controls 01501 Health & Safety Provisions 01590 Field Offices All Contractors shall note and pay particular attention to the MinoriO~ and [Fomen 's Enterprises/Equal Opportunity, State Revolving Fund clause found in Item 46 of the Conditions of ContracL DIVISION 1 -Page 1 of 17 DIVISION I - GENERAL REQLTREMENTS SECTION 01010 - GENERAL SITE The site of the proposeo general construction for the TIL, kNSFER STATION AND RESIDENTAL DROPOFF is located in the I'own of Southold. on Middle Road (CR 48) in Cutchogue, Count)' of Suffolk, State of New York and more particularl3 shown ot~ the Contract Drawings. SCOPE The xvork to be perforated under this Contract shall include all labor, materials. equipment, services and incidentals required to perform the proposed construction as indicated in the Specifications, shown on the Contract Drawings and/'or as approved by the Engineer. B. In general, the work shall include but not be limited to the following: Clearing and Grubbing Demolition Grading and Drainage Asphalt Paving and Curbs Transfer Station Construction Track Scale Construction Attendants Booth Construction Home Exchange Construction Site Restoration, and Landscaping Site Lighting Sanitary System Installations Without restricting the generality of the foregoing and for the convenience of each Contractor, the items of work are specified under the Standard 16 Uniform DMsions of the Construction Specifications Institute as fol/ows: 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 l l. Equipment 12. Fumishings DIVISION 1 - Page 2 of 17 DIVISION 1 - GENERAL REQUIREMENTS 13. Special Construction 14. Conveying Systems 15A. H.V.A.C. (Not Used). 15B. Plumbing 16. Electrical The xvork covered under these Divisions shall be bid under four (4) separate Contracts: Contract A - General Construction Contract B - HVAC ~ot 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 contmcls 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 drawfngs, cuts or samples which the Engineer may require tbr the approval of details and to show the construction as it will be installed. No shop drawing shall be issued or used until it has been approved by the Engineer or his representative. After approval, no changes or deviations shall be made without written notice being sent to the Engineer. The Engineers approval shall not relieve the Contractor from responsibility for deviations from the Drawings or Specifications unless he has, in writing, called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors or omissions of any sort in the Shop Drawing or schedule. The Contractor shall submit six (6) copies of each requested item to the Engineer for approval. SUPERINTENDENCE AND WORKMEN The Contractor shall give his constant personal attention to the work while it is in progress, and he shall place it in charge of a competent and reliable superintendent, who shall have authority to act for the Contractor, and who shall be acceptable to the Engineer. the Contractor shall, at all times, employ labor and equipment which shall be sufficient to prosecute the work to full completion in the manner and time specified. Ali 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 may 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 pubhc traffic; and he must take ever.~ precaution against accidents happening to said vehicles, pedestrians and other traffic because of his operations. The Contractor shall enforce regulations and restrictions as may be necessa~' or required for the protection of fire, accidents, property danmge and public nuisance. He shall provide and maintain such toilet facilities at or adjacent to the site as may be required. Thc Contractor shall erect and maintain such signs, channel and obstruction markers and barricades as may be required for the protection of traffic. Ihe Contractor shall not deposit or store any equipment or materials ;vithin the Site Area except with written 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 wurk and give reasonable opportunity to and cooperation with the owners of these utilities in the ~)rk 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 utili~, corporations to shift or remove those utility structures that may' be necessary to permit the Contractor to cart? out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure owned by a public utility corporation without the approval of the Engineer. The Contractor shall cooperate with the public utility corporation xvhose 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 sen,ice. The Contractor shall conduct his operations in such a way' as to delay or interfere as little as practicable ~;ith the xvork of the utili~' corporation. GRADES~ LINES~ LEVELS AND SURVEYS The Ox;~ner's Engineer will establish one (I) bench mark and location of the work tines as reference points for the Contractor. The reference points shall be maintained by the Contractor. All other required lines. levels, grades, etc., shall be furnished by the Contractor from the reference points. DIVISION 1 - Page 4 of 17 DIVISION 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. LABOR~ LAWS AND WORKMANSHIP All Contractors and Subcontractors .employed upon the work shall and will be required to conform to the Labors Laws of the State of New York, the Occupation Safety and Health Act of the various acts arnendatory 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. QUALIHCATIONS All bidders must have been established in the type of construction of a~chever Prime Contract they are submitting a bid for as specified in the Contract Documents for a period of at least five (5) years. On request, bidders must furnish a list of a minimum of five (5) projects of similar .type construction that was built by them in the Nassau- Suffolk area. List must contain name, address and telephone number of client's engineer for which each project was undertaken by Contract. A minimum of five (5) of the projects must have been built for municipal clients. APPROVAL OF SUBCONTRACTORS ho 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 finn 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 hours prior to discharge, stating the reasons, and shall provide the Engineer with the name and qualifications of the replacement Subcontractor for approval by the Engineer. This action is deemed necessary to maintain continuity of the work and to minimize project disruptions. All costs due to slowdown of the project for such reasons shall be borne by the Contractor. DIVISION 1 - Page 5 of 17 I)IVISION 1 - GENEI~L REQUIREMENTS STANDARD SPECIFICATIONS x,X,l~ere reference is made in these Specifications to a society, the portion referred to shall be read into and shall be a part of this Contract and Specifications. Materials, methods and equipment shall conform with the latest A.S.T.M., A.W.P.A., A.S.A., N.E.C.. I.E.S., etc. Specifications as may relate to or. govern the construction work. TEMPORARY OFFICE AND STORAGE SHED This Contractor shall, at all times, provide and maintain a watertight office where directed, for his use and the use of his Subcontractors, and the use of the Engineer Waiver of the temporary office requirements shall only be granted by the Engineer Temporao~ office shall be removed from the site upon completion of all work and thc office site restored to original conditions. The Contractor shall provide and maintain on the premises, where directed, ~vatertight 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 TOV*qq OF SOUTHOLD TRANSFER STATION ,aND RESIDENTAL DROPOFF, Suffolk Count3,', New York and separately numbered and entitled as follows: 1 2 3 4 5 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 1 Construction Plan Phase 2 Construction Plan Phase 3 Construction Plan Proposed Entry Road Plan And Profile Layout Plan (North) Layout Plan (South) Weigh Facility Plan and Details Site Weigh Scale Details Weigh Scale Security and Radiation Detection Plan Gas Venting Plan and Details Administration Building Foundation Plan DIVISION t - 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 DMSION 1 - GENERAL REQUIREMENTS Admiaistration 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 Reta'ming 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 Sardtary Overall Site Plan Sanitary Plans Sanitary Details Waste Oil Tank Plan and Details Waste Oil Details Plan Wrater 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 any rubbish from and about the premises. Upon completion of the construction, the Contractor shall leave the work premises in a clean, neat and workmanlike condition satisfactory to the Engineer. DIVISION 1 - Page 7 of 17 DI~q[SION 1 - GENERAL REQUIREMENTS GUARANTEES Before issuance of the £mal certificate, the Contractor shall deliver to the Owner the following guarantees in addition to those specifically required in the General Conditions and in the various technical sections. The Contractor hereby guarantees that all materials and workmanship installed under his respective contract to be new and of good quality in every respect and to remain so for a period of one (1) year or tbr longer periods where so provided for in the Specifications. from the date of issuance of the Final Certificate by the Engineer. Should any defects develop in the aforesaid work within the stipulated periods due to faults in materials and/or wor ~kmanship, the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. Such repairs and corrective work, including the cost of making good all other work damaged by or otherx~Sse affected by making of the repairs or corrective work shall be done without any cost or expense to the ovmer, and at the entire cost and expense of the Contractor, within five (51', days after notice to the Contractor. The owner may have the work done and charge the cost thereof to the Contractor and/or his Sureties who agree to pay the oxx~er the cost of such work if the Contractor fails to respond as required. PAYMENTS Payment(s) made under this Contract xxSll be made on the basis of actual work completed in accordance with the Contract Documents. Payments will be computed from the milt and lump sum bid. Pa3ment will only be made for the items shown in the Proposal Form. END OF SECTION 01010 - GENERAL DITv'IS[ON 1 - Page 8 of 17 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 ESTI3iATE OF QUANTITIES The ENGINEER'S estimated quantities for unit price pay items are approximate only and are included solely for the purpose of comparison of Bids. The O%~NER 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 DMSION I - Page 9 of 17 DISqSION 1 - GENERAL REQUIREMENTS SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPOR.MtY CONTROLS SCOPE Work shall include but not be limited to the following: A. Tempor~,r Utilities Electrici~,, lighting, heat, ventilation, telephone service lincluding fax machine), water and smfitary facilities. B. Temporat3' Controls - Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities - Access roads, parking, progress cleaning, project signage, and temporary buildings. TEMi~ORARY ELECTRICITY A. All Contractors shall be responsible for providing temporary,' electric poxver for all construction activities associated with their contracts with the exception of the Proposed Transfer Station & Residential Dropoff Building area. TELEPHONE SERVICE A. The Contractor shall arrange with the local telephone company for all telephone services for construction needs at locations as required. B. Conlractor shall provide an adequate number of service lines for his needs and coin- operated instruments for use by construction personnel. C. Provide, maintain and pay for private telephone service with two incoming lines to Engineer's field office commencing at fane of project mobilization. D. The Contractor shall also provide an answering machine for the Engineer's use. E. Provide one (1) plain paper facsimile machine. Provide all necessars, paper, toner and maintenance during the course of the Contract. TEMPORARY WATER SERVICE A. The Contractor shall provide temporao.' water service l~br construction purposes, sanitary facilities, fire protection and for cleaning. B. Potable water shall be furnished for construction personnel by portable containers. C. Water sep,'ice shall be protected from freezing, and the service shall be extended and relocated as necessat3~ to meet temporary water requirements. DIVISION I - Page 10 of 17 DIVISION 1 - GENERAL REQUIREMENTS The Contractor shall install a meter and pay for all expenses associated with temporary x~ater service du15ng the course of the work, including furnishing all necessary permits and fees required for temporary water service. Comply with all applicable codes and arrange for all necessary inspections and approvals. 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 shall observe and enforce all sanitary regulations and maintain satisfactory sanitary conditions around and on all pans of the work. B. Adequate washing facility shall 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 shall be subject to a fmc and prosecution if any human excrement is deposited in or around the construction site. The Contractor shall pay for all expenses associated with temporary sanitary facilities during the course of the work, including furnishing all necessary permits and fees required for temporary sanitary facilities. Comply with all applicable codes and arrange for all necessary inspections and approvals. 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 xxith the work. C. Accident The Contractor shall promptly report in writing to the Engineer all accidents and whatsoever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site, ~vhich cause death, personal injury or property damage, giving full details and statements of witness. DIVISION 1 - Page I 1 of 17 DIVISION 1 - GENERAL REQUIREMENTS ff death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Owner and the Engineer. If an}, claim is made by anyone against the Contractor or a Subcontractor on account of an5' accidents, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. WATER CONTROL A. ' Grade site to drain. Maintain excavations free of water. Provide, operate and maintain pumping equipmem. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. Provide temporary, control of surface xvater, stormwater runoff and discharge fi'om pumping in accordance with Contractor's approved soil erosion and sediment control plan. SECURITY Provide security and facilities to protect work, and existing facilities, and Owner's operations from unauthorized entl3r, vandalism or theft. B. Coordinate with Owner. C. Furnish security.' during the course of the work. ACCESS ROAD A. Maintain roads accessing construction area as shown on the Construction Dra;xSngs. Extend and relocate as work progress requ'n:es. Provide detours necessary for unimpeded traffic flow. C. Provide and maimain 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 O;~Tter. Comply with all State and Local regulations. Designated existing on-site roads may be used for construction traffic, as directed by the Owner and Engineer. Damage {o existing site roads as a result of this Comract will be the responsibili~ of the Contractor. DIVISION 1 - 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 weekly in areas as designated by the Owner. REMOVAL OF UTILITIES~ FACILITIES AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities, materials, prior to Final Applications £or Payment Inspections. B. Clean and repair damage caused by installation or use of temporary work. C. ' Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified conditions. END OF SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS DIVISION 1 -Page 13 of 17 DUv'ISION 1 - GENERAL REQUIREMENTS SECTION 01501 -HEALTH AND SAFETY PROVISIONS REQUIREMENTS The Contractor shall be responsible to maintain a sale workplace and to monitor working conditions at all times during construction and. as necessaD.', to provide appropriate protective clothing, equipment and facilities for his persolmel, and/or to establish work place procedures to ensure their safety, and to enforce the use of these procedures, equipment and/or facilities in accordance xvit the following guidelines: Safety and Health Regulations Promulgated by the U.S. Department of Labor OSHA, 29 CFR 1910 - Occupational Safety and Health Standards, and 20 CFR 1920 - Safety and Health Regulations for Construction. 2. U.S. Environmental Protection Agency Medical Monitoring Program Guidelines. If, at any time, the Owner or the Engineer is apprised of a safety hazard which demands immediate attention because of its high potential for harm to public travel, persons on or about the work, or public or private propert3', the owner of the Engineer shall have the right to order such safeguards to be erected and such precautions to be taken as tlecessap.: and the Contractor shall comply with such orders. It; 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 o£ safety precantions, the Owner ma3 put the work into such a condition that it shall be, in his opinion, in all respects safety, and the Contractor shall pay all expenses of such labor and materials as may' have been used for this purpose by him or by the Owner. The fact that the Oxvner or the Engineer does not obseme a safety hazard or does not order the Contractor to take remedial measures shall in no vcay relieve the Contractor of the entire responsibilit3 for any costs or claims for loss, damage, or injury by or against an5' part sustained on account of the insufficiency the safety precautions taken by him or by the Owner acting under authority of this Section. It is the responsibility of the Contractor to take appropriate safety precautions to meet whatever conditions of hazard may be present during the performance of the work. whether reasonably foreseeable or not. The Contractor is alerted to the fact that it shall be his sole responsibility to anticipate and provide such additional sat'eD, precautiot~s, facilities, personnel and equipment as shall be necessary to protect life and property from whatsoever conditions of hazard are present or may be present. END OF SECTION 01501 - HEALTH AND SAFETY PROVISIONS DIVISION 1 - Page 14 of 17 .DIVISIQN 1 - GENERAL REQUIREMENTS SECTION 01590 - FIELD OFFICE SCOPE Work shall include but not be limited to the following: A. Temporary Field Offices and Sheds B. Maintenance and Cleaning GENEILS, L 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 from buildings. C. Install office spaces ready for occupancy 15 working 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 ~pe materials for wails 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 fnce extinguishers at each office and each storage area. ENVmONMENT.a~L CONT .ROL Heating, Cooling and Ventilating for Office - Automatic equipment to maintain 68 degrees F. heating and 76 degrees F. cooling. Storage Spaces - Heating and ventilating for Office - Automatic products in accordance xvith Contract Documents; adequate lighting for maintenance and inspection products. DIVISION I - Page 15 of 17 DlhqSION 1 - GENERAL REQUIREMENTS CONTRACTOR OFFICE AzND FACILITIES A. Size - For Contractor's needs and to provide space for project meetings. B. Telephone - As specilied in Section 01500 C. Furnishings in Meeting Area - Conference table and chairs to seat at least 12 persons; racks and files for Contract Documents, submittals and Prqiect Record Documents. D. Other Furnishings - Contractor's option. ENGINEER OFFICE A. Separate space for sole use of Engineer, with separate entrance door zSth nez lock and four keys. B. Area for Engineer only - Minimum 240 square feet, minimum dimensions 12 feet x 20 feet x 7 feet tail. C. Windoxvs - Minimum three, minimum total area of 10 percent of floor area. with operable sash and in~ect screens. Locate to provide view 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 wall. F. Telephone and Fax - as specified in Section 01500. G. Sanitary Facilities - Refrigerated bottled water drinking fountain and private lavatoD' facilities. H. Furnishings 1. One desk 54" x 30: with three dra;vers. 2. One drafting table 36" x 72" z4th 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-dra;ver legal size metal filing cabinet with locks and two ke} s per lock. 6. Twenty linear feet of metal bookshelves. DIVISION 1 - Page 16 of 17 DMSION 1 - GENERAL REQUIREMENTS 7. Two sMv'el arm chairs. 8. Taro strai;~t chairs. 9. One drafting table stool. 10. One tack board 36" x 30". 11. One waste basket per desk and table. I. Equipmem - 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 (min), 350 MHz (min), 128 MB RAM (mAn), 6 GIG hard drive (rain), 100 MB ZIP Drive (IOMEGA), VGA Monitor and liP Laser Jet printer or equivalent. L. Softwaxe - Windows 2000, Microsoft Office 2000 or XP. MAI/~EN~CE AND CLEANING A. Daily janitorial services for offices, periodic cleaning and maintenance for office storage areas. B. Maintain approach walks free of mud, water and snow. REMOVAL ~t completion of work, remove buildings, foundations, utility services, debris and restore areas as foand 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, 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 the Division. TABLE OF CONTENTS - DMSION NO. 2 - SITE WORK Included in this 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 Grabbing Shoring and Bracing Building Relocation Site Preparation Clean Granular Fill Screened Angular Stone Screened Subangular Stone Unclassified Excavation & Grading Precast Concrete Retaining Wall 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 Hydroseed DIVISION 2 - Page 1 of 67 SECTION 02050 - DEMOLITION DESCRIPTION Under this Section, the Contractor ~kal supply ,TI labor, materials, equipment and incidentals necessary to complete the Demo.itt,~r v'.~ck and IDcbris rett'(,val as specified herein, shown on the Contract Drawings and/or as t irecled toy the Enginec~ INTENT The intent of the section titled "Demolition" is to properly identify all existing site features and to appropriately del'me the removal, disposal and salvage activity associated with each feature. The Contractor shall execute the demolition activity in accordance with all of the sections of tins specification. SCOPE In general, the work to be done shall include but no.._St be limited to the tbllowing: A. Pavement and curb removal B. Steel transfer building C. Buildings foundations D. Weigh scales E. Weigh scale foundations and approaches. F. Diesel fuel tank G. Waste oil tanks H. Pavements and slabs I. Drainage structures J. Signage K. Retaimng walls and fencing L. Well abandonment M. Sawcutting N. Building canopy (lean-to) O. Exposed precast concrete retaining block (by Owner) P. Embedded or buried precast concrete retaining wall blocks Q. Existing Drum Storage (Haz-Store) Building (by Owner) DEMOLITION DESCRIPTION AND DETAILS The Contractor shall completely remove all steel, asphalt, concrete and debris to allo,,~ for the proposed construction as shown on the Contract Drawings and directed by the Eng/neer. All 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 shali be at a facility approved by the New York State Department of Envirom,aental 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 turn 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 onslte 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 part 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 Heallh 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 regulatior ~ B. TheContractorshailbere<c~n,il.e t)mc~t,:e by ~: mited to the following: a. Disconnect power and ma:<~. ~.~ I, b. Remove pump, screen amC, ri~e c. Removal ofexposed,t~:ll 1,: t.J d. Backfill material and olug Coordination, inspection, doc,mtentation responsibility of the Contr t, t,~. .tm[ n,~tification of the SCDHS shall be thc PETROLEUM TANK REMOg'AL A. The petroleum tank(s) shall be rcmoxed by a qualified contractor in accordance with the Suffolk County Department of Health Services regulations. B. Tanks located above and belox~ 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 DMSION 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 drawings and/or as directed by the Engineer. The Contractor shall carefully protect and guard all trees 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 ~vork 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. G. RADING The area cleared shall be rough graded to the lines and limits as sho~va on the plans and shall be left with a neat and finished appearance. The area shall be rough graded in a manner so not 1[o 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 AND BRACING GENERAL The Contractor shall furnish all labor, materials equipment, tools and appurtenances required to complete the work of shoring, bracing, and sheeting or sheet piling, aecessaD.' to complete the construction, protect structures, and prevent the loss of ground or caving of embankments, as shox~m, specified or required, and shall meet all applicable building 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 opt/ohs available to the Contractor, such as dewatering, staging of excavation and installation of bracing, flexibility of sheeting, construction equipment used, and time of completing the work. 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 commerce. Construction Safety and Health Regulations, U.S. Department of Labor, Occupational Safety and Health Admin/stration. SUBMITTALS In trenches, the sheeting shall be designed so that the lo,vest brace is no closer than 12 inches above the base of the structure to be installed. Therefore, the Contractor shall submit drawings, computations and substantiating data prepared, and signed and sealed by a Professional Engineer licensed in the State, showing his proposed sheeting, sheet piling, and bracing design and method of construction for the information of the Engineer prior to the start of such construction. .~:ty review or comments by the Engineer shall not relieve the Contractor of his responsibility for sheeting and bracing. QUALITYCONTROL 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 carded out in accordance with his design and procedures. For this purpose, leveling observations for heave 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 DIVISION 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, ma;?' consist of an3, 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 work to the new and existing structures. The Contractor's attention is drawn to General Conditions for general information for evaluating existing conditions which may 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 excavation, lateral movement of the adjacent ground or structures is discovered, corrective measures shall be taken immediately to prevent further movement. INSTALLATION A. All sheeting A/1 sheeting, whether steel or timber4 permanent or temporary, shall be safely designed and shall be carried to adequate depths and braced as necessary 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 Contractor. No part of the sheeting or bracing shall be allowed to extend into the structure without written permission of the Engineer. DWISION 2 - Page 7 of 67 DIvCISION 2 - SITE WORK If the Engineer is of the opirfion that, at any point, ,any' proper supports have n,,t be provided, he may order additional supports put in at the expense of the Contractor, and compliance x~4th such order shall not relieve or release the Contractor from his responsibili~' for the sufficiency of such supports. Care shall be taken to prevent voids outside of the sheeting, but if voids are formed, they shall be immediately filled and rammed. Permanent Steel Sheet Piling In locations ~vhere sheeting is installed to protect existing structures, it shall remain in place unless other~ise specified. All permanent sheeting shall be steel. 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 of the contractor shall be disposed of by him. Temporaxy Steel or Timber Sheetin~ 1. Temporary sheeting shall be either steel or timber. Unless otherwise ordered by the Engineer, all parts of the temporary sheeting shall be removed .upon completion of the work for which it was provided. The excavation shall be backfilled and properly compacted prior to removal of 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 baclcfill, any sheeting and bracing which the Engineer may' direct him in writing to leave in place at any time, during the progress of the work, for the purpose of preventing injury to structures, utilities, or property, ~vhether public or private. The Engineer may direct that steel or timber used for sheeting and bracing be cut offat an)' specified elevation. The right of the Engineer to order sheeting and bracing left in place shall not be construed as creating any obligation on his part to issue such orders, and his failure to exercise his fight to do so shall not relieve the contractor from liability.' for damages to persons or property occurring form or upon the work occasioned by negligence or otherwise, growing out ora thilure on the part of the Contractor to leave in place sufficient sheeting and bracing to prevent any caving or raoving of the ground. No sheet is to be completely withdrav~xt if driven belo~v mid-diameter of any pipe or structure footing, and under no circumstances shall an~r sheeting be cut off at a level lower than I 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 min/mum of 5 feet below 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 Owner. 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 payment for the cost of shoriag 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 DIVISION 2 - SITE WORK SECTION 02170 - ADMINIST IL¥1'ION BUILDING RELOCATION WORK INCLUDED The Contractor shall furnish labor, materials, equipment and appurtenances necessary or required to perform the building relocatton and complete ali work including, but not limited tv the following: A. Disconnect and make safe existing utilities to structure Clearing, removing and the legal disposal of all debris and miscellaneous structures anchoring the building to the foundation system. The Contractor shall do all stakeout, lavout, and elevations necessaD, to perform the building relocation. Surveying shall be performed by a Licensed Land Surveyor acceptable to thc Engineer. Ali instruments, equipment, stakes and any other material necessaD' to perform this work satisfactorily shall be provided by the Contractor and 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 performed a minimum of 5 moves within the last 2 years. INSPECTION The Contractor shall visit and thoroughly familiarize themselves with the site and with the building(s) to be relocated and the proposed construction 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 of New York. Notify' all pertinent utility companies, prior to start of work and ascertain locations of ail existing utilities. Exercise extreme caution in the area of existing utilities so as not to cause damage 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 prox/mity of the building to be relocated and shall replace at his own expense any such damage. B. · The Contractor shall perform the building relocation in one work day. Multiple lifts and temporary setting of the building on cribbing or ~vheels 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 pomhes, 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 existing window and doors 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 DIVISION 2 - SITE WORK SECTION 02200 - SITE PREPARATION WORK INCLUDED The Contractor shall furnish labor, materials, eqnipment and appurtenances necessary or required to perform and complete all work including, but not limited 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 Specifications. The Contractor shall do all stakeout, layout, and elevations necessary to perform the intended construction. Surveying shall be pertbrmed by a Licensed Land Surveyor acceptable to the Engineer. All instruments, equipment, stakes and an5' other material necessary to perform this work satisfactorily shall be provided by the Contractor and approved by the Engineer. QUALITY ASSURANCE Location and stakeout ~ork shall be performed by a Professional Engineer or Land Surw,eyor duly licensed in the State of New York. The Contractor shall, at their o~vn expense, secure and pa5' for all permits, inspections, fees and give all legal notices that may be required in cormection a4th the work, including the notification of owners of existing subsurface gas and other utility lines. INSPECTION The Contractor shall visit and thoroughly familiarize themselves with the site and xvith the scope of work to be done. When the Contractor submits their proposal, it shall be imerpreted 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 New York. Noti~, all utility 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 'utilities 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 begirming of the work. PERFORMANCE The Contractor shall exercise diligent care to protect existing trees, shrubs and under- growth not to be removed and shall 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 brash 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. I0 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 trunk or branches. Trees shall be protected from grade to the lowest 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 DIVISION 2 - SITE WORK Obstructive and broken branches should be pmued properly. The 3 cut method should be used on all branches larger than t~;¢, inches m the cut. The branch collar on all branches whether li,,Sng or dead should not be dmnaged. First cut the underside of the branch partly through 6 inches or more from tree. (;ut through the branch 2 inches or further out from trunk. The final cut should be made by placing the shears or saw in front of the branch bark ridge and cutting do;~ward and slightly outward. Do not paint the ;vounds. Any trees damaged during construction shall be repaired by an approved tree surgeon. An5' tree erroneously removed or damaged beyond satisfactory repair shall be replaced with the same species, 6 inches in caliper, xvhich shall be balled, burlapped and platformed and planted at the direction of the Engineer. Where cuts expose or affect root systems of trees, the exposed roots shall be cut off cleanly and such areas shall be backfilled with topsoil as soon as practicable and shall be watered and protected from further damage. END OF SECTION 02200 - SITE PREPARATION DIVISION 2 - Page 14 of 67 DMSION 2 - SITE WORK SECTION 02222 - CLEAN GRANULAR FILL DESCRIPTION Uz~der this Item, the Contractor shall fUrnish, place and compact clean granular fill material in accordance with the plans and specifications and/or as directed by the Engineer. The Contractor shall not deliver material to the site without prior approval by the Engineer. Clean granular fill material delivered without prior approval of the Engineer will 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 activin' within the proposed site shall generate an excess of clean granular soil material. The importation of clean granular fill from off-site sources shall be done only when all construction activity, has not yielded the required volume of acceptable fill material on-site. MATERLa, LS 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 deasity at optimum moisture content in accordance with ASTM D698 Standard Proctor. Testing fees shall be borne by the Contractor. END OF SECTION 02222 - CLEAN GILANULAR FILL DIVISION 2 - Page 15 of 67 DIVISION 2 - SITE WORK SECTION 02320 - UNCLASSIFIED EXCAVATION AND GRADING CLASSIFICATION Classification of excavation: [xcavation shall be unclassified, and the term "unclassified excavation" shall be understood to mean an.x m~d a:l materials encountered during excavation work including structures, pavement. ~rees and stumps, tbundations, retaining wails, earth, piping, demolition, drainage systems, etc. 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 by the engineer. Material, which is unacceptable to the Engineer, shall be disposed of at the Contractor's expense. B. Unstable soil shall be removed and replaced xvith on-site sand or gravel and shall be thoroughly compacted. C. Adequate provision shall be made to intercept or divert all surface xvater ti:om the areas or' construction operations and designated wetlands. D. The Contractor shall establish a construction grid for the areas of proposed excavation a grading to establish all stakeout, layout, and elevations necessary to perform the intended construction. Surveying shall be performed by a Licensed Land Surveyor acceptable to the Engineer. All instruments, equipment, stakes and any other material necessmT to perform this work satisfactorily shall be provided by the Contractor and approved by the Engineer. EXCAVATION FOR STRUCTURES: A. Depth: As indicated B. Clearance: Sufficient for formwork or other work to be performed. C. Embankments and Berms: Excavate to angle of recline or provide sheeting, shoring and bracing required for containing earth bank. D. Excess Depth: CarD' 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 Capaciv,.': Do not proceed with pouring tootings until nature or' soil under tootings has been inspected and approved by the Engineer. DIVISION 2 - Page 16 of 67 DMSION 2 - SITE WORK EXCAVATION FOR PIPES AND CONDUIT Trench excavation to depths and widths as indicated on the contract drawSngs 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 DIVISION 2 - SITE WORK SECTION 02231 - SCREENED ANGUL.M/STONE DESCRIPTION Under this Item, the Contractor shall furnish and instalL compact screened angular stone material in accordance with the plans and specifications and/or as directed by the Engineer. MATERIALS Screened angular stone shall be furnished by the Contractor and approved by the Engineer. angular stone material shall be free of any debris, chemicals or waste materials. CONSTRUCTION DETAILS 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 SUBANGULAR STONE DESCRIPTION Under this Item, the Contractor shall transport, place and compact screened subangular stone material in accordance with thc plans and specifications and/or as directed by the Engineer. MATERIALS Screened subangular stone shall be available from the onsite composting facility. The Towaa ~411 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 DIVISION2 - Page 19 of 67 DI¥ISION 2 - SITE WORK SECTION 02371 - PRECAST CONCRETE RETAINING WALL BLOCK DESCRIPTION Work includes furnishing and installing concrete retaining wall units to the lines and ~ades designated on the construction drawings and as specified herein. MATERIALS The precast concrete retaining wall blocks shall be as manufactured by Redi-Rock~, international, 05481 South US-31, Charlevoix, MI 49720, 1-866-222-8400, rock.com or approved equal. REFERENCE STANDARDS ASTM A615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM C94 Ready-Mixed Concrete ASTM C 1372 Segmental Retaining Wall Units DELIVERY~ STORAGE~ AND HANDLING Contractor shall check the materials upon deliveD, 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 Ready-IVlixed concrete in accordance with ASIM C94. latest revision, and per the following chart: Climate Air Content 28 Day Strength PSI Slump* Negligible l~A%-4V2% 3,000 5" +/- I 1,2' Moderate 3%-6% 3,000 5" 4-~- 1 1/2" Severe 4V~%-7V~% 3,000 5" +/- I [,'2" DIVISION 2 - Page 20 of 67 DMSION 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 achieved by use of appropriate adtaixtures. No~Sthstanding anything stated above, all material used in the xvall 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 i .0 inch. Exposed face shall be finished 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 blo[k face. LEVELING PAD AND FREE DRAINING BACKFILL Leveling pad placement and leveling shall be well 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 Town's subangular stone can be used as the Free Draining 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. DRAINAGE The heel drain shall be continuous 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 DIVISION 2 - SITE WORK FOUNDATION SOIL PREPA1LATION Native foundation soil shall be compacted to 95% of standard proctor or 90% of modified proctor prior to placement of the Leveling Pad material. LEVELING PAD PLACEMENT Leveling pad shall be placed as shox~rn 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 surfac~ on which to place the first course blocks. Pad shall be constructed to the proper elevation to ensure the final elevation shown on the plans. Well-graded sand may be used to smooth the top V2 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 first 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 curves on base course as per wall layout. The backfill in front and back of emire base row shall be placed and compacted to firmly lock them in place, Check ail units again for level and alignment. All excess material shall be swept from top of units. Install next course of wall units on top of base row. Position blocks to be offset from seams of blocks below. Blocks shall be placed fully forward so knob and groove are engaged. Check each block for proper alignment and level. Backfill to 12 inch width behind block with subangular stone backfill. Spread backfill in unifom~ lifts not exceeding 8 inches. Employ methods using lightweight compaction equipment that will not disrupt the stabiliD, or batter of the wall. Hand-operated plate compaction equipment shall be used around the block and within 3 feet of the wall to achieve consolidation. Compact backfill to 95% of standard proctor (ASTM D 698, AASHTO 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 I inch in 10 feet horizontally. END OF SECTION 02371 - PRECAST CONCRETE RETAINING WALL BLOCK DIVISION 2 - Page 23 of 67 SECTION 02373 ~ ANGULAR RIP-RAP STONE DESCRIPTION Under this Item, the Contractor sha~l ,upply all .c, bor. materials, equipmem and incidentals necessary to fumish and place rip-rap at hc locations and a:; indicated on the Contract Dra~ lng>. SUBMITTAL The Contractor shall provide thc Engineer, for approval, a 5-gallon bucket filled with the proposed rip-rap prior to delivery to the site. I~LA. TERIALS A. Rip-rap shall consist of hard, durable, non-calcareous, angular field or quarD' stone in the form of right 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 fabric and in a manner which will not damage the filter fabric. No rip-rap shall be dropped fi.om a height greater than 12 inches above the geotextile filter/hbric. Rip-rap ma>' be placed in location by equipmem; 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 2 - Page 24 of 67 DIVISION 2 - SITE WORK SECTION 02456 - WHEEL STOPS WORK INCLUDED A. Furnish and installation of all specified equipment and materials in strict accordance with the approved manufacturer's printed directions utilizing the proper anchorage and attachments as designated by the manufacturer at the locations shown on the Drawings. B. Location of the various accessories not indicated on the Drawings shall be placed at the direction of the Engineers in the field. MATERIAL 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 WATER PIPE :4dND FITTINGS DESCRIPTION Furnish and installation of all specifiecl plastic water pipe and fittings required for approved installation of the water distribution s5 stem as indicated on t,x Contract Drawings SUBMITTALS Product Data: Manufacturer's speciticutions with detailed information regarding dimensions. pressure rating, fittings and installation instructions. Manufacturer's data must indicate compliance with the standards specified herein. MATERIALS PVC Water Main - The PVC water main piping shall be Blue BruteTM AWWA C900 PVC pressure pipe as manufactured by IPEX, Inc., ~x~wv.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 MAINS. PVC Molded Fittings - The molded water main fittings shall be Blue BruteTM AWWA C907 injection molded fittings as manufactured by IPEX, Inc., w~vw.ipexinc.com or approved equal. All PVC pipe fittings shall bear the approvai 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 [counter 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 resiliem seat type meeting the requirements of AW%% C500/C509. These valves shall have non-rising stems, shall be famished with 2-inch square AWWA operating nuts, and shall open ;vhen the nut is turned counterclockwise. Valves shall have mechanical joint ends and shall be furnished complete with joint accessories. Exposed or aboveground gate valves shall be outside screw and yoke (OS&Y) flanged joint type. Valves shall be Ken-Seal as manuthctured 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 AWWA C509. Tapping valves shall be specifically designed for pressure tapping with sufficient seat opening to allow' full diameter taps to be made. Tapping valves shall be manufactured with an integral tapping flange having a raised lip design. DIVISION 2 - Page 26 of 67 DI%rlSION 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. Tapping sleeves shall have an outlet flange per ANSI B 16.1, 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 ser~rice. 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 pipirzg. 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 Install pipe as indicated on the Drawings. Pipe in Trenches: 4. 5. 6. 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 wfde 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 DIVISION 2 - SITE WORK PROTECTING PIPE During the progress of the XA'ork keep p~pe clean lrom all sediment, debris, and other foreign material. Close all open ends of pipes and fittings securely x~ ith removable plugs at end of Work daF', during storms, when the Work is left at an3 time, and at such times as the Director's Representative may direct. All water piping shall have a suitable electronic locator tape (metallic) buried ox'et thc water main approximately one toot below grade. The tape shall be continuous betwee~ valves and secured to each valve. The tape shall be at least 4.5 mils thick. 2-inch minimum width and made with an aluminum material sandwiched between 2 layers of polyethylene. It shall have imprinted in permanent black' ink with 1~ inch letters '"CAUTION WATER MAIN BURIED BELOW" on blue 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 distribution system as indicated on the Contract Drawings MATERIAL A. Tubing: ASTM B 88, Type K soft temper unless otherwise noted on the dra,vings. B. Fittings: Cast Bronze, Flared Type; ANSI/ASIvIE B16.26. INSTALLATION A. Laying Tubing: Minimum Depth: 4'-6" (unless otherwise indicated on drawings) 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 with 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 per/od 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 DIVISION 2 - SITE WORK SECTION 02514 - HIGH DENSITY POLYETHYLENE PIPE DESCRIPTION Under this item, the Contractor shall fftmish and install 1" diameter high densi~' polyethylene pipe in accordance with the plans and specifications andor as directed by the Engineer. MATERIALS The high density polyethylene pipe shall be SDR-9 ~vith an inside diameter of 1" ,mci meet ASTM D2737 minimum requirements. The pipe shall be able to with st,md an operating pressure of 200 psi at 73°F. .MI splices and connections shall be brass mechanical ~pe of proper size and required inserts for 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 thc Engineer. Ihe cost o£excavation and backfill shall be included in this item. The proposed HDPE ~vater line shall be installed to a depth of 54" below £mished grade and routed as indicated on the plans. Piping ma)' be backfilled ~vith suitable excavated material and thoroughly compacted. Ire 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 ?VC 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 - ~VATER MAIN BLOW OFF HYDRANT DESCRIPTION Under tiffs item, the Contractor shali fianish and install blow-off hydrants in accordance with the plans and specifications and/or as directed by the Engineer. i~LATERIALS A. The blow-off shall be non~fi'eezing and self dra'ming as manufactured by Kupferle foundry Co. of St Louis, MO., model #7500 - 4" Mainguard Bloxv-off or approved equal. B. Blow-off shall be furnished with a 4" MJ inlet, a non-turning operating rod and open to the left. C. All working parts shall be of bronze to bronze design and be serviceable from above grade with no digging. D. Blow-off shall operate with a standard 2" gate valve wrench. E. x3,3aen open, the valve shall be 100% unobstructed and drain hole shall be covered. F. Outlet shall be 4" F2 with plug and extend a minimum of 12" above final grade. G. All connections shall be water tight fit. CONSTRUCTION DETAII,S A. 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 excavafion and backfill shall be included in this item. B. The proposed bloxv-offs shall be installed to a depth of 54" below fin/shed grade and routed as indicated on the plans. C. Blow-off shall be backfilled with suitable excavated material and thoroughly compacted. The Engineer reserves the right to reject backfill material if in h/s opinion contains deleterious material. The Engineer shall determine if the compaction effort is sufficient to complete the installation· D. Blow-off shall be installed in accordance ~vith SCDHS and manufactures requirements. The Contractor shall install the proper thrust blocking required. END OF SECTION 02517 - WATER M_MN BLOW OFF HYDRANT. DIVISION 2 - Page 30a of 67 DIVISION 2 - SITE WORK · SECTION 02540 - SEPTIC SYSTEMS WORK INCLUDED The Contractor shall be responsible to furnish and install a complete sanitary system including all extension and connection work as specified herein, indicated on the con~ract drawings and / or directed by the engineer. The entire installation shall be 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 Div~ision 15 and 16 for detal/ed specifications of work under other trades. SEWAGE DISPOSAL SYSTEMS Sewage 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 Con~:actor. The waste line' shall extend approximately 5'-0" out from the foundation 1/ne and be cast iron or PVC pipe. 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. Pre-cast concrete items shall be as manufactured by Carlson Precast Inc., Picone Brothers, Carbro Industries, Inc., or approved equal, and shall be designed to meet the standard specifications of the S.C.D.H.S. 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 shali conform to the specifications of the SCDHS. PIPING 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 DIVISION 2 - SITE WORK B. During the progress of the work and pr[or to co~npletion, the installation shall be inspected by the proper authorities, tested and left in perfect condition, neat and orderly. C. Before backfilling, the Contractor shall obtain the required approvals from the S.C.D.H.S. and noti~ the Engineer upon receipt of the approval. D. The Contractor shall be required to excavate to acceptable leaching soils as determined by the S.C.D.H.S. In the event that a sufficient quanti~' of suitable leaching material is not available from the excavation operation, the Engineer will direct the Contractor to import Clean Granular Fill. END OF SECTION 02540 - SEPTIC SYSTEMS DIVISION 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 State of New York (Title 6 NYCRR), Part 205 Architectural Surface Coatings. B. Certification: Affidavit by the paint applicator, certifying that the materials comply with the current regulatory requirements in effect at the time products were 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 tragic. Provide temporary barriers to prevent vehicles from 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, yellow, 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 ,,') J y_J s._l Q?__~. - SECTION 02595 - GEOTEXT{LE FILl'ER FABRICS DESCRIPTION The Contractor ;viii be responsible for fi_~mishing trod installing the geotextile filter fabric into the various components indicated on tk, e Coutract Drawings. The Contractor shall provide all labor, materials, equipment and incidentals necessal3' to install the Geotextile Filter Fabric a> specified, shown on the Contract Drawings. and as dh'ected b.~ the Engineer. The Contractor shall be prepared to install geotextile filter ~'abric in conjunction with the site drainage system. SUBMITTALS The Contractor shall furnish certificates from the COlnpany 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, for rolls delivered to the site, xvkich shall include: 1. Roll numbers and identification 2. Sampling procedures 3. Certified results from manufacturer quality control tests veri~'ing each minimum average role property specified MATERIALS Geotextile - 8oz. shall be a needle punched non-woven polypropylene fabric and be "Geotex 861" manufactured by SI Geosolufions (423-899-0444), www.fixsoil.com or approved equal. The geotextile-8 oz. shall demonstrate the following properties: PROPERTY TEST METHOD MIN.AVE. ROLL VA Grab Tensile Strength ASTM D4632 220 lbs (rain) Puncture Strength ASTM D4833 135 lbs (min) Mullen Burst ASTM D3786 420 psi (rain) Trapezoidal Tear ASIM D4533 95 lbs (min) Apparent Opening Size ASTM D4751 80 US Std Sieve (max! Permittivity. ASTM D449l 1.50 sec-I (min) Permeability ASTM D4491 0.38 ctra'sec (min) Water Flow Rate ASTM D4491 110 gprn/sf (min) Mass Per Unit Area ASTM D5261 8.0 oz/sy (min) UV Resistance (%retain. 500hr) ASTM D4355 70% (min) DIVISION 2 - Page 34 of 67 DUV~ISION 2 - SITE WORK CONSTRUCTION DETAILS Fabric will be rejected, by the Engineer, if it is found to have defects, rips, holes, flaws, deterioration or other damage. The subgrade shall be cleared of sharp objects, boulders, stumps or any materials that may contribute to fabric punctures, shearing, 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 loxver 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 un~xapping 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 0259.5 - GEOTEXTILE FILTER FABRICS DIVISION 2 - Page 35 of 67 DIVISION 2 - SITE XVORK SECTION 02621 - 6" PERFO1LA~IEI) D1La, IN PIPE SUB~HTTALS Product Data: Manufacturer's specifications including dimensions, strength, and installation instructions for each type of pipe and respective fittings. QUALITY ASSURANCE Each length of pipe and each fitting shall be marked in accordance with the applicable ASTM Designation. DRAINAGE PIPE AND FITTINGS PVC Pipe 6-inch Diameter Perforated and 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 tbr bedding and backfill to the depth sho~n on the drawings for perforated pipe. 3. Cushion material shall be used for bedding and backfill to the depth shown on the dra~4ngs for non-perforated pipe. DIVISION 2 - Page 36 of 67 DMSION 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 sufficient clearance at each bell or coupling to allow uniform bearing along 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 turn. END OF SECTION 02621 - 6" PERFORATED DRAIN PIPE DIVISION 2 - Page 37 of 67 DIVISION 2 - SITE WORK SECTION 02623 - POLY-VINYI, £ HLORIDE (PVC) PIPE DESCRIPTION Under this item the Contractor shall furnish and install Schedule 80 PVC pipe in contbrmance with the plans, these specifications and orders of the Engineer MATERIAL PVC pipe and fittings shall be pol.x~'inyl chloride (PVC) manufactured from a PVC componnd meeting the requirements of Type 1, Grade 1 PVC m accordance with ASTM D 1784. D1785. and D2241. The PVC pipe shall be graF', or white in color and shall be equal to Schedule 80 in wail thickness, unless otherxx4se indicated on the Drawings. Pipe: The pipe shall be bell end or plain end. Pipe shall be in accordance with ASTM D1785. B. Fittings: Pipe fittings shall be in accordance ;~Sth ASTM D2466. C. Solvent Cement: PVC solvent cement shall be in accordance with ASTM D2564. Pipe shall be clearly marked with t)pe, class and tkickness 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, cracks 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 will 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. The trench bottom shall be regraded if the pipe does not have'full bearing. Depressions for joints shall be dug after the trench bottom has been graded, and shall be only of the length, depth and width 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 hi ca.qes ~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 with/n the concrete encasement. Pipe jointing shall be completed as 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 drax~ings, 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 DIVISION 2 - SITE WORK SECTION 02624 - CORRUGATED POLYETHYLENE PIPE (SMOOTH INTERIOR) DESCRIPTION Under this item, the Contractor shall furnish and install con'ugated polyethylene pipe (smooth interior) in accordance with the plans and specifications anct,'or as directed by the Engineer. MATERIALS The corrugated polyethylene pipe (smooth interior) shall meet AASHTO M294 nurmnum requirements. The pipe shall be as manufactured by Hancor, Inc., Type Hancor Hi-Q, or as manufactured by Advanced Drainage Systems, Inc., T32oe ADS N-12, or an approved equal. The Contractor shall submit shop drawings to the Engineer for approval prior to order or installing pipe. CONSTRUCTION DETAII,S Alt excavation and backfill shall be in accordance ~5th 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 material if in kis opinion contains deleterious material. The Engineer shall determine if' the compaction effort is sufficient to complete the installation. END OF SECTION 02624 - CORRUGATED POLYETHYLENE PIPE (SMOOTH ~TERIOm DIVISION 2 - Page 40 of 67 DIV/SION 2 - SITE WORK SECTION 02630 - STORM DRAINAGE WORK INCLUDED The work shall include furnishing all labor, material, equipment, and incidentals necessary to install pre-cast concrete drainage structures, pipes, culverts, frames and grates, frames and covers, suitable, granular porous leaching material (soil), and all other necessary operations to construct the stormwater 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 shah be made prior to approval of the Engineer. MATERIALS Curb Inlet Structure - curb inlet structures shall consist of precast concrete floor and wall structure and a traffic bearing 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. Leaching Pools - Leaching pools shall consist of leaching rings and a solid ,vail dome. The diameter and depth of the leaching pools shall be as indicated on the plans. The leaching rings 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 grate) - The frame and grate shall be heavy-duty .type frame 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. DWISION 2 - Page 41 of 67 DI~qSION 2 - SITE WORK Trench Drain - The trench drains shall be constructed of reinforced precast concrete 16" high and 6' long sections. Each six-foot increment shall be l:urnished with two three-foot sections of hot-dipped galvanized, fabricated steel gratings. The composite unit shall be able to sustain AASHTO H-20 loading. Concrete shall be Portland Cement concrete with a minimum 28-day strength of 4,000 psi. The trench drain shall be ZipperDrain® as manufactured by Long Island Precast, Inc. , 20 Stiriz Road , Brookhaven, New York,(631) 286-0240 or approved equal. Corrugated Polyethylene Pipe ('smooth interior} - The corrugated polyethylene pipe (smooth interior) shall be in accordance ~5th Section 026424. INSTALLATION The Contractor shall excavate for the installation of the structures and pipes at the locations and to the limits as shown on the contract drawings. The outside area of the leaching structures shall be backfilled with clean granular porous material as specified. C. Pipes are to be installed to the lines and grades 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 determine 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 plans. F. Frames and grates/covers shall be well mortared in place. END OF SECTION 02630 - STORM DRAINAGE DIVISION 2 - Page 42 of 67 pi.VI, SION 2 - SITE WORK SECTION 02722 - PAVEMENT SUBBASE PREPARATION WORK INCLUDED The work shall include stripping and removing unsuitable materials, performing cut and fill operations, adjusting existing castings to proposed grade and fine 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 of, 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 fine 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 DIX~TSION 2 - SITE WORK SECTION 02723 - RECYCLED PORTLAND CEMENT CONCRETE AGGREGATE BASE COURSE WORK INCLUDED This xvork includes t'umishing and installing a Recycled Portland Concrete Cement Aggregate (RCA) base course over an approved subgrade to the depth, lines and grades where shown on 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 1011, 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 tltis material. The cost for all laborato~ 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 ¼ 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 with 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. MATER/ALS 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 Januat5, 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 DIVISION 2 - SITE WORK D. Existing asphalt placement to be rcsurfaced shall be machine swept by the Contractor prtor to the placement of the new pavement. [t shall be the ('ontractor's responsibilits, to insnre that the pavement is thoroughi3 clean, free of all mud. dust and other loose mater/al, and to the satisfaction of the Engineer. immediately prior to the application of the bituminous mixture. All loose material shall be removed with pox~er operated sweepers and/or hand brooms as may' be required and trucked from the construction site to the disposal approved by the Engineer. Immediately prior to asphalt resurfacing the Contractor shall apply a tack coat over the existing asphalt pavement. E. The asphalt concrete courses shall each be laid down in one lift, to the compacted depth, as sho~ on the plans. END OF SECTION 02740 - ASPHALTIC CONCRETE PAVEMENT DIVISION 2 - Page 46 of 67 DIVISION 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 requh'ements 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 Reinforcemem Polyethylene Curing Covers Water 701-01 703-01 703-02 705-07 709-02 711-04 712-01 'B. The material requirements and composition shall comply with the Specifications for Class "A" concrete in Section 501-2 under "Portland Cement Concrete - General". Coiacrete shall be proportioned in accordance with the aggregate weights specified for Class "A" concrete in Table 50 I-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 conventionally formed to the size and shape shown on the Details or as directed by the Engineer. Curbs shall not be poured monolithically with the sidewalk un/ess 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 I" 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 DIVISION 2 - SITE WORK Plans and specified by the Engineer. ]7he filler material shall be cut l'4" below top of the curb. E. Forms - Forms shall be steel or wood, straight, tree from warp, and of such construction that there will be no interference to inspection for grade or alignment. All forms shall extend for the full curb depth and shall be braced and secured adequately so that no displacement from alignment will occur during placing of concrete. F. Concrete Placing and Vibrating - Concrete shall be placed in the forms in accordance with the applicable requirements of Section 555-3.04 and shall be compacted with an approved_ immersion type mechanical vibrator. The vibrator shall be of the size and weight capable of thoroughly vibrating the entire mass without damaging or misaligning the forms and shall be approved by the Engineer. Forms shall be left in place for 24 hours or until the concrete ha~ sufficiently hardened, as determined by the Engineer, so that they can be removed without injury to the curb. Upon removal of the forms, the exposed faces of the curb shall be immediately rubbed to a uniform surface. Rubbing shall be accomplished by competent finishers. No plastering will be permitted. G. Concrete Curing - Curing of the curb shall comply with the requirements of Section 502- 3.10, Curing. Minimum curing periods for the various types of curing materials used shall comply ~vith the requirements of Table 502-2. H. Protection - The Contractor shall keep the curb clean, aligned and protected from damage until £mal 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 .I DIVISION 2 - SITE WORK SECTION 02775 - CONCRETE WALKS WORK INCLUDED A. This work includes all labor, materials, equipment, and incidentals necessary to construct concrete walks 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 sidewalk 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 Sidewalks except as modified herein. MATERIALS Materials shall meet the requirements specified in the following subsections of Section 700 - Materials: Portland cement (Type Ir) Fine Aggregates Coarse Aggregates Premolded Bituminous Joint Filler Wire Fabric for Concrete Reinforcement Polyethylene Curbing Covers Water Section 701-0 l 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 mirfimum compressive strength of 3500 psi at 28 days. CONSTRUCT/ON DETAILS The general construction details for 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 reinforcement, Section 709-02, shall be embedded at mid-depth in the slab. DIVISION 2 - Page 49 of 67 The x~4re fabric shall ct.n;i< .)~ No. ~, .za,~g: 'x/re at 6" centers traxersely and longitudinally. Transverse construction joints sk, all extend ~e the 0.tll depth of the slab and spaced 20 to 25 feet apart. The edges of suct~ joints shall be linished with an edging tool having a l 4- inch radius. The concrete surface shall be scored as approved b> the Engineer so that the finished walk will be marked in squares, l'he concrete shall be 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, pavement, building, etc After the completion of side~valk work, the contractor shall cover the sidewalk overnigN during the first night of curing with a polyethylene cover or an equal to the approval of the Engineer. No sidewalk shall be [eft uncovered overnight dtuSng the fu-st lfight o[ curing. The contractor at all times provides access to homes and businesses in a manner approved by the Engineer. Nexv sidewalk m'ea 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 fu:st class condition until the completion of the contract. Any portion of the sidewalk, which is damaged or vandalized at any time before the final 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 DMSION 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 xvire 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/ft2 (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/m:) minimum zinc coating with chromate conversion coating and verifiable polymer film. Internal coating Type B, minimum 0.9 oz/fi2 (275 g/m:) zinc or Type D, zinc pigmente& 81% nominal coating, minimum 3 mils (0.08 mm) thick. Formed steel ("C") 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/ft: (610 g/m2) of zinc per ASTM A 123, or 4.0 oz/ft: (1220 g/m:) per ASTM A 525. DIVISION 2 - Page 5l of 67 DIVISION 2 - SITE WORK Steel square sections: [AS'i M A 500. Grade BI Steel having minimum yield strengxh of 40,000 psi (275 MPa); sizes as indicated. Hot-dipped galvanized with minimum 1.8 oz/ft2 (550 g/m2) of coated surface area. F. End and Corner Post ............ Size as indicated on the plans Line (intermediate) Post ......... Size as indicated on the plans Rail and Braces .................. Size as indicated on the plans CHAIN LINK SWING GATES Gate frames: Fabricate chain link swing gates in accordance with ASTM F 900 using galvanized steel tubular members, 2" square, weighing 2.60 lb/fr or aluminum tubular members, 2" square, weighing 0.94 lb/fr. Weld connections forming 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 ~vire, ASTM F 668, Class 2b, in color, mesh, and gauge to match fence. Install fabric with 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 pans (e.g. hinges, latch, keeper, and drop bar} with PVC touch up paint, provided by manufacturer, to match adjacent finishes]. Hinges: Structurally capable of supporting gate leaf and alloxv opening and closing without binding. Non-lift-off ~pe hinge design shall permit gate to swing 180° (3.14 radius) inward or 180° (3.14 radius) outward. Latch: Forked type capable of retaining gate in closed position and have provision for padlock. Latch shall permit operation from either side of gate. ACCESSORIES A. Chain link fence accessories: [ASTM 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 for barbed wire ~vhen necessary. "C" shaped line post wSthout 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 DMSION 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 wire for attachment of fabric to line posts. Double wrap 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. Truss 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 ~e 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 hea~3~ lateral loads. Set post DI¥ISION 2 - Page 53 of 67 DIVISION 2 - SITE WORK bottom 36 below surface when in firm, undisturbed soil. Place concrete around posts in a continuous pour. Trowel finish ~round post Slope to direct water away from posts. E. Check each post for vertical and top aiigrmaent, and maintain in position during placement and finishing operation s. Bracing: Install horizontal pipe brace at mid-height for fences 6' and over, on each side of terminal posts. Firmly attach with t~ittings. Install diagonal truss rods at the>c points. Adjust truss rod, ensuring posts remain plumb. Tension wire: Provide tension wire at bottom of fabric if indicated on the plans (and at top, if top rail is not specified). Install tension wire before stretching fabric and attach to each post with ties. Secure tension wire to fabric with 12-1/2 gauge [0.0985" 12.502 mm)] hog rings 24" oc. L Top rail: Install lengths, 2l'. Connect joints with sleeves for rigid connections for expansion/contraction. Center Rails (for fabric height 12' ( 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.) CHAIN LINK FABRIC INSTALLATION Fabric: Install 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 15" on center and to mils, 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 DIVISION 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 DI~q[SION 2 - SITE WORK SECTION 02891 - SIGNAGE WORK INCLUDED This work' includes furnishing all labor, materials, equipment, and incidentals necessary' to install new signs for the proposed roads and parking fields in accordance with the plans and specifications and as directed by the Engineer. Proposed signs shall include but not be limited to the followSng: · Directional signs · Handicapped parking signs · Building signs · Traffic signs The construction of the signs shall meet the requirements of 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 Januar) 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 S~ate Department of Transportation Standard Specifications of January 2, 1995 for Item 645-3.ll Sign Posts and Support Systems. INSTALLATION A. Alt 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 signage shall be place prior to Engineer's acceptance of the proposed sign location. END OF SECTION 02891 - SIGNAGE DIVISION 2 - Page 56 of 67 DMSION 2 - SITE WORK S. ECTION 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: Horms 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. All 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 from 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 ~vounds larger than ~A" shall be accepted. No plant material containing noxious weeds in the root ball shall be accepted. Trees with broken, cracked or damaged root 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 under 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 roothound DIVISION 2 - Page 57 of 67 DIVISION 2 - SITE WORK C. Composted Bark Mulch or Wood Chips Shall be of any wood except elm and free of any pests. Bark Mulch shall be natural tbrest product of 98% bark contalrfing less than 2% wood or other debris. Wood chips produced on 'the site may also be used for this work such that they are free from leaves, sticks, seeds, diseased materials, chunks of wood larger than 3" or other debris. The Engineer reserves the right to reject, on or after delivery, any material that does not, in his opinion, meet the specifications. D. Organic Fertilizer (10-6-4) (50% slow release) All Organic Fertilizer (10-6-4) (50°,6 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 will 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. The 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 flat bottoms, and sized in accordance with outlines and dimensions shown 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 for rectifying the conditions. Poor quality subgrade soils shall be removed from the planting pit and replaced with good qualiw topsoil at no additional expense to the Toxvn. 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 buried 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 amount of soil and the soil tamped. F. All planting stock shall be nurseD.-grown in accordance with good horticultural practices. Plants shall be free of disease, insects, eggs, larvae, and defects such as knots, sanscald, injuries, abrasions, or disfigurement. They shall be sound, health3' and vigorous, of uniform growth, .typical of the species and variety. ~vell-formed, free from irregularities, with the minimum quality conforming to American Standard for Nursery Stock. No trees or shrubs with wounds larger than 3,,~,, shall be accepted. Trees having damaged or missing leaders, multiple leaders, Y-crotches, or indications of topping or heading back will not be DIVISION 2- Page 58 of 67 DIVISION 2 - SITE WORK accepted. Single stem trees shall have the loxvest branches between 6'-7 above finished 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 groxvn 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 grov~m. 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 fm'n 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 well-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. Delive _ry. All plants shall be packed, transported, and handled with the utmost care to ensure adequate protection against injary. Trees with broken, cracked or damaged root balls ~vi}l not accepted and the plant material shall be replaced at no extra cost to the Town. Any inspectidn certificates required by law shall accompany each shipment invoice. DIVISION 2 - Page 59 of 67 DIVISION 2 - SITE WORK L. Inspection. The Contractor shall plant no plant material until it is inspected and approved by the Engineer at the site of the project. Any material with fresh or uncallused wounds larger than 3/4" in diameter may be subject to rejection. The Engineer shall be the sole judge of the quality and acceptability of the materials. ?all rejected material shall be immediately removed from the site and replaced with acceptable material at no additional COSt. TIME OF PLANTING: Unless otherwise directed by the Engineer, deciduous material shall be planted from March 1st to May 1st and from October 15th to December 15th, evergreen material shall be planted from April 1st to May 15th and from September 1st to October 15th, 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 bottoms, or as directed. All plants shall be set to ultimate finished grade, so that the>' Mil be left in the same relation to the surrounding grade as they were grown in the nurser5.' or slightly higher. In the event that nurseR' practices have resulted in soil being placed above the root flare, this extra soil and an.~ advantageous roots shall be removed. The planting detail shall supersede these specifications. All 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 ball and the planting pit. When depth is specified, it shall be understood as meaning depth below f'mished 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 ma>' 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 I cup of 5-10-5 or slow release fertilizer tablets per I" of caliper shall be placed with the backfill. A sample of the proposed fertilizer shall be submitted to the Engineer for approval prior to the start of work. Tamp backfill firmly to prevent settlement. When pit Js nearly filled, water thoroughly and allow water to soak away. If settling of the backfill occurs after watering, add more backfill to bring to level. A slight "saucer" shall be tbmaed around each plant to hold additional water. Shrubs. All shrubs shall be planted in holes at least 1 toot greater in diameter that the ball of earth or spread of roots. The depth of the holes shall be at least l toot and as much greater as is necessar3' to set the plant properly at finished grade. After 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 xvatering. Areas between shrub beds I. raasscs of shrubs planted 4' apart or closer) between shrubs must be tilled and pulverized to a depth of 6 inches excepting those areas within the driplines of existing trees. A slight DIVISION 2 - Page 60 of 67 DIVISION 2 - SITE WORK "saucer" shall be formed around each plant to hold additional water. Shrubs shall not be planted closer than two (2) feet from the edge of the shrub beds. Groundcovers Plants shall be carefully removed from the comainers or flab immediately prior to planting and set to the same depths as they were grown 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 lmoculant. The Transplant Inoculant shall consist of Mycor Tree Saver Transplant, a product of Plant Health Care, Inc., 440 William Pitt Way, Pittsbgrg, PA., 15238, 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 x~Sth no noxious weeds, grasses, sticks, roots, stones present and shall be consistent in texture. (1 inch Maximum lump size). C. Construction Methods: 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 ~vith machines of like size and manufacture to that which is used to dig the intended tree. DIVISION 2 - Page 61 of 67 DIVISION 2 - SITE WORK General Notes: a. Three to six inch (3"-6") caliper trees ehal 1 be moved with a minimum of sixty inch (60") mechanical tree spade. Over eight to ten inch (8-I0") caliper trees shall be moved xvith a minimum ninety inch (90") mechanical tree spade The Contractor shall be responsible for locating underground utilities for transplant operations. The Contractor shall be responsible for ~vatering and maintaining the trees for two (2) years. TheContractor shall keep the project areas cleaned of all debris and left in a neat and presentable condition at all times. The Contractor shall fill grade, and repair any damaged work 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 forty-eight (48) hours after transplanting trees shall be Class l pruned, in accordance with the National Arborist Association Pruning Standards for Shade Trees. Pruners shall be kept sharp, clean and adjusted properly to re proper cuts. Anvil type pruners 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 tbur inches (2"-4") higher than existing finished grade. The Contractor shall use one-quarter inch (1/4") diameter twine or other suitable material approved by the Engineer to compress the branches of the tree to prevent breakage during transportation or planting the trees. e. Trees shall be dug and transplanted within forty-eight (48) hours DIVISION 2 - Page 62 of 67 DMSION 2 - SITE WORK 5. Sandy Loam Backfilling: a. Trees shall be backfilled with sandy loam topsoil. b. Backfill shall be watered in after each twelve inch (12") layer. 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. 6. Transplant Inoculant: 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. MULCHING: A. 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 chips, commercial 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 chip mulch shall be applied to the surf'ace 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 tlu:ee (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 shown on the plan c~r 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~m on the plan or as directed by the Engineer. DWISION 2 - Page 63 of 67 DIYqlSION 2 - SITE WORK MAINTENANCE: A. At the time of planting, the soil aroand each plant shall be thoroughly saturated with water, and as many times later as seasonable cunditions require, until final acceptance of the plant materials. Maintenance shall include ~atering, weeding, cultivating, edging, control of insects, fungal infections, and other diseases by means of spraying with an approved insecticide or fungicide, pruning, adjustment and repair of stakes, anchors, and wires. repair of minor washouts and gullies up to twelve inches (12") in depth, and other horticultural operations necessa~., for the proper growth of all trees, and for keeping the entire area within the contract limits neat in appearance until the final acceptance and completion of the whole work of this contract. The maintenance schedule for the groundcovers and herbaceous materials shall continue tbr a period of time not to be less than 2 years or until such time as the ground 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 for lawn areas is described separately..A schedule of maintenance operations shall be submitted to the Engineer tbr review 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 ist to October 1st, and such cultivating and weeding shall be repeated at least eve~r three (3) weeks. Under no conditions shall weeds be a[towed to attain more than six inches (6") of gro~h. 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 mad incidentals necessary for hauling, stockpiling, placing, grading, and compacting of topsoil in accordance with the Specifications, Engineer and as indicated on the Contract DrawSngs. 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 necessary to scarify., rake and f'me grade topsoil. Raking shall be performed at a minimum to the top 2 inches of soil. D. The Contractor shall rake and fine 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 DIVISION 2 - SITE WORK SECTION 02920 - HYI)ROSEED DESCRIPTION The Contractor shall furnish all labor, materials, equipment and incidentals necessaD, to apply hydroseeding, amend the soil and establish an acceptable stand of grass as specified, shox~n on the Contract Drawings and as approved by the Engineer. SUBMITTALS The Contractor shall submit to the Engineer ali items described in subsequent secuons as outlined by the following schedule: A. Prior to hydr. oseeding material delivery to the project site: 1. Certified seed mixture. 2. Certified soil amendments, i.e. fertilizer, lime, peat moss, etc. as required per Agricultural LaboratoD' recommendations. The Contractor shall submit the report to the Engineer. 3. Certified wood fiber mulch. Upon completion of hydroseeding: 1. Maintenance instructions for Owners maintenance after final acceptance. 2. Statement of warranty (l year maintenance) MATERIALS The seed mixture should be as follo~vs and applied at a rate of 150 pounds per Acre: 35% Care FreeTall Fescue 35% Cavalcade Tall Fescue 15% .Affinity 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°./o :t:2% Ash Content 1.4% pH 6~: 2 Water Holding Capacity 90% minimum DWISION 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 j ute 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 and/or 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 allo~ved 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. 'F. Maintenance of Grass: The Contractor shall maintain the seeded area without additional payment 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 stan~l of grass shall be re-fertilized and re-seeded with the original mLxture 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. When 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 ~vork required because of faulty operations (delays) or negligence on the part of the Contractor shall be performed without additional cost to the Owner. The Contractor 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 Drawings and Specitlcations of other trades and contractors for items which might affect the work under this Division. TABLE OF CONTENTS - DMSION NO. 3 - CONCRETE Included in this Division are the follow'rog sections: 03100 03200 03300 03360 Concrete Form Work Concrete Reinforcement Cast-In-Place Concrete Concrete Surface Hardener DIVISION 3 - Page 1 of 11 SECTION 03100 - CONCRETE I?Ol,~.x, WORK ~COPE The work under this heading shall consst or' fftrnishir~g all labor, materials, equipment and appliances necessat3, or reqdired to perform and zcn,,p,ete all concrete form work, including but not limited to the followi rig: Forms and centering. All forms required t6r the ~ork in this Section. Setting and building of all anchors, inserts, hangers, supports, ties, times, 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 Drawings, for the members tbr which 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 1-inch back from surface of exposed side and holes filled with cement mortar and rubbed immediately after removal of forms. Forms for concrete work shall be plsxvood 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 injuo.' to ftnish 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 surthce. WORK IN CONNECTION WITH OTHER SECTIONS AND/OR CONTRACTS Box out for pipes as directed and fill up to pipe sleeves xvith 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 L~ 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 famished by other trades and required to be built into concrete. END OF SECTION 03100 - CONCRETE FORM WORK DIVISION 3 - Page 3 of 11 DIVISION 3 - CONCRETE SECTION 03200 CONCRE'I E REINFORCEMEN I SCOPE The work under tiffs heading shall cor:,ist t,f lhrnishing wl labor, materials, equipment and appliances necessary or required to pcrfima and complete 'all concrete reinforcing. SHOP DRAWINGS Complete and accurate shop drawings shall be ,ubmitted to the Engineer for review betbre any work is executed. Drawings shall show framing plans, details, bending diagrams, sizes and spacing of members, relationship to contiguous ~vork. scale elevations of all reinforced concrete walls, and all other pertinent informat/on. 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 subnfission. Cost of all prints required from the reproducible, including prints required by the Engineer, shall be bome by this Contractor. MATERIALS Deformed reinforced steel shall contbrm with SPECIFICATIONS FOR NEW BILLET-STEEl BARS FOR CONCRETE REINFORCEMENT, ASTM A-615, GIL4DE 60. Deformations on deformed bars shall cmfform with SPECIFICATIONS FOR DEFORMA. TIONS OF DEFORMED STEEL BARS FOR CONCRETE REINFORCEMENT. ASTM A-305. C. Welded ~vire fabric shall comply with ASTM A- 185. PLACING OF REINFORCEMENT 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. Minimum radius of bend shall be four diameters for bars 5/8 inch round or less, and six diameters for larger bars. C. At intersections, rods shall be securely x~ired together. Contractor shall exercise extreme care to prevent discoloration of exposed concrete surfaces reinforcement. All reinforcement shall be inspected in the forms before concreting starts by the Engineer. Contractor shall notify the Engineer at least 24 hours prior to any pour. END OF SECTION 03200 CONCRETE REINFORCEMENT DIVISION 3 - Page 4 of 11 DIVI,SION 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 plarit shall be currently approved as a concrete supplier by the New 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 structural footings, foundations, floor slabs, exterior slabs, ramps and stairs. Weight: Normal weight as indicated, Lightweight Concrete (for floor fills): Air-dry unit weight between 95 and 115 lb/cu f. 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. 2. Tipping floor and loading trench coqcrete 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 6l 1 pounds per cubic yard for 4000 psi concrete. DIVISION 3 - Page 5 of 1 l DIVISION 3 - CONCRE~TF REINFORCEMENT (Amendments to A. Bar Reinforcement: ASTM \ 615, Grade 60, detm-n'.cd steel bars. B. Fabric Reinforcement: ASIM x~ 185, welded v, ire fabric, fabricated iato flat sheets unless otherwise indicated. C. Bar Supports: Galvanized steel or AISI T.xpe 43{) stainless steel, and without plastic tips. D. Tie Wire: Black annealed wire, 16-1/2 gage or heavie~. PRODUCTION (Amendments to ACI 301~ Chapter 7) A. Provide ready-mixed concrete, either central-mixed or track-mixed. EXAMINATION AND PREPARATION A. Do not use items of aluminum tbr mixing, chuting, conveying, forming or fimshing concrete, except magnesium alloy tools ma5, be used for £mishing. B. Keep excavations free of water. Do not deposit concrete in water. C. Hardened concrete, reinforcement, forms, and earth ~vhich will be ia contact with fresh concrete shall be free from frost at the time of concrete placement. D. Prior to placement of' concrete, remove all hardened concrete spillage and tbreign materials from the space to be occupied by the concrete. FORMWORK (Amendments to ACI 301, Chapter A. Chamfer all exposed external corners 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 mst, 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 truck mixers and agitators and discharge limitations shall conforn~ to the requirements ofASTM C 94. B. Do not allow concrete to free tall more than 4 feet. DIVISION 3 - Page 6 of 1 l DIVISION 3 - CONCRETE FINISHING FORMED SURFACES (Amendments to ACI 301, Chapter 10) Finish Schedule: Except ~vhere 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 e~posed 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 belo~v: 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 fin/shes on concrete floors and slabs without the addition of mortar or other filler material. Finish surfaces in true planes, true 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 truck 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. Fnmish shipping boxes for compression test cylinders. DIVISION 3 - Page 7 of 11 B. The Contractor shall be rt's;)on-ibl~ fi,r lhm~it'!: i-c Engineer with the test resuhs of each concrete test cylinder tested ~: ' and l- c:a, _- t ~r ~ ach truck load. LABORATORY TESTS All laboratou costs in establishing the design mix mid testing of cylinders shall be borne by the Contractor. END OF SECTION 03300 - CAST-IN-PLACE CONCRETE DIVISION 3 - Page 8 of 1 l DI~ISION $ - CONCRETE SECTION 03360 - CONCRETE CURING/SEALING/HARDENING SUMMARY Drawings and general provSsions of Contract, including General and Supplememary Conditions and Division I Specification sections, apply to this section. Furnish labor, materials, equipment and supervision to install the monolithic heavy-duB, non- rusting, 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 factory and delivered to the job site ready to apply; placing, finishing and curing as specified. SUBMITTALS' Description: A ready to use floor topping comprised ora 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 this section shall have a minimum of i0 (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. Supe~'ision: 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. QU3~,ITY ASSURANCE Applicators not certified by the floor hardener manufacturer shall proxdde a mockup of flooring including surface preparation. B. Provide a 10 foot by l0 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 11 ~iVISIO~' 5 - CONCR_E?~ DELIVER~ STORAGE~ AND I-L~ND L IN(; A. Deliver products in original unopened, undmnaged I1tctory packaging bearing identification of product, manufacture, batch mtmber, and expirattoc, .%ta as applicable. B. Store the product in a ]ocam),n protected from damage, construction activin', and precipitation in strict accordance with the manufacturer's reconmnendat~ons. ENVIRONMENTAL REQUIREMENTS A. Do not use specified product under conditions of' precipitation or freezing conditions. Use 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. The 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) year limited warranty for the work specified against becoming unserviceable or causing an objectionable appearance resulting from either defective or non-conforming materials or ~vorkmanship. PRODUCTS MANUFACTURERS Approved Manufacturers: specifications are based on the first named manufacture. Other approved manufactures must meet or exceed this standard and must be approved by the Engineer. Pmti-Hydro international, Inc., 45 River Road, Flemington, NJ 08822 Phone: 1-800-777-1773 B. Product 1. A-H EmeW as manufactured by Anti-Hydro International MATRIX: 100% pure emery/corundum - minimum 58% aluminum oxide, minimum 24% iron oxide and maximum 4% silica. 3. Application Rate: Heaw-Du .ty Use 1.25 lbs/ft2 DIVISION 3 - Page 10 of 11 DIVISION 3 ~ CONCRETE EXECUTION A. Concrete Mix 1. Maximum slump shall not exceed 4 inches. 2. Maximum air content shall not exceed 3%. 3. Minimum compressive strength of 4,000 psi. 4. Add 1.5 gallons of "Anti-Hydro" admixture per yard of concrete in accordance with manufacturer's specifications. B. Concrete Placement 1. Move concrete into place with square-tipped shovels or concrete rakes. 2. Vibrators, when used shall be inserted and withdrawing vertically. 3. Concrete shall be struck to specified level with wood or magnesium straight edge or mechanical vibrating screed. 4. The concrete surface shall be further leveled and consolidated with highway magnesium straight edge and/or magnesium bull float. 5. 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 of the slab shall be as per the surface hardener manufacturer's instructions. E. Protection of Finished Work 1. Protect £mish work. 2. Prohibit foot or vehicular traffic on floor surface as directed by the Engineer. 3. Barricade area to protect flooring as directed by the Engineer. 4. 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, DILl. 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. 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 DD, qSION 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 perform and complete all structural steel as shown on the Drawings and specified herein, including but not limited to the following: 1. Furnishing, fabricating and erecting all structural steel ;york 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 draxvings for review in accordance with the 'requirements of the General Conditions, immediately on award of Contract, based on design dra~vings. 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 Steel 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 by 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. Revie;v of shop draw'rags will be for size and arrangement of principal and auxiliary members and strength of connections. Errors in dimensions shall be the Contractor's responsibilib'. DIMENSIONS A. The Contractor must verify all measurements at the building, especially when his work is subsequent to other work of the building and is to join it and will be held responsible for an3 error in said measurement unless he notified the Engineer in time for proper adjustment to be 5-2 DIVISION NO. ~ - METALS made. This Contractor must cooperate with other contractors of the several trades so that work ~vill not be constructed prematurely and have to be taken do~vn to allow the consu'uction of work 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 dra~Sngs shall be verified and supplemented. MATERIALS A. Ali structural steel and accessories shall be new. B. Structural steel shall be ASTM A-36. All stock material shall be of quality equal to tlmt 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 rolled 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 ~vhere 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 Constmctinn. 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, xvhere permitted shall be in accordance with STANDARD CODE FOR ARC .MqD 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 correct fitting of structural members to each other and to adjacent work. Templates shall be furnished for setting of anchor bolts and other bolts and items. Templates and bolts shall be delivered within such time as will not &lay progress of concrete and masonD ~vork. CHECKING MEASUREMENTS~ EXAMINATION OF FOUNDATIONS The Contractor, before commencing ~vith the work, shall check all governing dimensions at the building and the levels of all footings on ~vhich the work is to stand, and shall noti~r the Engineer of an), 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 shox~aa 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 of deliver5.' 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 an5' way. FABRICATION Finished members shall be true to line and free fi.om ~,ists, 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 xvelding is required. C. Bolts shall be 3/4 inch in diameter, except where otherwfse 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, reinforcing, 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 ~vork 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 sufficient 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 kigh strength friction type bolts. I. End connections shall be of sufficient strength to support safely the maximum reactions of carryin, ' g member, plus any load due to eccentricity. WORKM.4~NSItIP A_ND ERECTION A. Except as otherwise shown 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 which result from handling and transportation and prevent the proper assembly. Corrections shall be made at no additional cost to the Owner. 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 DIVISION NO. 5-METALS As erection progresses, the work shall be fastened securely to take care of all dead load, wind and erection stresses. ?dl structural steel shall have suitable temporar) braces to hold ii i~ position until permanently secure. Field cutting of stmctural steel may only be done with prior consent of the Engineer. Burning of holes for bolted connections will not be permitted, and violation of this clause will be sufficient cause for the rejection ofan~ piece in which a burned hole exists. WELDING Welds shall be made only by operators who have been previously qualified by tests as prescribed in STANDARD QUALWICATION PROCEDURE of the .4anerican WeldLng Socie~' to perform type of work required, except that this provision need not apply to tack welds later incorporated into finished welds carrying calculated stresses. Appearance, qualiB~ of work and methods of correction for defective work where welding is permitted shall be in accordance with the American Welding Society publication CODE FOR ARC-WELDING IN BUILDING CONSTRUCTION. PAINTING AND CLEANING A. All steel work shall receive a shop coat except as follows: 1. 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 Palming 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 Division 9 - Finishes, Section 09910. 5-6 DIVISION NO. 5 ~ METALS INSPECTION A. Field inspection will include but not be limited to ascertaining that: 1. Plates are level and properly placed. 2. Cormections fit. 3. Welding is properly executed by qualified welders. 4. Torque of high strength bolted connections. B. .~y 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 oftbe 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 with directions issued by the Engineer. END OF SECTION 05100 - STRUCTURAL METALS 5-7 DIVISION NO. 5 - METALS SECTION 05300 - COLD FORMED METAL FRAMING GENERAL Description 1. 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 Quality. Control: Contractor shall provide effective full time quality control over all fabrication and erection activities. 2. Standards Work shall meet the requirements of the following standards American Iron and Steel Institute (A.I.S.I.) Design of Cold Formed Steel Structural Members, 1980. American Welding Society (A.W.S.) D. 1.3, 1981 Structural Welding Code - Sheet Steel. American Society for Testing and Materials (A.S.T.M.). American Institute of Steel Construction (A.I.S.C.) Manual of Steel Construction, 9th edition. .&Il pertinent Federal, State and Local Codes. The most stringent requirements shall govem in conflicts between specified codes and standards. Product Handling 1. Protection - Upon deliver3.', material shall be protected from rain and snow by impervious coveting or shelter. 5-8 DIVISION NO. 5 - METALS Manufacturers All flaming members shall be manufactured and supplied by Marino Industries Corp., Montrose Road, Westbut3~, NY 11590, 1-800-M,M~INO7, or approved equal, and be of the type and size as sho~vn on the Plans. Materials 1. Galvanized Material: All galvanized studs 12, 14 and !6 gauge, shall be formed from steel that corresponds to the minimum requirements of A.S.T.M. A446, Grade D'with a m/n/mm yield of 50,000 psi. All galvanized 18 and 20 gauge studs, all galvanized track, bridging, end closures and accessories shall be formed from steel that corresponds to the requirements of A.S.T.M. A446, Crmde 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 framing 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 racking. 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 components shall be with self tapping scre;vs or welding of sufficient size to insure the strength of the com~ection. Screws shall be of t)qpe and size sho;~ on Drau/mgs and shall be manufactured by Buildex, Inc. (Division of Illinois Tool Works, Inc.) or equal. Where protection against moisture and corrosive environment is needed. screws shall have Climaseal coating as supplied by Buildex, Inc. or approved eqnal. Welds shall be performed by the operators qualified in accordance with section 6.0, of the American Welding Socie~' Structural Welding Code - Sheet Metal (AWS D 1.3 - 81 ~ (Where field welds are anticipated, we suggest that components of 20 gauge flfickness are not specified.) All ~velds shall be touched up with zinc rich paint. G. Surface Conditions Inspection - Prior to installation, inspect work of all other trades. Veri~' that all such work is complete and accurate to the point xvhere this installation mav properly commence in strict accordance with framing shop drawings. 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 lVIISCELLANEOUS METALS Provide at the proper time, all various miscellaneous metal support, bracing and framing not provided under other sections and required to complete the work, whether or not such items are shown 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 DrawSngs, 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~Sse 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 w~ter or with a petroleum distillate. No abrasive cleaning agent shall be used. All operative items shall be adjusted to work properly, and work lef~ whole, clean and in satisfactory condition. END OF SECTION 05400 - MISCELLANEOUS METALS 5-11 DIVISION NO. 5 - METALS SECTION 05503 - BOLLARDS A. Bollards shall be minimum of schedule 40 steel pipe. The steel pipe shall be 6" diameter and 9~ long. B. Bollards shall be adequately backfilled, tamped and set so as to provide a neat, level and plumb appearance. C. Bollards shall be installed in the locations shown and as detailed in the Comract Drax~4ngs. D. Painting and cleaning of bollards shall conform to the requirements of Division 9 - Finishes. Section 09910. END OF SECTION 05503 - BOLLARDS 5-12 D. IVISION 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 all necessary b~ackets, struts, lugs, carrier angles, and the like. C. All landings/platforms shall be open grate aluminum. D. Provide handrails and all necessary accessories. Components shall be similar to products of IWIVl Construction, 775 Long Island Avenue, Medford, New York or approved equal. E. The Contractor shall submit Shop Drawings 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 ail locations as shown on the Contract Drawings and approved by the Engineer. MATERIALS All rails shall be 1-1/2" O.D. aluminum (1.660") 6063-T52 (pipe) as designated by "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. Inc., Carlstat, N.J. (800)526-6293 or approved equal. Sleeves where shown 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 by the Engineer. Sleeves to be flush with the top of concrete ~valk. Epoxy grout where sho;vn on drawings, shall be "Five Star Read3' Grout" as manufactured by U.S. Grout Corporation or approved equal. Grout shall be constructed to shed water from rail. 3. Bolt railings to steel platforms/stairs as required. INSTALLATION Install as per manufacturers specifications and as dkected by the Engineer. END OF SECTION 05720 - ALUMINUM HANDRAILS 5-14 DIVISION 6 - WOOD AND PLASTICS GENERAL The work under th/s Division shall be subject to the requiremems 6f the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWiNGS, SCHEDULES, ADDENDA and other Contract Documents. Refer to the Drawings and Specificatior/s of other trades and contractors for items which might affect the xvork under this Division. TABLE OF CONTENTS - DIVISION NO. 6 - WOOD Included in this Division are the following sections: 06100 Rough Carpentry DIVISION 6 - Page I of 4 SECTION 06100 - ROUGH CARPENTR T QUALITY ASSURANCE Mill and Producers X larl,: ~ac'a ptec~ ~,; lumb:~ .tnd [l;'~',~od shall be grade stmped indicating ~pe, ~ade, nnl. mc grading ~gen~ oatilied ~5 ~he Board of Review of the Americ~ Lumber Standards Co~:~ittce. Mark st=all aaoear on unfi~shed surthce, or ends of pieces with fimsned surI~tces 1. Pressure Preservati,'e Treated Material: Accredited agency quali~~ m~k, ou each piece of wood. indicating treatmen::. DELIVERY~ STORAGE~ AND HANDLING Keep materials dD'. Make provision tbr air circulation around and between stacks of wood products. LUMBER General: Furnish seasoned dimension lumber dressed to nominal sizes indicated with 19 percent maximum moisture content at tinle of dressing, marked "S-DRY". Comply with dO' size requirements of PS 20. 1. Dress: Surfaced 4 sides (S4S) unless otherwise indicated. Framing Lumber: Species: Douglas Fir or Hem-Fir (WWPA or WCLIB), or Southern Pine (SPIB), or Spruce-Pine-Fir CNGLA) unless other~vise indicated. l. Light Framing; 2 inches through 4 inches thick, less than 6 inches wide: Standard and Better grade, except Stud grade for smd framing. 2. Structural Framing: 2 inches through 4 inches thick, 6 inches wide and wider: No. 2 grade. Board 1. Lumber; less than 2 inches thick: Exposed Board Lumber, for Paint Finish: Southern Pine No. l (SPIB), Douglas Fir 2 Common (WWPA), Select Memhantable (WCLIB), or Spruce-Pine-Fir Appearance (NGLA). Concealed Board Lumber: Southern Pine No. 3 (SPIB), any species No. 4 (WWPA), any species Standard (WCLIB), or Spruce-Pine-Fir No, 1 . No. 2 (NGLA). Miscellaneous Lumber: Standard grade, No. 3 grade, or better grade of the following species unless otherwise indicated: i. Nailers and Blocking: Douglas Fir, Hem-Fir, Idaho White Pine, Sonthern Pine, or Spruce-Pine-Fir. 2. Furring: Spruce, Hem-Fir, or Spruce-Pine-Fir except Douglas Fir or Southern Pine for furring required to receive preservative treatment. DIVISION 6 - Page 2 of 4 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, DiLa. 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. 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 1 of I 1 SECTION 03100 - CONCRETE FOI,~M WORK SCOPE The work under this heading shall consist of fumxshing all labor, materials, equipment and appliances necessary or required to perform and complete all concrete form work, including but not limited to the following: Forms and centering. All forms required ibr the work in this 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 otherwS, se specified. FORMS~ CENTERING AND FORM WORK AFFECTING WORKMANSHIP Forms shall conform with the lines, dimensions and shapes of concrete indicated on the Drawings, for the members for which they 'are provided. They shall be tight to prevent any possibili~' of movement after concrete is poured and shall insure safeD, to workmen and the public. On concrete exposed to view, metal ties where used shall be detached l-inch back from surface of exposed side and holes filled with cement mortar and robbed immediately after removal of forms. Forms for concrete work shall be pl)svood 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 finish 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 san~e are in place. Build in anchors, inserts or slots as required for proper anchorage. DIVISION 3 - Page 2 of 1 l DIVISION 3 - CONCRETE Set in concrete all sleeves fianished under other sections or contracts, in proper alignment and location. Cooperate with other trades. Build in concrete all forms furnished by other trades and required to be built into concrete. END OF SECTION 03100 - CONCRETE FORM WORI( DIVISION 3 - Page 3 of I 1 DIVISION 3 - CONCRETE SECTION 03200 CONCRETE RE1NFORCEMEN 1 SCOPE The xvork under this heading shall consist of furnishing all labor, materials, equipment and appliances necessary, or required to perform and complete all concrete reinforcing. SHOP DRAWINGS Complete and accurate shop drawings shall be submitted to the Engineer for review before any work is executed. Drawings shall show frmning plans, details, bending diagrams, sizes and spacing of members, relationship to contiguous work, scale elevations of all reinforced concrete xvalls, and all other pertinent information. Details shall be carded out in accordance with the A.C.I. roles. Contractor shall submit one black and white print ,and one reproducible xx4th each submission. Cost of all prinks required from the reproducible, including prints required by the Engineer, shall be borne by this Contractor. MATERIALS Deformed reinforced steel shall conform vdth SPECIFICATIONS FOR NEW BILLET-STEEL BARS FOR CONCRETE REINFORCEMENT, ASTM A-615, GRADE 60. Deformations on deformed bars shall conform with SPECIFICATIONS FOR DEFORMATIONS OF DEFORxMED STEEL BARS FOR CONCRETE REINFORCEMENI'. ASTM A-305. C. Welded wire fabric shall comply with ASTM A-185. PLACING OF REINFORCEMENT 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. Ail reinforcement shall be bent cold. Minimum radius of bend shall be four diameters 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 by reinforcement. All reinforcement shall be inspected in the forms before concreting starts by the Engineer. Contractor shall notify the Engineer at least 24 hours prior to any 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 New 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 structural footings, foundations, floor slabs, exterior slabs, ramps and stairs. Weight: Normal weight as indicated, Lightweight Concrete (for floor fills): Air-dry unit weight between 95 and 115 lb/cu ft. 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. 2. Tipping floor and loading trench coi~crete 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 x~iting 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 ~xiting 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 DIVISION 3 - CONCRETE REINFORCEMENT (Amendments to ACI 301, Chapter 5L.' A. Bar Reinforcement: ASTIx I :\ t) 1 q, Grade 61), det't,tqned steel bars. B. Fabric Reinforcement: ASI~NI A 185, welded wire fabric, fabricated into fiat sheets unless otherwise indicated. C. Bar Supports: Galvanized steel or A[SI Type 430 stainless steel, and without plastic tips. D. Tie Wire: Black annealed wire, 16-1/2 gage or heavier. PRODUCTION (Amendments to ACI 301~ Chapter 7) A. Provide ready-mixed concrete, either central-mixed or track-mixed. EXAMINATION AND PREPARATION A. Do not use items of aluminum for mixing, chuting, conveying, forming or finishing concrete, except magnesium alloy tools ma3' be used for f'mishing. B. Keep excavations free of water. Do not deposit concrete in ~vater. 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 all hardened concrete spillage and foreign 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 truck 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 11 DIVISION 3 - CONCRETE FINISHING FORMED SURFACES (Amendments to ACI 301, Chapter 10) Finish Schedule: Except where indicated otherwise on the Dra~vings, 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 e~posed to view. FINISHING SLABS (Amendments to ACI 301~ Chapter 11) A. Slabs On Grade: Provide key type joints unless otherwise show~a. Tool exposed joints. Finish Schedule: Except whe3e 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. 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, true to line, with particular care taken during screeding to rna'retain an excess of concrete in front of the screed so as to prevent low 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 truck 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 11 D~V!S!ON ~ - CONCr~E~E B. The Contractor shall be rt.s,~onsibl~ fi,r fum:.shir.~: 'l~e Engineer with the test resnlts of each concrete test cylinder tested ~ ' and l-' ciavs f.~r tach truck load. LABORATORY TESTS All laboratory costs in establishing the design mix and testing of cylinders shall be borne by the Contractor. END OF SECTION 03300 - CAST-IN-PLACE CONCRETE DIVISION 3 - Page 8 of l I DIVISION 3 - CONCRETE SECTION 03360 - CONCRETE CURING/SEALING/HARDENING SUMMARY Dra~rings and general provisions of Contract, including General and Supplementary Conditions and Division I Specification sections, apply to t/tis section. Furnish labor, materials, equipmem and super~Ssion 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 factory and delivered to the job site ready to apply; placing, fmishing and curing as specified. SUBMITTALS Description: A ready to use floor topping comprised ora 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 this section shall have a minimum 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 mamffacmrer'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 11 DELIVER~ STORAGE~ AND IJ~\ND LI N( ~ A. Deliver products in originzl un.:p.sm'd, undmnag~d fi~ctory packaging bearing identification of product, manufacture, batcl- r urnb.:c..md expirat~o," &t,t as applicable. B. Store the product in a location protected from damage ,:onstmction activin', and precipitation in strict accordance with the manufacturer's recommendations. ENVIRONMENTAL REQUIREMENTS Do not use specified product tinder conditions of precipitation or freezing conditions. Use appropriate measures for protection and supplementary heating/cooling or to ensure pr/or drying and curing conditions in accordance with the manufacturer's recommendations. Floor hardener manufacturer shall provide Material Safer3' Data Sheets. The applicator shall be responsible to post these sheets during fl~e application of the floor hardener. WARRANTY The approved applicator and hardener manufacturer shah provide a one (1) year limited warranty for the work specified against becoming unserviceable or causing an objectionable appearance resulting from either defective or non-conforming materials or workmanship. PRODUCTS MANUFACTURERS Approved Manufacturers: specifications are based on the first named manulrhcture. Other approved manufactures must meet or exceed this standard and must be approved b3 the Engineer. Anti-Hydro International, Inc., 45 River Road, Flemington, NJ 08822 Phone: 1-800-777-1773 B. Product 1. A-H Emery as manufactured by Anti-Hydro International IVIATRIX: 100% pure emeDqcorundum - minimum 58% aluminum oxide, minimum 24% iron oxide and maximum 4% silica. 3. Application Rate: Heavy-Duty Use 1.25 lbs/fi2 DIVISION 3 - Page l0 of I 1 DIVISION 3 - CONCRETE EXECUTION A. Concrete Mix 2. 3. 4. Maximum shtmp shall not exceed 4 inches. Maximum air coment 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 with manufacturer's specifications. B. Concrete Placement 1. Move concrete into place with square-tipped shovels or concrete rakes. 2. Vibrators, when 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 highway 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 of the slab shall be as per the surface hardener manufacturer' s instructions. E. Protection of Finished Work 2. 3. 4. Protect finish ~vork. 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. $ - 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 Drawings and .Specifications of other trades and contractors for items which might affect the work under this Division. TABLE OF CONTENTS - DMSION NO. 5 - METALS Included in this Division are the follow'rog 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 perform and complete all structural steel as shown on the Drawings and specified herein, including but not limited to the following: 1. Furnishing, fabricating and erecting all structural 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 draxvings. 6. Hot dipped galvanized members exposed to weather and xvhere indicated on draw~gs. 7. Hangers and struts. DRA~VINGS A. Submit shop and erection draxvings for review in accordance with the requiremems 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 *.he Engineer, and returned to the Steel Contractor. Shop drawings shall include layouts and details showing the sizes of members, connections, cu~s, holes, welds, bolts, etc. Provisions for the connection of other work shall be indicated. All Welds shall be indicated by standard welding symbols contained in the "Structural Welding Code" o'f the American Welding Society. Shop drawings shall shoxv the size, length and type of each weld. C. Review of shop drawings x~511 be for size and arrangement of principal and auxiliary members and strength of connections. Errors in dimensions shall be the Contractor's responsibili~'. DIMENSIONS A. The Contractor must verify all measurements at the building, especially when his work is subsequent to other work of the building and is to join it and will be held responsible tbr any error in said measurement unless he notified the Engineer in time for proper adjustment to be 5-2 DIVISION NO. 5 - METALS made. Tiffs 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 of work that should have had precedence. All work so done must be adjusted and must be replaced at the Contractor's cost. Dimensions shoxvn on the structural drax~fngs 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 repons 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 ~Sew in finish work shall be uniformly rolled 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 PRA_CTICE FOR STEEL BUILDINGS AND BRIDGES latest edition, issued by the American Institute of Steel Construction. The design of members and connections for an), 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 oftbe 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 thbrication and erection and for correct fitting of structural members to each other and to adjacent xvork. Templates sl~all be furnished for setting of anchor bolts and other bolts and items. Templates and bolts shall be delivered within such time as will not delay progress of concrete and masoms' work. CHECKING MEASUREMENTS, EXAMINATION OF FOUNDATIONS The Contractor, before commencing with the work, shall check all governing dimensions at the building and the levels of all footings on xvhich the work is to stand, and shall noti~- the Engineer of any discrepancies. SUBSTITUTION OF SECTIONS Substitution of sections or modifications of details shall be made oniy if accepted by the Engineer. Substituted sections, if permitted, shall be of strength equal to those shown 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 of deliver5' 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 true to line and free from tvdsts, bends and open joints. Shearing and punching shall leave clean, true lines and surfaces. .411 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, reinforcing, 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, xvhere 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 flamed beam connections wherever possible. Web connections shall be double angle connections. End connections shall be of sufficient 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 ca~.'ing member, plus any load due to eccentrici .ry. WORKMANSFIIP AND ERECTION A. Except as otherwise shown 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 which result fi.om handling and transportation and prevent the proper assembly. Corrections shall be made at no additional cost to the Owner. C. Location of anchor bolts shall be verified by Steel Contractor before erection of structural steel work. D. Pall 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~qSION NO. 5 - METALS As erection progresses, the xvork shall be fastened securely to take care of all dead load, wind and erection stresses. All structural steel shall have suitable temporaD' braces to hold it iu position until permanently secure. Field cutting of structural steel ma)' oniy be done with prior consent of the Engineer. Buming of holes for bolted connections will not be permitted, and violation of this clause will be stiff'mien', cause for the rejection of any piece in which a bumed hole exists. WELDING Welds shall be made only by operators who have been previously qualified by tests as prescribed in STANDARD QUALIFICATION PROCEDURE of the Panerican Welding Society to perform type of work required, except that this provision need not apply to tack welds later incorporated into finished welds carrying calculated stresses. Appearance, quality of work and methods of correction for defective work where xvelding is permitted shall be in accordance with the American Welding Socie~' publication CODE FOR ARC-WELDING IN BUILDING CONSTRUCTION. PAINTING AND CLEANING A. All steel work shall receive a shop coat except as follo~vs: 1. 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 imerior steel work, except steel visible inside the finished building, to be shop painted shall be cleaned in accordance xvith 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 Division q - Finishes, Section 09910. 5-6 DIVISION NO. 5 - METALS INSPECTION A. Field inspection will include but not be limited to ascertaining that: l. 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 xveld ~ch 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 with directions issued by the Engineer. END OF SECTION 05100 - STRUCTURAL METALS 5-7 DIVISION NO. 5 - METALS SECTION 05300 - COLD FORMED METAL FRAMING GENERAL~ Description 1. 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 Quality Comrol: Contractor shall pro~4de effective full time quality control over all fabrication and erection activities. 2. Standards Work shall meet the requirements of the follo~Sng standards American Iron and Steel Institute (A.I.S.I.) Design of Cold Formed Steel Structural Members, 1980. Aanerican Welding Society (A.W.S.) D. 1.3. 1981 Structural Welding Code - Sheet Steel. American Socie .ty for Testing and Materials (A.S.T.M.). American 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 between specified codes and standards. Product Handling 1. Protection - Upon delivery,, material shall be protected from rain and snow by impervious covering or shelter. 5-8 DIVISION NO. 5 - METALS Manufacturers All framing members shall be manufactured and supplied by Marino Industries Corp., Momrose Road, Westbury, NY 11590, 1-800-MARINO7, or approved equal, and be of the type and size as shown 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 requiremems of A.S.T.M. A446, Grade D with a minimum yield of 50,000 psi.. All galvanized 18 and 20 gauge studs, all galvanized track, bridging, end closures 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 pen'nit-ted tbr all framing 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 ,&ny 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 racking. 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: Fasteming of components shall be with self tapping screws or welding of sufficient size to insure the strength of the connection. Screws shall be of type and size shox~n on Drawings and shall be manufactured by Buildex, [nc. (Division of Illinois 'I'ool Works, Inc.) or equal. Where protection against moisture and corrosive enviromnent is needed, screws shall have Climaseal coating as supplied by Buildex, Inc. or approved equal. Welds shall be performed by the operators qualified in accordance x~Sth section 6.0, of the American Welding Society Structural Welding Code - Sheet M6tal (AWS D 1.3 - 81 ~ (Where field welds are anticipated, we suggest that components of 20 gauge thickness are not specified.) All welds shall be touched up xxS. th zinc rich paint. Surface Conditions Inspection - Prior to installation, inspect work of all other trades. Verify that all such work is complete and accurate to the point where this installation may properly commence in strict accordance with framing shop drawings. Discrepancies: Immediately notify Engineer of all discrepancies. END OF SECTION 05300 - COLD FORMED METAL FRAI~HNG 5-10 DMSION NO. 5 - lVIETALS SECTION 05400 - MISCELLANEOUS METALS MISCELLANEOUS METALS Provide at the proper time, all various miscellaneous metal support, bracing and framing not provided under other sections and required to complete the ~vork, xvhether or not such items are shown 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, weatherstfip type, fabricated and set in accord with approved details. Saddles shall be full length of door opening, of width and profile as sho~vn. 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 di~4ding strip saddles, 1/8 x 1/4 inch strip, at centers of door openings and elsewhere shown on the Dm~vings, 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 otherwise 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 petroleum distillate. No abrasive cleaning agent shall be used. All operative items shall be adjusted to work properly, and work left whole, clean and in satisfactory condition. END OF SECTION 05400 - MISCELLANEOUS METALS 5-11 DIVISION NO. 5 - MET.MLS SECTION 05503 - BOLLARDS A. Bollards shall be minimum of schedule 40 steel pipe. The steel pipe shall be 6" diameter and 9' long. B. Bollards shall be adequately backfilled, tamped and set so as to provide a neat, level and plumb appearance. C. Bollards shall be installed in the locations shown and as detailed in the Contract Dra~Sngs. D. Painting and cleaning of bollards shall conform to the requirements of Division 9 - Finishes, Section 09910. END OF SECTION 05503 - BOLLARDS 5-12 DIVISION NO. 5 - METALS _S. ECTION 05510 - METAL STAIRS Stair framing shall be steel, designed for a safe live load of 100 pounds per square foot in addition to the dead load. Include box stringers, bent plate interlocking thread and risers, and all necessary brackets, struts, lugs, carrier angles, and the like. C. All landings/platforms shall be open grate aluminum. Provide handrails and all necessary, accessories. Components shall be similar to products of IWM Construction, 775 Long Island Avenue, Medford, New York or approved equal. E.. The Contractor shall submit Shop Drawings for all stair designs for approval by the Engineer, prior to fabrication. 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 1-1/2" O.D. aluminum (1.660") 6063-T52 (pipe) as designated by "Specifications for Aluminum S'a-uctures" 1982. Lengths shall be not less than 20 feet or as required. Railings and railing parts shall be as manufactured by Julius Blum & Co. Inc., Carlstat, N.J. (800)526-6293 or approved equal. Sleeves where shown 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 by' the Engineer. Sleeves to be flush with the top of concrete walk. Epoxy grout where shown on drawings, shall be "Five Star Ready Grout" as manufactured by U.S. Grout Corporation or approved equal. Grout shall be constructed to shed water from rail. 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 GENERAI~. The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA and other Contract'Documents. Refer to the Drawings and Specifications of other trades and contractors for items which might affect the work under this Division. TABLE OF CONTENTS - DMSION NO. 6 - WOOD Included in this Division are the following sections: 06100 Rough Carpentry DIVISION 6 - Page I of 4 SECTION 06100 - ROUGH CARPENTI~Y QUALITY ASSURANCE Mill and Producers Mark: fach piece {,~ lumbel tnd gl?w,,od shall be grade stamped indicating type, =,grade. mil, and grading ~.geac5 czrtilied >y *he Board of Review of the ~efic~ Lmber Standard:, Co~ni:tee. Mark ,hall ap0e~x on ~fi~shed surt~ce, or ends of pieces with fimsaed surfacer.. 1. Press~e Preservati';e l'reated Material: Accredited agency quality m~k, on each piece of wood, [ndicatin~ treatment. DELIVERY~ STORAGE~ )dgD I-LI2qDLING Keep materials dr).'. Make provision iL'Or air circulation around and between stacks of wood products. LUMBER General: Furnish seasoned dimension lumber dressed to nominal sizes indicated with I9 percent maximum moisture content at time of dressing, marked "S-DRY". Comply with dD' size requirements of PS 20. 1. Dress: Surfaced 4 sides (S4S) unless othe~vise indicated. Framing Lumber: Species: Douglas Fir or Hem-Fir (WWPA or WCLIB), or Southern Pine (SPIB), or Spruce-Pine-Fir (NGLA) tmless otherwise indicated. 1. Light Framing; 2 inches through 4 inches thick, less than 6 inches ~Sde: Standard and Better grade, except Stud grade for stud framing. 2. Slructural Framing: 2 inches through 4 inches thick, 6 inches wide 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. l No. 2 (NGLA). Miscellaneous Lumber: Standard grade, No. 3 grade, or better grade of the 1bllowing 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 Southern Pine for furring required to receive preservative treatment. DIVISION 6 - Page 2 of 4 DIVISION 6 - WOOD AND PLASTICS PLYWOOD Sheathing and SubI%oring: APA 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. l. Nailers, blocking, cants, shim stock, and similar members used in conjunction ~4th 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 xvood items w/th 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 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: Insta.l i[~ ~:cordat~,x x~i h Lq:.l?l eagle' .)'c' i.,ions of the AFPA "Manual for Wood Frame Cen::lnt,_'ti )r*", unleq: .)tq~.rx,,i q,: i~mica~ccl Plywood: l. Install in accordance with \1'.', l)csignCons~ruction Guide, Residential & Commercial. unless otherwise [ndicate~. Fasten in accordance with APA reconuneadations Underlayment: Use ring-shank or screw-shank ~'pe nails. Set nails 1/16 inch, but do not fill nail holes. Subfiooring: Glue-nail pl.xx¥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 10 feet. E. Treated Wood: Brash-coat field cut surfaces with same treatment material. END OF SECTION 06100 - ROUGH CARPENTRY DIVISION 6 - Page 4 of 4 ...... '= ~ ' ..... 1)1 ~rIs~ION 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, DRAWINGS, SCHEDULES, ADDENDA, and other Contract documents. Refer to the Drawings and Specifications of other trades and contracts for items which might affect the work under this Division. TABLE OF CONTENTS DMSION 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 l SUBMITTALS A. Product D_~ta: ~atatog :,hxtls sgecifi,:ttit*t, and i~tatl~tio~ ~qts,.~ons. tbr each material srec PROJECT CONDITIONS A. Apply damp i)roofing in clear dr.,' weather. Do nm apply damp proofing oelow 40 degrees F. MATERIALS A. Asphalt Primer: ASTM D 41. B. Asphalt Emulsion, hea~? duty,, fibrated; ASTIvl D 1227, Type IV. PREPARATION A. Comply with manufacturer's printed recommendations for preparation of type of surface shown or indicated to receive damp proofing. B. Thoroughly clean surfaces to be damp proofed of soil, debris and all foreign matter. Allow cleaned surfaces to thoroughly do'. C. On porous surfaces, except new concrete mason_D.' units, apply a uniform coating of asphalt primer. APPLICATION A. Provide continuous unifon:n damp proofing coating, 3/32 inch minimum dry' thickness, on surfaces shown or scheduled to be damp proofed. Apply damp proofing by brush. B. Damp proof vertical ~vall 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 DIVISION 7 - Page 2 of 8 ' ' ..... DI~IS~,0~ 7- THERI~IAL 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 allo~v 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 fi:om exposure to sunlight. Complete the installation and concealment 'of insulation mater/als 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 roils with vapor retarder facing; meet North American Insulation Manufadturers Association requirement NAIMA 202-96. 1. R-Value requirements: A. Exterior walls - R- 19. B. Ceiling - R-19 with 1" x 3't foam thermal spacer block on purlins. DIVISION 7 - Page 3 of 8 INSTALLATION Comply ,Mtl: illa[lufacttlr_'c':; rrit~tec l~r-"t,;:~:rs ~' It' r:l:~c~ :.[ :onditions of installation ir eachcase. [fpriitleJ. instrtctl, 1;[rtrt. t:x,: Ii,It :~ x: ,[appl) tothe project ('ond~tions. con~tl;I he m~l~a:tur:r: t2t:}m:c~} :~:t-s2nt~ ~, - for specific recommendalions before p 'occcding witk th~ v, )4. Extend insulation full th3ckness over entire strfz:ce ~> bc ir]>ui~,~ted Apply a single layer of insulation of thc required thicknes,, ut~les> otherw:sc inOicat,.~i or required to make up the total thickness. ~!ttt and fit figh'd3 around obs:ruc,i, ms. t,tl.i fill voids with insulation. Install insulation x~Ath factoD' applied barrier membrane lacing the ,varm side of building spaces. Replace insulation with ruptures ill barrier m¢'mbrar~c. END OF SECTION 07210 - BUILDING INSULATION DIVISION 7 - Page 4 of 8 ~)I~'Isi0N'7 ~ THERMAL AND MOISTURE PROTECTION SECTION 07411 - PREFORMED METAL ROOFING SYSTEM RELATED WORK SPECIFIED ELSEWHERE A. See DIV][SION 13 - SPECIAL CONSTRUCTION, METAL BUILDING SYSTEMS for Metal Roofing System and other related work. END OF SECTION 07411 - PREFORMED METAL ROOFING SYSTEM DIVISION7 - Page 5 of 8 SECTION 0760(. - ~ LASIflNC DELIVERY Delivered nl~..ter als sha l ke i~t tile ma lulcct: 'els :rig t;,,. tact:a2,', ,nd containers clearly mazke:l ~i~h the ap[t ) ed mlnut~t:iurc."; r~ante a-rd t':tdem~rk l.'r :veq, item. · Store all malaria.is in a :t-.' ,entilated !~k~cc olt~ tn.~ gl,mrd [)urm[ ~tcverse weather conditiorts and job delays, store materials und.'r cox er 'r ir a lot:ill;, en.:l{~ed space. [!se of wet materials ;xill not b.~ pcmvtted. PREPARATION Vents, drains and other prqlections through surfaces shall be prot~ert.~ posittoned. Wood blocking and nailers tbr flashing cleats shall have been rigidly anchored in place. Dissimilar metals in contact shall be full5' isolated from each other. Unprimed, abraded or otherwise corrosive surfaces of metal slmll receive a coat of the bituminous paint and allow to dry before assembling. MATERIALS Stainless Steel: Sheets or strips - ASTM A167, Type 302 or 304 gauge..I)15 inch - 8 to 10-foot lengths. Finish - 2D. Solder - ASTM B32 - 60-40°,'/, block tin and pig lead Flux - Acid tskoe. Sealant - single component s.vnthetic robber - color as selected by the Engineer. Pop Rivets - noncorrosive metal, ma,;' be used where water tightness of fastener is not a factor or if waterproof rivets are used. Pil>e Flashinu - Flashing around pipes and vents extending above the roof shall extending at least 12" above the finished roof surface, and extending at least six inches beyond opening. Mechanical Equipment Flashing - Examine Plans and Specifications tbr mechanical and electrical Wades and note extent of flashing covered herein. Provide all flashing in addition thereto as necessary. MISCELLANEOUS WORK AND CLEANING Do all necessary cutting, patching, fitting in connection with the fitting and sealing of the modular traits, one to another. On completion, work shall be left in perfect condition. END OF SECTION 07600 - FLASHING AND SHEET METAL DIVISION 7 - 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, masonry and metal, wood vcith masonry, or metal, and adjacent dissimilar materials. B. Caulking of joints at heads, jambs and sills of door frames and windows. C. All other caulking where ind/cated on Drawings or requi~ed 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 from flesh sto~k, and shall be the same products and manufacture as approved. Caulking tubes shall bear label indicating conformance to referenced Federal Specifications. 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., Harleys~511e, Pa. or Products Research and Chemical Corp., Burbank Cai/fomia. Caulking compound for general interior application shall be "Tremco"s Caulking Compound" an oleo-resinous eau -lking compound conforming to Federal Specifications TT-C598B as manufactured by the Tremco Manufacturing Co., Cleveland, Ohio. Approved equivalent items of the following manufacturers ma>' be provided: Pecom Chemical Corp., Harleysville, Pa_} or Products Research and Chemical Corp., Burbank, California. C. Colors of Caulking Compound - As selected by the Engineer. Primer - A quick drying, non-staining I/quid 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. DMSION 7 - Page 7 of 8 INSTALLATIOn: Surface ?__r~2t~trat&_~t_! - R-~:n,,x,: dt.st, .h.L g~eas~ ~ac ..ti,=. ~m.~ ~n ,':., objectionable material. Application of Caulk l. Joints deeper than 1/2" shall k, avc backing material imtalitd to ~t thtr i' [ of the face of the joint. 2. Apply catdking compound under sufficient pressure to three out all an* an,. to completely fill the joints, using a caulking gun with nozzles of x~4dths as necessar'.' :,~ fit the various joints, except in locatiotts where knife application is necessats. 3. Tool joints to a neat and smooth bead of uniform width, finishing fl. ush with adjoining surfaces or tool to a concave profile. 4. Upon completion of caulking, joints not completely filled shall have caulk roughened and then the joint shall be properly f'dled and tooled. 5. Adjacent surfaces soiled by caulking operations shall be cleaned immediately. END OF SECTION 07920 - SEALANTS AND CAULKINGS DIVISION 7 - Page 8 of 8 DIVISION 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 Draxvings and Specifications of other trades and contractors for items which might affect the work under this Division. TABLE OF CONTENTS - DMSION NO. 8 o DOORS AND WINDOWS Included in this Division are the following sections: 08110 08331 08710 08800 Steel Doors and Frames Overhead Coiling Doors Finish Hardware Glazing DIVISION 8 - Page 1 of 14 SECTION 08110- STEEl I)O(~ [-'2.1 STANDARDS Steel Doors and Frames Cta[l cordb.' n lc requlrcmept; ,,: ~; e,.l Door Institute (SD[ 1000) as modified by local code req, th'ement~ ~ ~d, s spec lied h~,.~'c.L. I?oors and frames shall bear a label indicating complkwce with the referenced s~:andard~.. Doors - 1-3/4" thick. ] 8 gauge. L Series G.~lvann,:aled wth po13 s~'ene core for exterior and non Galvannealed for imer or as manufactured by Steele'afl Braiding Products, Cincinnati. Ohio (513-745-6400) or approved equal, .n elevations a:~ indicated on the drawings. Frames - Full width ~bpe [6 gauge, lnclade provisioi~.s t'or silencers and gaskets. Frame profile shall be one piece. D. Glass Lites - Insulated glass lites as sho~ n on drawings. E. Maximum Clearance · top rail and hinge stile: 1/16" · lock stile: 1/8" · floor and saddle: I '4" SHOP PAINTING All 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 f'mal shop dra~Sngs, 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, remove temporary 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 only after frames or bucks have been properly set and secured. DIVISION 8 - Page 2 of 14 DIVISION 8 - DOORS AND WINDOWS Door Installati.on Jambs and head: 3/32". Meeting edges, pairs of doors: I/8". Bottom: 1/4", where no threshold. Bottom: At ttu'eshold: I/8". Place fire-rated doors with clearances as specified in NFPA Standard No. 80. 4. Adjustments Check and readjust operating fm/sh 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 shali 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 carefiAly 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 NBI-La, 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 tree 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 coun','~s ~, u~;il: x, h~ ~ t,. t-~ 5q~t,~t. ~t~'ed for anchorage fasteners. Space fasteners .iii( c[1o!l, ll. ir ~(.,~, 't:n,'c ,sit: 'n,l.:t- s.~andards. Cut and fit tlm'c.;ht Id xld l loc ~ ct,, :r- t,~ p ')ti ~ ~ ;' ,,,, · ii'ames, with mitered comers and hair-line j.)ia~s, l>In: ni~- v'itt, corcc, t,ed '~ :.~ ,l~ t,~ concealed mechanical joint~. Cut smooth opemngs lbr spind.er.. :~ohs ant sir~.lal , c~ns. if any. All keys used shal be constntc~;cn ke.',s '~htch .~r-' :o be tagged with fiber discs as approved, clearly labeled wire [der,ill}dug inscripfi, r~- attd then neatly arranged in a temporary cabinet. All constv.~ct,.on key s shall be ;'~.'v~n~ed to the Oxxmer. B. ADJUSTING AND CLEANING Adjust and check each operating item or' hardware and each door, to ensure proper operation or function of every unit. Lubricate moving parts Mth t3rpe lubrication recommended by manut~cmrer (graphite-~'pe if no other recommended). Replace units which cannot be adjusted and lubricated to operate fi.eely and smoothly tis intended for the application made. Final adjustment: Wherever hardware installation is made more than one month prior to acceptance or occupancy of a space or area, retain 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 function and finish of hardware and doors. Adjust door control devices to compensate for final operation of heating and ventilating 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 or' debris caused by woodwork installation. B. PROTECTION Protect all ~voodwork hardware, doors and frames and finish accessories fi.om marring, defacement or other damage until final completion and acceptance of the project by the Owner. Repair or replace all defective units prior to final inspection as directed by the Architect. Pray units that cannot be satisfactorily repaired in the opinion of the Architect shall be replaced xvith new units of same original design, at no additional cost to the Owner. END OF SECTION 08110 - STEEL DOORS AND FRAMES DIVISION 8 - Page 4 of 14 · ~ DIVISION 8 - DOORS AND WINDOWS SECTION 08310 - OVERHEAD COILIbr. G DOORS GENERAL Description A. Ail rolling service doors shall be as manufactured by The Cookson Company or approved equal. Furnished material includes all guides, hoods, operating mechan/sms and special features as pertaining to the particular type of door. Work not to be furnished by The Coo~on 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 wiring, conduit and disconnect switches. Performance A. Exterior rolling 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. 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 Shop Drawings: Show application to project. Product Data: Catalog sheets, specifications, and installation instructions for roiling service door assemblies, finishes, and operators. Samples: Curtain slat, 1 fooy long end piece. Contract Closeout Submittals: 1. Operation and maintenance data. 2. Replacement parts list. PRODUCTS Materials A. B. The door curtain shall be constructed of interlocking slats - 22 gauge. Guides are to be constructed to structural angle forming 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.) 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 cast lc(, ~' ~ ,, ~ee~ c,.'~ t)o~ -~ttbm', ~ :,:terns. The pinion gear shall not be less than a 3-inch ~ t.:~ .1 a,r :re I~: ~.,e L- ~zt~ st ~ ,_ ,:esigned for a maximum manual effort of not more thor ~ :,,md . The barrel shall be ~.'ee :_)king of c~(, les'4 iha~ - iathzs ,~ :liameter. Oil tempered torsion springs shall be capa. b e or .'orrectly c >t ltler bal~m,:ing tn: ,v~ ight of the curtain, l-he barrel shall also be designed to Ii:nit tl,~e ~ m>.m¥~n ,J.:llectio- :o (3 iv ch per foot of opening width. Hoods shall be fablicat¢.d ti:om 24 gauge gaivanizec s~ed. Hoods shall be formed to fit the curvature of the brackets Operation A. Chain Operation shall operate w/th an enaless chain and cast iron reduction gears. Motor Operation shall be of the proper size for the ~'pe c,f door selected and shall be activated by push button controls. Additional control stations lbr motor operator shall be as noted on the drawings. Locking Locking device shall be standard provided. Finish Galvanized steel curtain and hoods shall have "FinalCoate Finish. receive one coat of dark bronze rust inhibiting paint. All other exposed surfaces shall EXECUTION Installation All Cookson Company Rolling Door products shall be installed by an authorized Cookson Dis'tributor. Warranty Cookson Company Rolling Door products shall be guaranteed for a period of one year against detects in 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 for the door perimeter. CLEANING Clean doors, and clean work area surfaces that have been soiled performing the Work. END OF SECTION 08310 - OVERHEAD COILING DOORS DIVISION 8 - Page 6 of 14 : ' DMSIoNS-DOORS AND WINDOWS SECTION 08710 -FINISH HARDWARE DESCRIPTION A. Applicable provisions of the "General Conditions", the "Supplementary and Special Conditions" and "Division 1 General Requirements" form a part o£this section. B. Furnishing all labor, materials, equipment and appliances necessary or required to perform and complete all work including, but not limited to, the following: 1. Finish Hard~vare 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 of this'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:' IL 'd.-,a~ .~ ~ ~t,:..t,, ~'s t~L ,, t:s indicated as labeled shall conform to applical: ~: t e_, n._ re.ut. ~ ~ t~: I ~l,l, ~g t ·,:, Door Silencers: Al/ do-~ tramcs, excel' galketed llaltat;, si~all be furnished with three silencers for single door, :ltqtt lb~tr Ibr hc ~:1 oti' tm< "' 9 ~'~ '' door~. Anchorage Device:: t"5:>oscd parts :~ so'e~.'s anJ h.>h>, shall be finished same as hardware they secure. Plates shall t,e sec ~red x~ith PI' dhps slot screws. Concealed devices shall be on non-ferrot~s metal, galvani~_eti steel ct staimc3s steel. Templates: Furnish suitible template< together with the approved schedule to the respective trades, as required. Packing and Marking: Each item of hardxxare shall have fastening devices, key and instructions included in :he same package a-; the hardware. Each package shall be properly labeled indicating contents and the part of the work for which intended. Labels shall include a marketing corresponding to equivalent designation on the approved hardware schedule. Hard~vare Requiring Shop Installation: Shall be delivered to the proper Contractor in sufficient time so as not to delay the progress of the work. Protection: Wrappings furnished by the manufacturers on 'knobs, handles, protective plates, kick plates, push plates and pulls, shall be of adhesive-coated paper, of a type easily removed ~vithout 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. After completion of the work. he shall certify, in writing, that all items of finish hardware have been installed, adjusted and are functioning in accordance with the specification requirements. MATERIALS Finished hardware shall include but not be limited to: butts lock and latch sets, rosettes, escutcheons, push plates, pulis, door mutes; 3 for single doors, closers, stops, holders and all other items necessary, to make a complete job. Doors shall have 1-1/2 pair of butts per door minimum. All hardxvare for labeled doors shall conform to the requirements for labeled doors of the class as shown whether herein specified or not. C. Finished: I. US10D Satin Bronze 2. US26D Satin Chrome 3. US32D Satin Stainless Steel DIVISION8 - Page 8 of 14 DIVISION 8 - DOORS AND '~VINDOWS 4. SBL Sprayed Aluminum 5. DBL Sprayed Bronze 6. DURO 313 7'. LBL ., Bronze Enamel 8. USP Prime Coated 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 bompletion of the work. Keying System: The Oxvner 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. 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. l) 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, La~vrence, McKirmey B. Locks and Cylinders Corbin, Sargent, Russwin, Yale C. Closers L.C.N., Norton, Yale D. Overhead Stops Ives, Rockwood Mfg. E. Stops and Bumpers Ives, Rockwood Mfg. DIVISION 8 - Page 9 of 14 F. Exit Devices G. Kick, Mop and Arrr o · P3t:s H. Push and Pulls Mfg., Ives i. Silencers * r;.xjU:-,J)il 1~(I,' ~ yes, Rockwood lmm. J. Key Cabinet [clkec K. Weatherstripping Ze~o, Natifmal Guard INSTALLATION Install door saddles full width of door opening scrir)ed to flame, set in bed of caulking compound and anchored with 3/8" white bronze flush head expansion bolts 12" o.c. Provide removable cover plates of matching design where floor hinges occur. Install door weatherstfipping at head and jambs with No. 8 stainless steel flat head machine screws 12" o.c. C. Finish Hard~x are Receive; store and distribute all f'mishing hardware and assume the responsibility for its safety. Leave the protection x~rapped around pieces of hardware as it is installed, properly maintain until the final completion of the building. Do not install finishing hardware in the building until all wet work had been fully completed and dr3'. Apply hardware not only to the ~vork furnished under this Section but fit and adjust to work furnished under other Sections. Accurately fit and secure hardxvare in place, adjust to operate perfectly and free from scratches and/or other defacement. Assume responsibili~~ for the condition and operation of all f'mished hardware until the issuance of the Certificate of Final Acceptance or until the building is occupied, whichever event is sooner. Face hardware shall, after being fitted, be removed before the woodwork finish or painting is applied. Inunediately 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 ' DMSION 8- BooRS 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 concerning 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 with the instructions of the manufacturer of the lock sets and as approved by the Architect. Keys shall be turned over to the ,~chitect, who will issue a receipt for same. SC~D~E For any doors which may be indicated on the drawings 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 o 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, Monroe MO Trim. Silencers: 3 - Ives No. 20. END OF SECTION 08710 -FINISH HARDWARE DIVISION 8 - Page 11 of 14 SECTION 08800 GLAZING DESCRIPTION A. Applicable provisions ot the "General (ondi io,~s' t~ ' Supplememary and Special Conditions" and "Division I General Rec mrement,' i)rz~ :t pm~t of this section. B. Furnishing all labor, materials, equiptacnt and applianc, s necessaD' or required to perform and complete all ~xwrk including, but not limited :o. the following: 1. Clear Glass 2. Tempered Glass 3. Insulated Glass QUALITY ASSURANCE A. Ail materials shall be free from detects impairing strength, durability or appearance and shall be of the best quality for the purpose specified. B. Glass shall meet Federal Specification DD-G-45 id. C. Glazing compound shall meet Federal Specification TT-G-410. SUBMITTALS Submit samples in accordance with the General Condition~, as requested by the Architect, DELIVERY, STORAGE AND HANDLING A. Deliver products to job site in ample time to facilitate thc work of this section. B. Store all glass with due care to prevent breakage. JOB CONDITIONS Protect all glass on the project before, during, and after installation. MATERIALS A. Clear Glass: Type I - Primary glass (annealed float) Class I Transparent, Quality q-3 Glazing Select; I/4" thick except as otherwise indicated. B. Laminated Glass: 2 sheets Type bPrimary Glass (annealed float) Class 1 Transparent, Quality q-5 Glazing B permanently laminated togethe[ Mth a 0.030" thick sheet of clear plasticized polFwinyl butyral. Finished thickness 1/4" except as otherwise indicated. DIVISION 8 - Page 12 of 14 DWI, IOI~ 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 flexural 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 (annealed float) Class 1 Transparent, Quality q-3 glazing 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. 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 appr~)ved 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. 'MANUFACTURE 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 proffer 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 mallner. DIVISION 8 - Page 13 of 14 · Set all glass in a tm: 0~ n, . ~gl- a]~ ,t'.~'N. ~tt U,l~.r:.~,.adequateclearance, firml~ anchored to prevent ~'.tttli~ ! au~ io.~ :., ~-'-:. ,- ~l a ~ ,.,.;~, , · ~'..nly cut; do not nip or seam the edges. C. Cut and set sheet windox, .~:iass ~,'it ~ ,~a :-, rtmnt~g [2o',i,LLa_ll,,2. Set smooth surfaces o( fi ~ured gl~ss o ~ ~h,' ,~tL£bldC b:' ,.o~er/or openings and ot~ the corridor side for interior orenings. Obtain and verify all ~neasurements and s~ze of 'xork. accept responsibility for the correct and accurate fit of all ;;ork Well bed and back putt3 glass and carefully remox e all stnplus glazing compound from doors, sash and adjoining ,york whiie still t'resh. Fniish gktzing compound in true, eveu lines, neat and smooth faced. ADJUST AND CLEAN Upon completion of glazing, thoroughly cleat~ all glass surfaces, correct all imperfections, replace and clean all damaged or broken glass before leaving project END OF SECTION 08800 GLAZING DI~,rlSION 8 - Page 14 of 14 ' o~'V'i~,fON 9 -FINISIffES GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONT1LACT, 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 xvhich 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~ Ai_ ~ DESCRIPTION A. Applicable provision of the "~_~ncral Co ~c~ ti~,:W', the Supplementary and Special Conditions" and "Division 1 etcher, ti Requi:em~ nfs '. form a part of this section. B. Furnish all labor, materials, eqmpment ant ~pph tqecs necessary or required to pertbrm and complete all gypsum dDx~ all xx ork incluc in~_.,..~t t not limited to, the following: 1. Type X Gypsum Board 2. Tape & Spackle 3. Trim and Accessories DELIVERY~ STORAGE AND HANDLING A. Deliver all materials in their original unopened pa:kages and store in an enclosed shelter providing protection from damage and exposm'e to the elements. Remove damaged or deteriorated materials from the premises. JOB CONDITIONS A. In cold weather and during the period of gypsun-[ board application and joint finishing, maintain within the building a uniform temperature within the range of 55 F to 70 F. Provide adequate ventilation to eliminate excessive moisture xx4thin the building during this same period. MATERIALS A. Type X Gypsum Wall Board: As required, 5/8" thick unless otherwise noted, 48" wide in lengths 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 ("J" Molding). D. Comer Bead: Dur-A-Bead No. 103 E. Joint System: USG Perf-A-Tape Reinforcing Tape, with USG Ready-mixed Joint Compound All Purpose F. Control Joint: USG No. 093 DIVISION 9 - Page 2 of 12 Dry ~S~ON 9 - FrNISHES 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 hereinat~er specified. MANUFACTURE A. Above listed materials are manufactured by U.S. Gypsum. 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 application, space screws 12" o.c. in field and along abutting end joints. C. For double layer screw attactunent, 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 within 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 },m: t~,l'q-OUt, I ,1 t.oess fbrmed by tapered edges ~!' adjoining wallboard panels; L 1[ ~ -: ~:r~e, ~x ..~[,: 'l'i! Y tape to fulI length of each joint. centering it over joint. Use ~;odt ia:.: },:esst r,: or, 7' ,adknife to embed tape in compound. Remove excess compound. De ~t 71 ')utt oir;l- ~t 1i nterior angles in a similar manner. Fill depressions around scre~ he id; x, ith fils ~ ,:t~ : :- ioint compound. After first coat is dry, apply s~2cc n( c o ~t of co:n[,*~ 3n0 to joints and screwheads. Feather out compound on each side of tapc. When second coat is do,, sand [ighti3 Apgl:' fint~ ~ coat of regular compound or topping compotmd to joints, nail heads and ~ickb. A~'ter 24 aours, sand smooth for paint finish. Gypsum vinyl panels shall be attached to metal fun'lng in the following manner: A.ppl3 8" long strips of vinyl form tape to face of fro'ring strips positioned at 3'-0" o.c. Appl,~ a continuous 3/8" bead of do, svall adhesive to the entire face of furring bem'een the vinyl foam tape. Immediately apply Gypsum Vinyl panels vertically and apply sufficient pressure to insure complete contact ~ith both tape ~,nd adhesive. Finish panel joints, edges and comers vdth plastic trim moldings matching specified panels and installed according to manuthcturer's directions. END OF SECTION 09250 GYPSUM DR~vVALL DWISION 9 - Page 4 of 12 DfVISION 9 - FINISHES SECTION 09771 - FIBER REINFORCED PLASTIC PANELS/BOARDS DEFINITIONS Plastic Panels (FRP): Glass-fiber reinforced 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 rype. 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 nam~ 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. D. ' Contract Closeout Submittals: 1. 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 substrate backer for a minimum of 5 years, and shall be subject to the approval of the Director. DELIVERY~ 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 fi'om physical damage and ~vetting. DIVISION 9 - Page 5 of 12 PROJECT CONDITIONS Environmental Requirements: t .m~Fl.x ,'i:~ ,'.~t,t=Ihcturer's ,aTitten recommendations regarding environmental condition~, t,nder whi :[, m t:crtals can be installed. MATERIALS Plastic Panels: Glass-fiber reinfi)rcecl polyes er pla.-ti: panels; 1. Kemlite Company, Inc.. or approved Finish: Suitable for hmfinating. Nominal Thickness: 1/2 inch. Substrate Backer: Particleboard; ANSI A208. l. Grade l-M-l, 40.0 lbs./cu, ft. minimum average densit3,, 1/2 inch nominal thickness. Accessories and Moldings: One piece extruded vinyl or aluminum, color to match plastic panels, thicknesses to match plastic panels and plastic boards. Fasteners: Plastic panel manuthcturer's or plastic board fabricator's standard or recommended rivets sized to securely attach material to substrate, color to match plastic panels or plastic boards. Adhesive: Plastic panel manufacturer's standard or recommended high strength waterproof adhesive for substrate involved. Laminating Adhesive: High strength waterproof structural adhesive reconm-xended and approved by both the plastic panel manufacturer and the substrate backer mantffacturer. FABRICATION Factory laminate plastic panels to substrate backer to form permanently adhered plastic boards. INSTALLATION Install the Work of this Section in accordance with the manufacturer's printed instructions, except as sho~vn or specified other%vise. B. Pl?vood Substrate Backer: Seal cut edges as required by manufacturers' instructions Install moldings and trim plumb and level, x~Sthin 1/8 inch in any 8 feet of length, in longest lengths practicable. Install division bars between panels in the same pLane, inside comers at Interior junctures, outside comers at external comers, and cap at top of panels and where panels abut dissimilar materials. DIVISION 9 - Page 6 of 12 DIVISION 9 - FINISItES Attach moldings and trim to substrate with concealed fasteners spaced not more than 2 inches from ends and 12 inches on center. Showers and Kitchen Areas: a. Apply a continuous bead of Type ID 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. Apply Type 1D 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 inslructions. END OF SECTION 09771 - FIBER REINFORCED PLASTIC PANELS/BOARDS DIVISION 9 - Page 7 of 12 SECTION 09910 - EXTERIOR PA; NI t"l,i; GENERAL A. Work under this heading stutl cons;st of Yt~-ishitg all labor, materials, equipment and incidentals necessary to complete the Fair tm.4 offal[ c_,.pc sc~4 ,reel surfaces. PAINTING~ CLEANING AND SURFA£ E PREF ~R~T[ON A. Cleaning All steel work shall be :leaned in accordance with Steel Structures Painting Council SP-6 Commercial B[asl C caning. Sttrffac~ profile shall not exceed 1.5 mils. Surfaces inaccessible to blast cleaning a~er assembly shall be blast cleaned beforehand. B. Shop Applied Primer Application shall be by spray, each coat v,4th care, to thoroughly clean surfaces only, in accordance with all provisions of SSPC PA-1 Paint Application, specified dr3.' film thicknesses maintained on edges m~d comers; sharp cut edges shall be uniformly relieved to form a slight radius sufficient to permit proper wrap 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 humidity conditions are outside the limitations stated by the coatings manufacturer. Do no apply paint to fesing surfaces of high strength bolted friction connections or at areas to be ;velded, except as permitted by AISC Manual of Construction. Handling, shipping and erection of painted steel shall not be performed until thoroughly dr5'. Special care shall be exercised to avoid abrasion or other 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 with the ground, and xvith each o~her; and shall be protected from soiling by adjacent fabrication or construction operations. C. Field Applied Coatin~ 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, specified dr)- film thicknesses maintained on edges and comers; sharp cut edges shall be uniformly relieved to form a slight radius sufficient to pernfit proper wrap of the coatings. DIVISION 9 - Page 8 of 12 DIVISION 9 - 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 alt 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 xvhere required for touch-up of damage to galvanize. D. Coaling 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 tuuch-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 dry 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 of: The specified coating, the coating proposed, a schedule listing the specification article paragraph number, the specified product and the proposed 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 shown on the Drawings conform to ASTM A- 123. NOTE: 163 could be applied by spray in one coat at 7-10 mils dr5, film thickness. END OF SECTION 09910 - EXTERIOR PAINTING DIVISION 9 - Page 9 of 12 SECTION 09920 - INTERIOR PPL~ x~l 1.'4{: WORK INCLUDED Painting of interior walls ceili ~g>, ti ).0rs. frr mos, t':m ,md unfinished surfaces as indicated on Drawings. EXAMINATION AND COORDINATION Smd),, the Drawings, Specifications and job conditions to determine the extent of painting and finishing. Examine surfaces prior to the application of paint. Give notice of any defects which are detrimental to the proper and timel3 performance of the work. PAINT MATERIALS A. All finish paint colors used shall be as selected by the Owner and or Engineer / Architect. EXTRA STOCK Amount: Upon ~omptetion of the work of this section, deliver to the Owner an extra stock equaling 10 percent of each color, ¢'pe, and gloss of paint used on the work. B. Packaging: Tightly seal each container and clearly label xvith the contents and location used. APPROVED PAINT MANUFACTURERS Typical enamels and emulsions shall be as manufactured by one of the folloxving or approved equal: · Benjamin Moore & Company The Glidden Company Sher~vin-Williams Company · Or approved equal DELIVERY AND STORAGE Deliver materials to the job site in original containers and packages bearing the manufacturer's name, t)q~e and brand. Paints shall be delivered ready-mixed except as other',,,4se 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 which might constitute a fire hazard in metal containers; remove at the end of each work day. DIVISION 9 - Page 10 of 12 DD, q[SION 9 - FINISHES PREPARATION General - Surfaces to receive paint shall be clean, dry and free of all matter which will affect adhesion of paint or appearance of finished surfaces. Fixtures: Remove lighting fixtures, canopies, s~qtch plates, receptacle plates and the like before painting adjacent surfaces; replace after painting. Protect flush type fixtures. C. Protection of Adjokrdng Surfaces: 1. Prior to application of paint, remove fixture frames, escutcheons, cover plates and other similar objects on xvalls 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 Material for succeeding coats on any one surface shall be the product of the same manufacturer furnishing the first' or primer- sealer coat for that particular surface except xvhere metal primer is used applied in accordance with manufacturer's recommendation. Exercise care so that paint does not splatter. When splattering does occur, remove promptly. 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 succeed'rog 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 I. Refer to Drawings for extent ofpaint'mg xvork. The following ·schedule shall be construed as a general guide for complete painting and f'mishing including all spaces, surfaces and items of furnishing or equipment except those surfaces and items specifically referenced as factory finished or as not requiring job fmishes. 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.. i itel ~xd,~e~'e "eclt~ le~ i IOther than Steel to be painted vdth Tnemic) a) Two coats ...... -'~!k3 d !]at ,)r a[l~ _~ d cr~tt~e. (~as selected). 2. Fin/shed gypsum board and t~'im ant ali fascia and tr~m on exterior. a) One coat ...... Latex Primer b) Two coats ..... Alk3'd Flat or Enamel ~as selected) CLEAN-UP A. Upon completion of the work, remove staging, scaffolding and containers from the site: leave 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 without damage to surface. END OF SECTION 09920 - INTER/OR PAINTING DIVISION 9 - Page 12 of 12 DIVISION 10 ~ SPECIALTIi~.~ GENERAL The work under this Di~Ssion shall be subiect to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS,' SUPPLEMENT.~Ry GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA and other Contract Documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS - DMSION NO. 10 - SPECIALTIF,~ Included in this Division are the following sections: 10430 Exterior Signs 10800 Toilet and Bath Accessories DIVISION 10 - Page 1 of 4 SECTION 10430 - EXTERIOI:: Sl(i x, ,, GENERAL Furnish labor, materials, equip~r, cnt ,mc' al',t,lianc~.s ~ccess t~.~ or required to perfom~ and complete all work including, but r~,) lit~: ted lo, the 1. Painted Cast Alumi.m:n [cttering ttnd MOLmt~n.t: SUBMITTALS Shop Drawings: Submit scaled shop drawings showing fabrication method, finish, anchoring methods, layout, and installation method PRODUCTS CAST LETTERS A. Scope: The project shall include cast letters as described below, to be installed b.~ contractor. Letterstyle, £mish and mounting to be deter~mned by owner. B. Acceptable Manufacturer: Subject to compliance with requirements, provide products manufactured by A.R.K. Ramos Architectural Signage Systems, Oklahoma City Oklahoma, Toll Free 1-800-725-7266, Fax 405-232-8516 or approved equal. C. Fabrication of Letters: Fabricate letters to comply with requirements indicated below and as indicated on dra,Mngs. 1. Cast letters: Form letters by sand casting. Produce characters with smooth fiat faces, sharp comers, precisely tbrmed 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 and location of mounting holes. E. Firfishes: Colors and surface textures for exposed letters as selected by the amhitect from the manufacturer's standards. EXECUTION INSTALLATION A. General: locate sign units and accessories where indicated, using mounting methods of the t?qpe described and in compliance with the manufacturer's instructions. DIVISION10 - Page 2 of 4 DIVISION 10 - SPECIALTIES Install signs level, plumb, and at the height indicated with sign surfaces fr~e from distortion or other defects in appearance. Cleaning and Protection: After installation, clean soiled sign surfaces according to the manufacturer's instructions. Replace all xvork showing any defects or blemishes without additional cost to oxxmer. Protect units from damage until acceptance by the owner, END OF SECTION 10430 - EXTERIOR SIGNS DIVISION 10 - Page 3 of 4 SECTION 10800 - TOILET AN0 t[rl t .--1 r'[ R()~[) N [ ~( ( Ii;SSORIES SCOPE A. Toilet accessories speeif,.,J h.zlCi:l t,ave b,¢~ se¢ctcd from the current catalog of Bobrick Washroom EquiFrren:. hx f-'rodttc t:, ,*~ eqaa! uualiD; design and function, will be approved. B. Installation of all equipment shall be done ~n strict accordance with the approved manufhcturer's printed directions utilizing the proper anchorage and attachments to the various wall finishes as designated b5 the manufacturer. C. Location of the various accessories not indicated on the Drawings shall be placed at the direction of the Engineers in the field SHOP DRAWINGS Submit complete and accurate shop dmvdngs, details or illustrated literature to the Engineer'~ approval No installation shall be made prior to approval of the Engineer. SOAP DISPENSER A. Shall be as manufactured by "Bradley Co.", Milwaukee, v~q or approved equal by the Engineer. Style shall be model 6562 all purpose (stainless steel). TOILET TISSUE DISPENSERS A. Shall be as manufactm'ed 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 B.kRS A. Shall be as manufactured by Bradley, Model No. 812, or approved equal. Standard finish size as shown on the Contract Draxvings. MIRRORS A. Mirrors shall be as manufactured by Bradley, or approved equal. Style shall be model 720 size as indicated on Drawings. END OF SECTION 10800 - TOILET AND UTILITY ROOM ACCESSORIES DIVISION 10 - Page 4 of 4 DIYq[SION 11 - EQUIPMENT G,ENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA and other Contract Documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS - DIVISION NO: 11 -EQUIPMENT Included in this Division are the follo~Sng sections: 11721 11780 11822 Scale Video Monitoring System Radiation Detection System . Gas Detection System DIVISION ll opage 1 of 9 SECT[ON 11721 -SCALE VIDEO 5. G'NIIO1ONG Sih-I 1~5'1 SCOPE Work under this heading shall con.;~;t :,t' fi~m[shi~[. ~1 labor, materials, equipment and incidentals necessary to complete tl, r.:,[a latt r ,if :t , ,.,alliance monitoring system include but not be limited to the f.>l[m~ ma A. Ultra high resolution color cameras B. Camera power supply C. Camera weather enclosures (4) D. Mountings E. Color Monitors (2) F. All Cables and Wiring G. Color Digital Video Recorder H. Setup and training INTENT The intern of this monitoring system ~s 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 ability to examine the contents of the waste material inside a conventional trailer body. Each of the two 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 abiliB' 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 fogging (condensate), freezing or over temperature conditions. The Contractor furnish and install include two (2) high resolution color monitors and a color digital video recorder as specified. The Contractor shall provide full service of all equipmem, including changing of lenses for fine tuning of fields of view, recording equipment setup, adjusting mount'mg stands and training 6fall personnel required to use the system. 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. .~ny penetrations through the building shall be sealed to prevent any external moisture intrusion. DIA;ISION 11 - Page 2 of 9 DMS[ON 11 - EQUIPMENT EQUIPMENT Cameras shall be high resolution fixed, auto iris cameras and have the following minimum properties: 1. Signal System: NTSC or PAL 2. Imagining De;fce: 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. Mia Illumination sensitivity: 1 lux (f2.0) 8. Video Out: IVp-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 h-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 52°- 26o deg in. the vertical position. 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 duty 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-7108-120 as manufactured by Pelto or approved equal, and have the following minimum properties: I. Input: 100-240VAC, 50/60 Hz, 210watts 2. Celeron-CPU, 256MB- RANI, 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 6. Data Transtar Rst~ .'r.'-~-'X ','~l:'.c', Rewrite- 24X(3.6MB;secl. Read-52X Max (7 ~: xlll s,.t ~ 7. Video Playback (\ *~ D · i. '.si max. ,~MB >c: 8. Keyboard, PS/2 i-cu>,' leS--r22 t~mxe'l~:' ¢/indows 2000, DX7100RX remote site sofiw~r_~ ~,:,~ rick oi~r; llt:;l · 15,3 be include in an accessories pack. The Color Monitors shall bc Pelc'o model PMC i,}:\ or approved equal. The Monitors shall be a minimum of lO inches anc, hax c ~he %llowing minimum properties: 1. Input voltage: 90-260VAC, 50-60 Hz auto-ranging 2. Power consumption: 95 warts 3. Resolution: 350TV lines 4. Viewable picture size:10-inch diagonal 5. Sweep linearity: 10% 6. Speaker output: 1.0 watt 1~3dbV) CAMERA POLE Steel 4" Straight Square Poles: Psxamid Lighting Group, Inc.'s, Gardco Lighting 'Gull~ving" 18 Poles Series SSS20-4-I 1, 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 reinfomed with cover plate and attachment screws. The handhole shall be located 1800 with respect to the luminalre arm. 5. Base cover shall completely conceal the entire base plate and anchorage. 6. Anchor bolts shall be cold rolled steel with minimnm yield of 50 KSI. Bolts shall have an "L" bend on one end with 7. Four 5/8 inch diameter anchor bolts, 18 inches long with a 4x,5 inch right angle leg. Pmchor bolts to be completely hot dipped galvanized. Include 2 galvanized nuts, 1 lockwasher and 2 flatwasher with each bolt. Template for setting anchor bolts. 8. Finish color shall be natural aluminum. CONCRETE BASES As detailed on the drawings for the standard light pole base. 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 Ci~' Plastic Inc.'s Schedule 40. END OF SECTION 11721 - VIDEO SURVEILLANCE SYSTEM DIVISION il - 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 furnish and install a radiation detection system at the proposed truck scale. SUBMITTAL The Contractor shall submit shop drawings 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: 1. (1) Microprocessor Based Electronics 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 Detectoi: Assemblies - The radiation detection assembly shall be feature the following: 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, photomultiplier 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 fi.om 4-34 deviations. Continuous self diagnostics Meter shall be 3.5"arc, lrm~ 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 Must 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 Foundation/posts/housing: Ih: : t~/Lrh't,*l .htl !',, i. · concrete foundation and Steel Square posts for the detect ,: , .st:notie~ ~,, t d:t!)~s and steel posts shall meet manufacturer's recommen.]~t:cn, ! e tk,rrtact, t .~ :~l. a~semble a steel housing around each detector as shovm on: ~.-~ :,ti t ::,c~. Ira .~ u t_,s. i, ,. <, el shall be !.a" plate steel grade 836. Conduit: The Contractor ~aa]l "talliSh_ and ihs [tli :ecicated 1" diameter schedule 4o PVC conduits from each ctete,:t, ~ a,,semN3' .n . ~,: s,:a~< house. The conduit shall be installed in the most direct part' available. ',v.~h r, ecessary fittings, cormector~-,, etc necessary to provide watertight tenrdnations at each et',d. Bollards: Four boll~ds shall be furnished ar.d instalJed for protection of the post mounted detector assemblies. '[he bollards shall be 6 ' diameter concrete filled schedule 40 steel pipe and painted fltiorescent yellox~. Fc. tmdations for bollards shall be 18" in diameter and 30" deep. The oxerall height of the bollard shall be 6" higher thm~ the detector assemblies; each detector shall have 2 boltards. END OF SECTION 11780 - RADIATION DETECTION SYSTEM DIVISION 1 l - Page 6 of 9 nn S ON 2 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. QuadGas 1I 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-31-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 NEIVL~ 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- ll-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 mo&de. DIVISION 11 - Page 7 of 9 C. Control Panel Requiremen · The control panel shall ,: :,'; [ ~o,mt ~,v, d~.~ ',l)del 215345 QuadGas 11 Gas Monitor/Controller, or ap ~ra~ :,~ .~,NaL TI e ?mt,:t sha;I have a NEMA 4X rating, and shall operate on 115 VA£, 50 ~,l} Hx power. 1 lc' V~me[ shall be capable of supporting up to (4) remote gas senscr~-. 2. A scanning module with ~hree d~g~t LED -eaaoat s~qall be provided for the purpose displaying the gas ','aluc o~' eact-~ sensor and initiating alarms. 3. Visual Alarm Indicators - 'I he monitor shall ha~ e a separate indicating lights for each of (2) alarm levels and system fauh light. Alarm Set Point Levels - '[~xo separate alarm set point levels shall be provided lbr each charmel (warnillg and alamo,. Each set point shall be independently adjustable for an5' value in the readout range. 5. Each gas channel shall have one SPDT, 8 amp warning relay. Common SPDT, 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 for energizing remote audible devices. I'he 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 furnish and install a foundation exhaust fan within the crawlspace at the proposed locations. The Exhaust fan shall be a Model SE-12-432-CB as manufactured b5 Greenheck(715-359-6171) or approved equal. The fan shall be wired in to the [VISA control panel so that in the event of an alarm situation from the gas detection sensors located within the crawlspace, the exhaust fan will 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 follox~dng minimum properties: 1. Fan Shall be 1/8 Hp 2. Fan must be explosion proof 3. CFM Rating: 438 rain 4. Motor RPM: 860 DIVISION 11 - Page g of 9 DIVISION I1 - 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 Seryice . Contractor shall provide the services 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 DWISION 11 - Page 9 of 9 DIVISION 13 - SPECIAL CONSTRUCTION GENER~AL The work under this Division shall be snbject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWTNGS, 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 h~cluded in this Division are the following sections: 13046 13120 13122 13410 Information Booths Steel Deck Motor Track Scale Pre-Engineered Metal Building Systems Above Ground Double Wall Storage Tanks DIVISION 13 -Page 1 of 28 SECTION 13046 -INFORM ~TIt)N BOO 1 ~ ~ GENERAL Provide all labor, eqtfipm:~l 3re materials o ;t rr.i~-[- ~md ,astad ~rcfabricated portable steel building(s) where show~ m t~,' :ontrac cr.tv:inv_s. Ire ~r~mllai'r shall include but not be limited to: 1. Site/foandattor ~,,)'k. 2. PVC stub for dec ~ric 3. Unloading, placement, instal lauon ano anchoring. SUBMITTALS Catalog sheets, specifications, and installation instructions tbr specified. Physical property data tbr prethbrieated booths. each material REFERENCES Prefabricated building manufacturer 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 owmers on the quality of workmanship (fit and finish). SUBMITTALS Upon a~vard of order, manufacturer shall prepare and submit shop drawings for each different building required for this project. Drax~Sngs shall include elevations, section, floor plan. electric schedule, sen'ice entrance locations, and anchor clip detail. Color charts illustrating available colors and patterns for specified finishes shall be submitted to ovmer for prompt selections. QUALITY ASSURANCE l. Structures shall be the product of a manufacturer with a minimum of 20 years- documented experience in the design and fabrication of portable steel buildings. The recommended manufacture is Par-Kut Intemational, Inc., 40961 Production Drive, Harrison Township, Michigan, 48045, Phone (586) 468-2947, Fax (586) 463-6059, ~vebsite: www.parkut.com, email: salest~parkut.com, or approved equal. Manufacturer shall maintain and furnish proof of maintenance of quality assurance program wSth regularly scheduled independent third part)' testing. Production process x~ill 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 drawings and/or DIVISION 13 - Page 2 of 28 DIVISION 13 - SPECIAL CONSTRUCTION calculations, applical)le 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 AtE 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 wiring system shall bear UL Classification label certifying 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 International, Inc or approved equal. Unit shall include hip roof, colonial style window 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 treah'nent 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 heaxs' duty sliding galvannealed 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. Windo~vs: Shall be steel construction, properly primed and finish painted, fabricated in decorative colonial style. Perimeter window mullion shall be 1-1/2" x 1/4" and inner windo~v mullions shall be 1" x 1/4". All windows shall be fixed unless clearly stated DIVISION 13 - Page 3 of 28 otherwise. Windc'xs .i'l tax` 2 it 2.iai tnoJiz2 :~ a[~l ii il. r,i , ,)ps screx~ed in place tbr easy glass replac,:;t,:t~ I :'equir~ ~,unis~ ~l.~; ~ ' ~ p: ~:,:cified herein. Windoxx. s shall be squ~ed a~d tXcZlheC-:;caloJ; tl, e tactt r, A cashier's wind,,'.- sa.t! he inst~d .ed in one ,*i,~,icx`' ocatic~ as shown on the contract drawings. The xvin,Jow -; mli be a Itt ' !~eig~, :,idc-s~idmg .vin:o.v. Glazing: All wind(,,x`s ar,d doms S~Lr. cor. ttin c~ea~ :ctt-:p~rcd safe~' glass, l '4" minimum thickness. Finish: Alt steel surface> shall be painted svith mst inhibitive epoxy printer. Ali exposed interior and exterior steel surfaces shall be painted with nnc finish coat of industrial acrylic epoxy. Choice of' single color of paint tbr the building and one separate color for the roof as selected b3 or, ncr from manufacturer's standards. Additional colors available for extra charge. Canopy: Shall be 14-gauge galvannealed steel and shall extend 6" beyond the side walls. At soffit, underneath the overhang, supply decorative crosvn molding. Standard fascia height shall be 3". Omit hip roof for buildings to be located within a garage or under cover. 10. Roof: Roof surface shall be 14-gauge galvannealed steel sheet with 1" standing ribs 12" 16" on center. Roof welded, caulked and weatherproofed. 4:12 pitch minimttrn. Hip roof ,,,,'ill have ridge cap covers fabricated of formed 14-gauge galvannealed ~eel. perimeter drip edge standard. 11. Insulation: Walls shall be insulated with 2" rigid fiberglass board, R=I0. Roof structure full.,,' insulated, R=I 7.4. 12. Work counter: One 18" minimum depth 14 gage painted steel counter across xvidth o£ booth. Include one (1) 16" wide steel storage drawer, and one (1) locking cash draxx`. Counter shall be welded 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 ,M. th lamps and xvall 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 wire 240/120V single-phase service required. Thru-wall aJc optional. 14. Heating/Cooling: Electrical wall unit shall be a combination heaffcool unit. The unit shall be fan-forced t?pe including integral thermostat, lMinimum size shall be 120V.'1500x3,'. EXECUTION The Contractor is responsible to install prefabricated buildings on flat and level concrete pad in accordance with the manufacturer's recommendations and placement drawings. Position units over utili .ty stub-ups, verify building is level and anchor. END OF SECTION 13046 - INFORMATION BOOTHS DIVISION 13 - Page 4 of 28 DIviSIoN 1~- SPECIAL CONSTRUCTION SECTION 13120 - STEEL DECK MOTOR TRUCK SCALES 40 TON WITH ANALOG LOAD CELLS GENERAL PROVISIONS All work shall conform to the requirements of the following: · Furnish and install one steel platform motor truck 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 cells 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 requirements as set forth by the National Institute of Standards and Technology Handbook 44, current edition for class Ili L devices. The scale manufacturer sh. all 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 with 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 SCALE FOUNDATION RIE (~} I; (REM[ The foundation shall meet ~il l,~;al ,'eq.tir,.m tnt:; .tnd th,~ ~:i~ num spt.,: ifications as stated in this section. · The minimum soil be.~i'in~ r~quired sha',l be 3 (,00-ps~ mm~m.mL · The foundation shall ,.~xtend to the r~rosl line at the load ,-e. il piers. '[he areas between the load cell piers are not load beatin.__, and are l~:~r cover · The foundation shall provide a nfinimum of Y' of clearance to thc' weighbddge. · The approach slab shall be a maxinmm or' 15 1.2" abox e grade. · The foundation shall be constructed of concrete with a miuimum 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 two 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 follo~ving: · The scale weighbridge shall be capable of weighing trucks having a tandem axle weight of up to 80,000 lbs. · The weighbridge shall consist of 3 prefabricated modules. · The weighbridge shall allow side access to load cells and junction boxes. The.deck modules 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 famished and installed at the job site. · All work shall conform to the requirements of the following: The ~veighbridge 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 DI~q[S1ON 13 ~ SPECIAL CONSTRUCTION There shall be no bolted connections between the load cell and weighbridge assemblies. SURFACE PREPARATION AND FINISH The ~veighbridge shall be shot blasted to a minimum of SSPC SP6' specification prior to painting, then coated with Sher~,in~Williams EPOLON II epoxy in Cardinal blue. LOAD CELL SPECIFICATIONS All work shall conform to the requirements of the following: · All load cells are to be of double-ended shear beam type and shall have a minimum capacity of 50,000 lbs. with 150% safe overload rating. Load cells shall be certified by NTEP and meet the specifications as set forth by the National Institute of Standards and Technology Handbook 44 for Class I/I 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 from the load cells are not acceptable. The load cell assemblies shall incorporate double link suspension. The load cell shall be stainless steel. · The load cell shall have a cable that is made as an integral part of the load cell. LOAD CELL SPECIFICATIONS Overload Safe Ultimate Rated Output mV/v Resistance Input Output Zero Balance Excitation Voltage Non-linearity Hystersis Non-repeatability Creep Deflection Insulation Resistance Temperature Range Compensation 150% 300% 2.04-0.1% 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 megotuns 14°Ftol04°F DIVISION 13 - Page 7 of 28 Operating Temperature Effe Rated Outp Zero Balam V Min -:i~ i¥'U'I'.~ [ol k,ad : II-. Load cells shall be Cardir a! S.:a:c stainless s:eel model ])B-5(,100S { , : l equal. JUNCTION BOXES AND ('ABLE All work shall conform to the requirements of the following: · All junction boxes shall be NEIX. LA 4. · Junction boxes shall be accessible for inspection and maintenance from the side of the scale platform. · The load cell cable shall be tenninated blocks on the junction box circuit board. SURGE VOLTAGE PROTECTION SPECIFICATIONS While it is understood that there is no total protection from lightning, a comprehensive surge voltage protection system shall be provided with the scale. The system shall not require complicated ,wiring 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 an)' surge voltage protection system. All scale components shall be grounded to one common point. The grounding point shall be in accordance with the scale manufacturing company's specifications. The grounding system shall be inspected and maintained during the normal maintenance and calibration program. The Contractdr shall install (2) two 8' long x t,5" diameter ground rods per scale. Scales shall be connected to the ground rods by a minimum 1/0 gage wire with appropriate bolted connections to from a continuous bond. WARRANTY REQUIREMENTS The scale manufacturer shall ~varrant the scale assembly, including the deck and components below the deck for 3 years, digital weight indicator; printer and peripheral devices shali be covered tbr l )rear or by manufacturer's standard warrant5'. The manufactttrer or its local representative shall present a program of regular maintenance and calibration service. Inspection shall occur at a minimum of once ever)' six months and shall comply with 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 LOAD CELLS D1WISION 13 - Page 8 of 28 DIVISION.13 - SPECIAL CONSTRUCTION SECTION 13122 -PRE-ENGINEERED METAL BUILDING SYSTEMS GENERAL PROVISIONS Work under this Section includes the design, fabrication, deliver3', and erection of the structural framed structure with metal roofing system in this Project. Included are all the structural steel framing, fasteners, joists, fi.m-fishing anchor bolts, purlins, girts, bracing, roofing, xvall panels, gutters, flashing and any other material or equipment for a pre-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" by the 3_merican Institute of Steel Construction (AISC 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 with the provisions of the "Sumctural Welding Code - Steel, AWS DI.I" 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 for 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 follo~vs: a. Item l(c): Wind connections and. all other connections transferring moment shall be included among the connections limited to fi'iction-type. b. Item 5(1o): 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 available, upon request, to the Engineer or designated inspection laboratory during the entire period when steel is being fabricated and erected. The inspection torque wrench shall be capable of indicating that 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 ~vitnessed by the Engineer/Architect or the designated inspection laboratory. 5. Pedestrian Doors and Frames: Comply with applicable requ'~rements of Steel Door Institute's "Recommended Specifications for Standard Steel Doors and Frames" (SDI-100). 6. Clevises, Turnbuckles, and Sleeve Nuts: Comply with the "Steel Construction Manual" by ' The American Institute of Steel Construction (AISC Manual). DIVISION 13 - Page 9 of 28 Gages: a. b. Sh2:t St_,c: .J.S. S:an:lard. DESIGN REQUIREMENT$ .A. Design Criteria: 13uildmg design -_'bali confotri~ to the Metal Building Manufacturer.-, Association's (MBMA) "l)esign Practice.-" and "(_'ode of Standard Practice", "Building Code of New York State" and with the lbllowing criteria: 1. Design Load: Basic design loads shall include dead, live, xxSnd, uplift, snow, temperature, and seisufic zone in addition to all dead and collateral loads in accordance with MBNA mid the Building ('ode of New York State and all other applicable codes. 2. Light-gauge elements of the building shall be designed in accordance xx4th the "Specification lbr 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 Draw'rags: Drawings shall show specific application to this Project. Submit all required drawings in one submission, except as noted. 1. Erection Drawings: Manufacturer's complete erection draMngs. Indicate manufacturer's identification marking for the components. Structural Drawings: a. Manufacturer's drawings showing base plate dimensions and foundation loads for all colunms and/or rigid frames. b. Manufacturer's drawings showing anchoring details for the sill members, door jambs, and other miscellaneous items requiring connections to the concrete foundation. c. Manufacturer's details for an)' proposed wall ~4_nd bracing system other than portal columns as shown. d. Foundation drawings shorting dimensions and elevations of all piers, walls. and tbotings required. e. Anchor bolt plan shovv4ng the location of all columns and/or rigid frames, and the location of all necessary anchor bolts or other main framing cotmections to the concrete foundation. f. Anchor bolt and tie rod details. Note: Draw/ngs required under 2.d., 2.e., and 2.5 shall not be submitted until the manufacturer's dra~Sngs required under 2.a., 2.b, and 2.c. have been approved. DD/ISION 13 - Page 10 of 28 DMSION 13 - SPECIAL CONSTRUCTION Note: Manufacturer's standard sheets showing loads or details for a multiple range of building spans, heights, and loadings x~511 not be accepted. Architectural I)rawings: Architectural detail drawings for all auxiliary building components and accessories. Product Data: Manufacturer's catalog sheets, specifications and installation instructions for the following: 1. Roofing panels. 2. Exterior wall panels. 3. Trim, exterior and interior. 4. Flashings. 5. Sealants and gaskets. Samples: 1. Color Samples: Manufacturer's standard colors for exterior wall and roo£mg panels, trim, and other factory color-coated components. Quality Control Submittals: I. Design Calculations: ManuX'acturer'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 manufacturers 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 ~ year warranty on roof'mg panels and related trim against rupture, structural failure, or perforation due to atmospheric corrosion. DIVISION 13 -Page 1 1 of 28 ~ ~'" 20 Exte',~' v'.d Oaiels. ;lctt[ btild~, ..;natt.'i~=r~ __ >'ear wmTanty fi)i factors a~o ¢, co{or lit,~.;h ,m .,;t,.~, ,-- ~':'at :. ,, 'exterior wall panels and related :r ~;~ i= 5nst t:lis~e'i~, pcefi~ ;~. ,:l;t,'kln: t[ tking, checking, chipping, colo~ ,:hz~? ,:<t'cedmg :. ~.}?,.r4..tz.,ts cet .~ f ixl D-2244). and chalking QUALITY ASSURANCE Manufacturer's Qnal~fications: '['h~ ~namtfacmrer o~' the Ore--engineered metal building shall be regularl3 engaged in the oesi~ m~d fabricatiun ,)f pre-engineered, pre-fabricated metal buildings, shall haxe furnished such btfildings for fixe similar projects that ha~e been in use for not less than fi'.e years, and shall be sabject to the approval of the Engineer/Architect. I he bnilding manufacturer shall be capable of furnishing compatible auxiliary building components and accessories shown or specified. If requested, furnish to the O;vner the names and addresses of five similar projects where the manufacturer's building bas been in use for five years. lnstaller's Qualifications: ]7he person supervising the installation of the work ct' this Section shall be experienced in pre-engineered metal building work, and shall have beert regtdarly employed by a company engaged in the erection and installation of such buildings for a minimum of three years. If requested, furnish to the Engineer/Architect the names and addresses of three similar projects for which the supervisor has supervised the erection and installation of pre-engineered metal buildings. Regulatory. Requirements: 1. Code: Comply with the applicable provisions of the Building Code of New York State. 2. Column Fire Rating: Comply with the applicable specifications and details of Underwriters Laboratories, Lnc. 3. Building Grounding: Comply with National Electrical Code. ACCEPTABLE M.~NUFACTURERS Subject to compliance with requirements, pro~4de products by one of the following 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. DIVISION 13 - Page 12 of 28 DIVISION 13 - sPECIAL CONSTRUCTION DELIVERY, STORAGE, AND I-L4NDLING Deliver building components, except structural steel, to the Site in unopened cartons, crates, or other protective containers bearing the manufacturer's labels. Components shall have manufacturers identification marking corresponding to the marking shown on the erection drawings. Keep materials dry while 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 fi.om 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: ASTM A529 or A572. Steel Pipe: ASTM A53, type and ~veight as required, Grade B.. Anchor Bolts and Tie Rods: ASTM A36 or A675, Grade 70. Clevises, Turnbuckles, and Sleeve Nuts: Similar to those shown in Part 4 of the AISC Manual. The safe working 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 welded. Covering Fasteners: a. Screw Bolts: Type 300 series stainless steel capped low profile head, 200 inch lb min 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 rain push out strength, color cap on exposed exterior surface matching adjacent panels/trim. DIVISION 13 - Page 13 of 28 d. Seal n_~ W,,-t-u's No~p'cn, xa~,h,,, ,'; ,I Ii'~; 14. 15. 16. 17. Shop Prirrt~ Pm- t(r [ran t:~ [ ~;uz[ n:.~ )'x zn,'c t,t, mments ofFS TT-P-636 or TT-P-O;.I. Cold Oalv.~rizia~ 2nmpoum[. 'ii ~5Ie :c. rqp,.r e~t~ tota:t ~rd giv~g 93 percent pure zinc in the dried ~ Ira. and c~,mp,y ng u ira D~ ) 2. }'- ~ 1 ) 35 ', ~AVY). Bitu~nou~ Lfim .ksphalnt: [ pe. 55PC - P~ ini t2 Bed~ng ~, .~w: a. Cement (mint: Po~lalcl cement coinplymg with ASTM C150, I'>?e I or llL and clean tmifo~ly graded natural sand co~nplying with ASTM C404, size No. 2. nS~ecl at a ratio (hyyolume~ ~;( 1.0 pan cement to 3.0 p~s sand, with o~y [he mirfimnn~ mnount of water required Ibr placement ~d hydration. b. S~-Resismnt Grout: Facto?packaged, 4mnk-resist~t, non-staMng. non-lkrrous mo~ grotttmg compound selected fi'om the follo~xNg: 1) Masteffio~ 713 b~ M~ter Builders 2) Sono~out by Som~ebom. 3) Five St~ Groin by U.S. Groin Co¢ormion. 4) Co~ex by L&M Construction Che~cats. 5) Non-Coxosive, Non-Shri~ Grout by A.C. Horn. Assembly and Installation Accessories: Building manufacturer's standard reinforcements, extensions, clips, brackets, miscellaneous fasteners and anchoring devices, spacers, furring strips, closures, flashings, expansion joints, themml breaks, adhesives, and other components needed for a complete, permanently weatherproof installation. Materials shall be non-deteriorating, corrosion resistant, and compatible with adjoining materials. Connections: Fasteners shall be of size and in quantities to securely and permanently join building components, and shall be complete xt4th necessary hardware and accessories as required for the application. Connections shall allo~ for expansion and contraction in accordance with the approved design. Screw bolts and rivets shall have metal-backed sealing washers. Except as otherwise indicated, provide the following fastener types for the following locations: 1. Roofing Panels to Structural Members: Screw bolts or rivets. 2. Wall Panels to Structural Members: Screw bolts or standard bolted connection. 3. Wall Panels to Wall Panels: Screw bolts, sheet metal screxvs or rivets. 4. Interior Panels to Supports: Cadmium plated steel fasteners of required type for secure attachment. 5. Trim: Same fasteners as adjacent panels. Sealants, Gaskets and Closures: 1. Tape Sealant: Flat shaped, elastomeric, non-hardening, ribbon sealant: q,.pe recommended by building manufacturer for the particular use and conditions of application. 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. DI7vqS[ON 13 - Page 14 of 28 DIVISION 13 - SPECIAL CONSTRUCTION 3. Gaskets: Rubber, building manufacture's standard shapes. 4. Closures: Closed cell foan~ or robber material, formed to match panel profiles, sized to provide weather tightness. Galvanizing: specified. 1. 2. 3. 4. Complying with the following reqnirements except where otherwise Formed Sheet Steel: ASTM A653, coating designation G-90. Assembled Steel Products: ASTM A123. Iron and Steel Hardware: ASTM A153. Products Fabricated From Rolled, Pressed and Forged Steel Shapes, Plates, Bars and Strip: ASTM A123. Color Finish: Factory applied color finish 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 polymerized enamel to a dry film of one m/l, 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 responsibilit3,' of the pre-engineered metal building manufacturer. Note: Field f'mish 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 site 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, welded-up plate section columns and beams. DIVISION 13 - Page 15 of 28 Tresses: Open web fCLUhing; welded plate constrac~ion. RigidFrar~. [:, ~t,s md xt~:t,o: ~'ol ~, a. Tie~,,t4 ¢~tll ~,e rautc I,ars. o 'can:: .:~t clzmetz't with integral upset ends. b. The a lo'xttl~ tcr, sih -~:'cs.; 0a h: .mtlniade~ ',~:y area of tie rods, and on the te;~stbr sg't-3s area * ~ c ~ b.)l~ :md i: 'od [-ltzids sh~l be 22,000 psi. c. Tie ~od3 3h.l t~o ,)e .-[,: ccc by wekhng. hot ~o~ ed sections, oqd lbnm-~ sq~pes, or built-up shapes of Endwall Framing: :~omer posts, ,mdposts and rtfi, c bear~s hot rolled sections, cold formed shapes, or built4ip shapes of welded plate constmctk,n Endwail Framing: Rtgid flame with full bay loading capac~tT, trod endwall columns: built- up shapes of welded plate construction, hot rolled sections, or cold formed shapes. Bracing: Wind bracing ,and struts, 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 tmless otherwise indicated. Bolts for Field Assembly of Primary Building Framing and Bracing: High strength bolts. Shop Painting: Comply with the following requirements except where otherwise specified: l. Refer to Dtvtston, - F~mshes, Secnon 099 I0 - Exterior Painting (Metal Buildingi. NOTE: Shop painting shall be the responsibility of the pre- engineered metal building manufacturer. NOTE: Field finish coat(s) painting shall be the responsibilit3, of the General Construction Contractor. NOTE: Both shop and field coat(s) paint shall be as manufactured by TNEMEC Company, Inc. or approved equal. SECONDARY BUILDING FRA~HNG B. C. D. Purlins: Cold formed steel shapes, or cold formed open web welded trusses 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. DF¢ISION 13 - Page 16 of 28 DIVISION 13 - SPECIAL CONSTRUCTION Overhead Door Frames: Frames shall be fabricated from structural shapes and~ ~ts required to receive overhead doors, with comers fully welded and ground smoaS~_j_-xd with provisions for bracing to building framing. Framing for Miscellaneous Openings: All openings shall be framed for proper~ nzz~rt and attachment. Frames shall be fabricated from structural shapes and bars withr~-~ee~rs fully welded and ground smooth, and with provisions for bracing to building frami G. Shop Painting: Comply with the requirements specified for Primary Building Frang ROOFING PANELS General The roof shall be covered with a double-lock standing seam roof system installed i~ a¢c~x-xce with the manufacturer's instructions. Roof Panel 1. Roof panel shall be factory roll-formed roof s panel 24" wide, with ~r~ajor corrugations, 2" high (2-3/4" including seam). 24" on center. The fiat of the contain cross flutes 6" on center perpendicular to the major corrugations th~x-Xtire length of the panel to reduce wind noise and improve walkability. 2. Panel material as specified shall be 24 gage galvanized (G-90 coating), perl~T1M specification A653 (G90), and painted with standard finish system, a full slren[~ Kynar 500 or Hylar 5000 fluoropolymer coating. Manufacturer warrants that~x-ting shall not blister, peel, crack, chip, or experience material mst through for 25 ye~u l~or a period of 25 years chalking shall not exceed #8 - ASTM and fading shall be 5DC22olor Difference Units or less. 3. Panel of maximum possible length shall be used to minimize endlap; cave p~ shall extend beyond the sh'uctural line of the sidewall. 4. Panel shall be factory prepunched at panel end to match prepunched holes in ~ cave structural member. Panel end splice shall be factory prepunched and prenotch~ Panel end splice shall be floating and allow the roof panel to expand and contract xi~h_ roof panel temperature change. 5. Ridge assembly shall be designed to allow roof panels to .move lengthx,~e with expansion/contraction as the roof panel temperature changes. Parts shall bcfactdry prepunched for correct field assembly. Panel closure and interior reinfoming s~p shall be installed to seal the panel end at the ridge. The attachment fasteners shal not be exposed on the weather side. A lockseam plug shall be used to seal the l~kseam portion of the panel. A hi-tensile steel ridge cover shall span from panel closuxcto panel closure and flex as the roof system expands and contracts. DIVISION 13 - Page 17 of 28 D~%?-StON ~ 3 - Sr'ECIAL CONSTRUCTION System Installation l. Panel clips shall be posi,qoaed b~ matching the t',,,ic tn the clip with the prepanched holes in the seconda~? m'ucmral m~mbers. 2. Panel shall be positioned and properly aligned by matching the prepunched holes in the panel end with the prepunched bodes in the eax e structural member and by aligning the panel with the panel clip. 3. Panel sidelap stroll be field-seamed by a self-propelled and portable electrical lock seaming machine. The machine s~all field form the final 180 degrees of a 360 degree Pittsburgh double-lock standiug seam; all sidelap sealant shall be factory.' applied. 4. Panel endlap, when required, shall be at least 6", sealed with sealant and fastened together by clamping plates. Seaiant shall contain hard nylon beads which prevent it from flowing out due to clamping actions. The panel lap shall be joined by means of a two-piece clamped connection consisting of a bottom reinforcing plate and a top panel 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 four panel lap splice condition. Fasteners 1. Connection of root' system panel-to-structural member, except at cave, shall be made with clips with movable stainless steel tabs that are seamed into the standing seam sidelap. 2. Panel clip shall be fastened to structural member with fastener as per manufacturer's erection drawings, using factor3' 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-formed standing double-lock seam, formed by a special 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 factor5.' 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 Trim (no parapet) Ridge High Eave (no parapet) Panel-Splices High Side Transition Frequency per sq. ft. per lineal ft. per lineal ft. per lineal ft. per lineal ft. per lineal ft. per lineal fi. DIVISION 13 - Page 18 of 28 DIVISION 13 - SPECIAL CONSTRUCTION 5. In lieu of prepunched secondaries and panels, predrilling of the structural members is mandators, in order to maintain proper alignment of the roof system. 6. Accessories 1. Accessories (ventilator, skylight, gutter, fascia) shall be as standard with manufacturing company', unless othe~'ise noted and famished as specified. 2. The color coming on all gutter, downspout, gable trim and cave trim to be Kynar 500 finish system. 3. Location of standard accessories shall be as shown on erection drawings as furnished by manufacturing company. 4. 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 mb. The stainless steel tab shall be factor5' centered on the roof clip when installed to assure fall movement 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. 2. The roof shall provide 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 PANELS Light Panels: Translucent, white, fiberglass reinfomed 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 when installed in accordance with the manufacturer's instructions. EXTERIOR WALL PANELS General: 1. Exterior wall panels shall include all related components and .accessories necessary for a complete exterior wall 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 from sill to roof line, except where panels are interrupted by auxiliary building components such as windows. Upper end of panels shall be fabricated to form a close fit with roof system. Provisions DIVISION 13 - Page 19 of 25 a. Seli:c,)nan.'t nsqlarc.lcnit> ;hfl ; ~1 ~:rtiri',. the exterior. Description: 1. Type: Pre,:,_:,ion 2. Type: Mutti-Rb Pz.n¢i 4. Seam Design (,%x.j._,int) Oxc,'lapping sine ubs 5. P~el T~ckness 6. Aaac~ent ~o Supporting Merabers: Exposed Iastener~. 7. Aaac~ent lo Supporting Members: Concealed tasteners. 8. Sidejoint Sealant'(~asker'Seal: FactoD~ applied. 9. SidejoMt Sealant/Gaske[Seal: Field applied. Coatings and Finishes: 1. Front Surface: G90 galvanized coating designmion, a~d color finish. 2. Back Surface: Gg0 galvanized coating designation, and panel manufacturer's standard rust-inhibitive back surface finish used ~xith specified front surface color finish. 3. Front and Back Surfaces: Alclad hanunered surface. 4. Exterior Facing: a. Front Surface: G90 galvanized coating designation, and color finish. b. Back Surface: G90 galvanized coming designation, and panel manufacturer's standard mst-inkibitive back surface finish used with specified front snrthce color finish. Exterior Wall System Trim, Flashing, and Accessories: Materials shall be the same materials used for the panels, unless otherwise indicated or required by the application. Configurations shall be the standard with the building manufacturer for the specified wall panels, unless other~ise indicated. Coatings and finishes shall match wall panels, except building manufacturer's standard fmishes (as required by application) may be furnished on special use accessories. FABRICATION Tolerances: Conform to tolerances set forth in MBMA Code of Standard Practice, except as lbllows: 1. Alignment and fit-up of welded joints shall conform to the "Structural Welding Code - Steel" (AWS DI.1). EXAMINATION Verification of Conditious: Examine surfaces to receive the metal building for defects that ~411 adversely affect the execution and quality of the Work. Do not proceed until unsatisfactory conditions are corrected. DIB?ISION 13 - Page 20 of 28 DIVISION 13 - SPECIAL CONSTRUCTION PREPARATION A. Protect factory applied f'mishes 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 heavy coat of bituminous paint or 10 mil self-adhesive polyethylene tape on the contact surfaces. Use gasketed fasteners where needed to elLminate the possibility of corrosive or electrolytic action between metals. ERECTION AND INSTALLATION General: Erect and install the metal building and appurtenances in accordance xvith the manufacturer's printed instructions except as otherwise specified or required by the Reference Standards. Install the work of this Section so the structure is secure and weather tight, and exposed materials are free of visible dents, scratches, tool marks, cuts, and other imperfections. Install building systems flee of rattles, wind whistles, 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 slructural 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 coating with a 2 mil thick coating of cold galvanizing compound applied in accordance with compound manufacturers instructions. Roof'mg System: 1. 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 slructural 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 mol is watertight. Roof Insulation: Install blanket insulation as panels are installed, with tight butt joints, and with vapor barrier toward building interior. Install insulation blocks, supports, and other accessories as required for a complete insulation system. Seal each joint in the vapor barrier with joint tape or adhesive. DIVISION 13 - Page 21 of 28 Wall System: 1. Assemble .m,l ~!ch ~r ~ar,.,:: tt' ['[acc, ~l:gtk, a~ ~., umb, ~ith provision fi:,' necessa~~ 5~et-r~ ~ ~ 7. d scm. lu~ 1 1 ~ vcmc~ t [ ~o pt ~ .!: of one-piece length l?om sill to roo' in. x.iqa Lo h,.n;'onta jott~t: ,.xz2[t w:wr,' o~els ~e inte~upted b3 auxiliaD~ ~u:ldm~ o,mponcr~.. <.el fi...~i:~.lCX.4 F~.~ct p~els to each structural suppoN. 2. Seal lon~tudinal ?nts with <am:u. 3. Flash ~d se:il t~al. :,,~edng 2t~ sil:, roof ~iaeb, ant junct,otTS with ~i related building componems and accessories .<. that the walls are wate~igbt. Wall Insulation: Install blanket insulation with tigm butt j,*ints, and with vapor barrier toward building interior, h~stall supports and other accessories as required for a complete insulation systenL Seal each joint in the xapor barrier with?oint tape or adhesive. Related Building Components: h~stalt related components in their designed locations, fitted with required accessories. Securely fasten items to structural supports. Adjust marl lubricate operative units for smooth mad easy operation. Seal components watertight at junctions with wall and roof systems. Tolerances: Conform to tolerances set forth in MBMA Code of Standard Practice, except as follows: 1. ?dignment mad fit-up of welded joints shall conibrm 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 with undamaged parts. CLEANING Remove strippable protective comings after completion of work liable to damage the finish. Comply with manufacturer's recommendations for coating removal. Clean exposed exterior and interior surfaces of exterior wall panels. Remove ma5' residue from strippable coatings. Comply with panel manufacturer's printed recommendations for clearfing. END OF SECTION 13122 - PRE-ENGINEERED METAL BUILDING SYSTEMS DIVISION t3 - Page 22 of 28 DIVISION 13- SPECL~L 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 Areo Power Unitized Fueler, Inc. GOVERNING STAND,M~DS All woik shall conform to the requirements of the following: · Suffolk County Department of Health Services .~rticle 12 Tank Program. NFPA-30 AND 30A Standard for flammable and combustible liquids. · UL-142 Standard for aboveground tanks for flammable liquids. TANK MATERIALS 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, 3¼,, 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 Ce Dw All carbon steel :,i~all ~,~ntl:.l.x ,vie:~ i~e l:.tes :.1:: o~ f tt-c ~t ecification?or Structural Steel, ASTM A3t, ~r t.l: C,ec:fic tri~z '~r S~" ~ ':,~,,~,' ,'~ '~ Yfaximum PercentL Hot RolledSheet and,~':',p ~'~ ,,,ne 'ci~', ! ).tcl, r.,. \S;' I ?.'1(-. ~. Size and Dimensmns The primary tank shal be 48 ' diameter b5 Fl'0' l, mg. t'h< sN?ll steel thickness shall be 10ga and tank heao:, ,hall be 10ga. The containment dike shail be 6'0' .vide by I2'O' long bx 2'o' high. The contaitm~ent dike steel thickness shall be 7ga. Primary Tank Fittings All fittings ~vill be sized and located as indicated on tank o~nstruction drawing number APB590. Alt fittings shall be protected t~Sth 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 furnished ~Sth 6" high steel supports. The containment dike shall be furnished with support dunnage to allow fbr visual inspection of containment dike bottom. The size and location of supports shall be as indicated on tank construction drawing number APB590 The unit will be provided with a drip pan type pump platfom~ of the size and location indicated on drawing number APB590. The unit shall be provided with removable 12 ga. (min) steel rain shields designed to minimize water and debris from entering the diked area. Ihe rain shield design will allow for easy visual interior dike inspection while allowing the dike area to be naturall.~ 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 overflo~ pipe diverts spills in excess of 3 gal in to the cohtaiument 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 have a 235,500 cubic feet per hour (cfh) rating at 2.5 psig. DIVISION 13 - Page 24 of 28 10. 1l. Go DIVISION 13 - SPECIAL CONSTRUCTION The tank assembly shall be provide with an emergency vent protection hood designed to prevent snoxv, ice and debris from rendering the emergency vent ineffective ~vhile 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 proxrided such that under emergency conditions the fkst 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 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 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 factory tested in accordance with the requirements of UL 142. WASTE OIL A. General The above-ground storage tank sh~ll be as manufactured by Areo-Power Unitized Fueler, Inc., 631-366-4362 or approved ~qual. The unit shall consist of a steel 500 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. 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. DIVISION 13 - Page 25 of 28 Waste oil tank pz~ c.t~ st'a l i ~ci.,: [~,l [. la r~., ~, t ~,'. ? t~ :d stair with handrail both sides, fibergl~..s ~,~'t[~,p. q,ec ~ ,~'~r tt[l hz,,.: ~ st,,...~t, ;i ans and lenering. Materials The tank, dike a:t:l ,ill stee~ app,~rtenxuce,, s,-~:[ I,e ;hl,ri::lted from commercial or structural grade carbor -,,ecl. Onl .Mi carbon steel ~h.:fll c(,mpl3 with the lates~ edition ,of the ~nccificatio~iJbr Structural Steel, ASTM A36; or the S?ec!/icazi,,~t for &eet. ( Rolled Sheet and Strip C, mtmercial (_)ualio', Size and Dimensions The primaD, tank shall be 48" diameter b5 5'5" long. l'he shell steel thickness shall be 12ga and tank heads shal[ be 12ga. The containment dike shall be 6'0" wide by 7'5" long b3 I'8" high. The containment dike steel thickness shall be 7ga. Primal'), Tank Fittings All fittings xvill be sized and located as indicated on tank construction drawing number APB580. All fittings shall be protected with plastic tkread protectors to prevent damage 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 vdth support dunnage to allow tbr visual inspection of containment dike bottom. The size and location of supports shall be as indicated on tank construction drawing number APB580. The unit will be provided x~fth a drip pan type pump platform of the size and location indicated on draxx4ng number APB580. The unit shall be provided with removable 12 ga. (min) steel rain shields designed to minimize water and debris from entering the diked area. Thc 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 rese~oir while a 1" Sch 40 overflo~ pipe diverts spills in excess of 3 gal in to the containment dike. DBrlSION 13 - Page 26 of 28 10. 11. DI%qSION 13 - SPECIAL CONSTRUCTION The ta~ 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 (clh) 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 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 factory tested in accordance with the requirements of UL 142. Spill Box For ~vaste oil tanks, a five gallon spill box as detailed in the Drawings shall be furnished and installed. DIVISION 13 - Page 27 of 28 LABELS 1. Tanks shall be lab.;[:d it- -' }~i~.,l bi,,:.~..c t,.~s ,~[ .t~! dJ3-~ :nc .~,'ittde the following: a) Diesel tant: DIESEl. FOEL 10,2,0 GALLONS ,...L C~ r.¢ NO NO SMOKIN,:- b) Waste Oil tm~k: VYASTE OIL 500 GALLONS ,~.G.E).H.S NO.--.- c) Tank numbe[ shall be detem~ined by th~· SCHDS upon permit approval. INSTALLATION The tank shall be installed at the location shov,~n on the Contract Drawings. The installation procedure should strictly follow manufacturer's instructions. The Contractor shall furnish to the Owner a statement that the installation ,,vas per£ormed in accordance with the manufacturer's instruction. WARRANTY The tank shall bear a UL certification plate and manufacturer's 3 )'ear warranty shall be mined over to the Owner after the systems acceptance. INSURANCE Ihe tank manufacturer shall provide a certificate of insurance that provides a minimum of t~ven~' (20) million dollars ($20,000,000) of product liabili~' coverage per occurrence. END OF SECTION 13410 - ABOVE GROUND STEEL STORAGE TANKS DIVISION 13 - Page 28 of 28 DivISION 15B - P/~UMBING GENERAL The work under this Division shall be subject to the requiremems of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA, and other Contract Documents. Refer to the Drawings and Specifications of other trades and Contractors for items, which might affect the work under this Division. TABLE OF CONTENTS - DIVISION 15B - PLUMBING 15000 15060 15084 15090 15100 '15400 15408 15411 15424 15450 15771 15900 15950 General Piping Waterline Insnlation Hangers, Supports, Expansion and Contraction Devices Valves, Cocks, and Faucets Water Service Reduced Pressure Device (RPZ) Plumbing Fixtures Domestic Water Heater Sleeves and Trim Electric Heating Cable System for Water Pipes Project Completion Stand-By Fire Well DIVISION 15B - Page 1 of 22 SECTION 15000 - GENERAL GENERAL REQUIREMENTS All applicable provisions of the se ctio~: cntific,l "Genc,'a~ (t,nditions" and "Special Conditions" shall apply to all work trader this ,_ t,rtrac~ '.'.s i:' '..vri;t,.n t,t t , ~ tull, and shall be adhered to b.~ the Contractor. SPECIAL INSTRUCTIONS FOR BIDDERS The bidder shall, before submitting his proposal, examine the Civil, Architectural, Heating, Ventilating, Electrical and Phanbing Drawings and Specifications covering the work of other tm&s, so as to familiarize himself v~ith 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 Draxvings show schematically the approximate locmion of all apparatus, pipes, drains. etc. The exact location shall be subject to approval of the Engineer and/or O~x~er, xvho reserve the right to make, prio,' to instillation, a%' 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, x,~ether shown on the Contract Drawings and/or included in the Specifications or not, the Contractor shall fi~mish and install all material, equipment and labor usually furnished with such ~'stems, 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 Drawings and as directed by the Engineer. In general, the work shall include but not be limited to the following: Sanitag,' piping system and connections to the sanitary system, connection to house server, cleanout drain, and vent and all requked leaching and vent connections to plumbing fixtures and other equipment requiring same. 2. Proposed domestic water supply system. All plumbing fixtures and trim as hereinafter specified and/or indicated on the Dra~xings. 4. Cutting and patching as required so that all piping shall be concealed. Excavation, backfilling and mechanical tamping of all waterline trenches. Irenches shall be backfilled in 6" compacted lifts. D~ISION 15B - Page 2 of 22 DMSION i5B - PLUMBING 6. House server 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. I0. Testing and procurement of approvals for all systems 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 th/s 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 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 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 draxvings 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". ADJUSTMENT AND/OR INSTRUCTIONS FOR EI~UIPMENT The Contractor shall make all necessary adjustments for proper operation of all equipment furnished by them under this Contract. They shall also ins~uct and acquaint the Owner's designated representative in the proper operation of all equipment. The Contractor shall prepare type~x~'itten 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. DIVISION 15B - Page 3 of 22 Final payment under this ( ct~ ~, 1 ~.qltl lo[ · c t~ .,i: :~til all the above requiremeuts Me satisfactorily completed to :Itc ,tF.pr,~,. a .il the l~t ~t~t ~:' PERMITS AND REGULATION The Plumbing Contractor shall o}>tain m~d pa;' !5~r ail pem:~ts necessary to conduct the work and complete the Contract. All xvork ,~,nall kc per(onned m srrk;t accordance with the regulations and requirements of the various agencies having .jurisdictiorl tk:e:eof. Upon completion of the work provided tbr in this Contract, and before final payment shall be made, the Contractor shall fm'nish the Engineer with any necessary certificates ofapprova[ Jssuc. d b} these various agencies. END OF SECTION 15000 - GENEI~L~,L DIVISION 15B - Page 4 of 22 DIVISION 15B - PLUMBING SECTION 15060 - PIPING MATERIALS Water supple piping, belo~v grade shall be type K annealed, seamless copper water robe conforming to ASTM specifications B88-89. Water supply piping, above grade shall be type L, hard drawn conforming to ASTM specification B88o89. 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 weight 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 matedais 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. Clbanouts shall be provided at ail bends, ends of soil lines, etc. and shall be full size opening per the piping'diameter. The Contractor shall provide all necessary flashing 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 shail result in quaiity of the first class only. Piping shail be concealed wherever possible and shall be run 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 instailed 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 ailoxved. Piping shall not be marred by tool marks. No more.than one (1) thread shall be DIVISION 15B - Page 5 of 22 shown for fittings. Allo, ~, :}, I ,~. ma:.c ~ ~' ~2.1;ansion and contraction of' piping. Swing joints shall be us~: a ~ I o~ ~,cti,~ s t~ :~i~,~ment, main risers and branches. Hangers and supports sha: lc :,m ,&, thro,zLo ~ ,, ?,'curdy affix piping systems to the building construction. Vent piping shall be set ,md pitched :,o ~' b:, tlr:tm out moisture and prevent scale accumulation. Offset shad be mude x~th I,S bent:; Changes in direction shall be made with 45-degree v,?es and iong t~m', o: long s~*eep Strings. On vertical lines, short turn sanitary fittings ma3' be used. Cteanouts shall be provided and extended through x~alls and floor where necessary 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 xvith 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 - WATERLINE INSULATION Insulate exposed incoming water supply piping and fittings with a high density fiber glass insulation (minimum thickness of 2 inches) or polyurethane modified polyisocyanurate rigid cellular plastic (minimum ~ickness of 3 inches) and cover with a weather-protective jacketing, Micro-Lok Fiber Glass Pipe Insulation as manufactured by Johns Manville, or approved equal. END OF SECTION 15084 - WATERLINE INSULATION DMSION 15B - Page 7 of 22 SECTION 15090 - HANGERS, }'.[~'.__PP~?I.~'~;, i~ 2,N.qI{IN L,ND CONTRACTION' DEVICES GENERAL The Contractor shall support a!l zb,~x e grt,un, l. at,~, ,~ .:citing and exposed piping systems in a suitable, secure manner aa a~pc.~,cd b, the E~g~ ~c~:: tn general, all hung piping aboxe the floor and ceiling shall bc mpporrcd itt 6-1o,)t c~.;~ters with threaded rod and steel pipe cradle type hangers or pipe sup[.ort.~ capable o.c hzndling the full weighted load. Hanging devices shall be as manuthctur.~d by t3rirm~:l.. (~::tbk'r, Elcen or approved equal, and designed for the hanging methnd requirect and as ap xeved by the Engineer. The Contractor when installLng ali supports shall allow fi_~r expansion and contraction of all piping as is required. 'All required devices to propcc? at[ow for expansion and contractions shall be incorporated by the Contractor in the construction of all piping systems. END OF SECTION 15090 - HANGERS, SUPPORTS~ EXP.&NSION AND CONTRACTION DEVICES DIVISION 15B - Page 8 of 22 : ' ' DIVISION 15B - PLUMBING SECTION 15100 - VALVES~ COCKS AND FAUCETS Gate Valves - for shut-off purposes of all branches shall be solid wedge gate t).~e with 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. Siphon 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, style and function shall be as approved by the Engineer. Drain Valves - 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-fi:eeze hydrant, bronze casing and satin nickel f'mish 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 o VALVES~ COCKS AND FAUCETS DIVISION 15B o Page 9 of 22 SECTION 15400 - WATER SI:, WORK INCLUDED The scope of the ~vork shal irlt'!Udt [he ,:~stailatiott c. ',t~4er service lines at all buildings (to 5 ft. out from building), sI.{,,,n ~, ~ fi~e :~:.tra~:t dra., ;n2~ and/or ~ dkected b3 the eugineer. Plumbing Contractor shal{ coo~'dmatc hookup ~, incoming site water line (General Contractor's x~rk). MATERIALS The water service line shall be I qnch diameter ~'pe K annealed, seamless copper water tube conforming to ASTM specifications B88-89. All necessary fittings and cottpling shall conform to the standard specifications for type annealed copper pipe. C. Double check assembly- Model 850 (1") by FEBCO METHOD OF CONSTRUCTION The ~vater service line shall be installed a minimum of 54 inches below proposed grade. FEES The Contractor shall bear all expenses and fees required for the necessa~.' inspections. END OF SECTION 15400 - WATER SERVICE DIVISION 15B ~ Page 10 of 22 DMS~ON i~B - 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 Sen'ices 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 Vault shall be a small meter vault meeting the requirements of the SCWA. Miscellaneous piping, valves fittings and accessories shall be in accordance with other sections of these specifications, the latest AWWA standards and SCWA standards. INSTALLATION Install water services, water pipe, valves, fittings, RPZ dexdces, and all other devices in this specification in accordance with: 1. the manufacturer's recommended installation procedures 2. Latest applicable AWWA Standards 3. with the Contract Drawings 4. ASTM D2321 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 ~witten instructions. DIVISION 15B- Page 11 of 22 SCWA Meter vault shall :~ :,~, m.:tx[ n ac :,.r,. ~. ~:~ 'x ith SCWA standard drawings for meter vauhs. Installation of the concret~ .x:.t ll,r mmlat~ ~, o3_tre shall be in accordance with Section 50l of the New 5 o 5 '¢t:.t~c 5;t,m.lard 5,1:¢~i1 .:ztti ms, latest edition. Coordinate installation of water serx ices with plum :,lng contractor. Coordination shall be at no additional cost to the Oxxn¢t. Pressure and leakage testing: .~dl types of iastal ed pipe and devices shall be pressure tested and leakage tested, tn accordance xxith thc latest addition of AWWA Standard C600. Disinfection: Water mains and devices are to be &stnfected in accordance with AWWA 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 Count' Department of Health services. Generally, a bacteriological sample is required for ever3.' 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 for all buried pipe. Backfill material shall be tamped in layers around'the pipe and to a sufficient height above the pipe to adequately support and protect the pipe. Stones found 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 shoxxn in the Contract Drawings. 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 ~xfth and approvals from each received. with copies to Owner. END OF SECTION 15408 - WATER SER~qCE AND REDUCED PRESSURE ZONE DEVICE DIVISION 15B- Page 12 of 22 DIVISION 15B - PLUMBING SECTION 15411 - PLUMBING FLXTURES MATERIALS - GENERAL Vitreous China: First quality, smooth, uniform color and texture, with fused on glaze covering surfaces exposed to view. Surfaces shall be free of chips, craze, warpage, cracks and discolorations. Surfaces in contact with walls or floors shall be flat, with warpage not to exceed 1/16 inch per foot. Color: White. Fixture Trim: Brass, bronze, or stainless steel construction; consisting of supply mad waste fittings, faucets, traps, stop valves, escutcheons, sink strainers, nipples, supplies, . and metal trim. C. Fixture Trim Finishes: Brass or Bronze: Polished or satin finished chrome plating, 0.02 mil chromium over 0.2 mil nickel plating. Stainless Steel: Invisible welds and-seams, and unless otherwise specified, polished to No. 4 commercial finish. Fixture Hold-down Bolts: Steel, pla~ed for corrosion resistance. Cap nuts, metal polished and chrome plated. 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 4. Lever handles set ~.~ - i;~: ~ : e ter.. ~,i * :t..t'ter turn washerless ceramic disc valves. Plastic spl ~: 1~ p,. ~: ',~ i ! ~ot i~,~ ~, t ~ ~: :. a. Faucet: x~dc, N, K- ;-it 4 l, i, r approved equal. b. Handles: x'.o&., x K 16) ,~, I I 5ton Lever Handles or approved Waste Fi~ing: 1-1/4 inch tai[t,i:::c ,vi:l ~ ca-t t rt.:: t[~ pertbrated strainer grate. D. Trap: Cast brass, non-adjustable P trap. i-l,4 inci~ ubmg inlet, 1-1/2 inch ips outlet. E. Trap Nipple: [ps brass with a soho cast brass escu'~caeoq. F. Supplies: 3/8 inch ips brass, with off:get and straight ,-:ey 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 without extraordinary rise of water level in the bowl. Maximum gallons of water per flush: 1.6 gallons. Water Closet Floor Flange: Use with Cast Iron Soil Pipe: Cast iron, 90 ounce minimum weight. Seat: Extra heaW duty, commercial design; Model No. K-4670-CA by Kohler, or approved equal. Color: White. VITREOUS CHINA URINALS Walt Supported Fixture: Vitreous china, with elongated tim, integral trap and extended side shields Model No. K-4960-ET as manufactured by Kohler or approved equal. Method of Support: Walt hangers and lugs for bearing plate bolting. Operation: Fixture shall flush satisfactorily xvith a maximum of one gallon of water and be accomplished without extraordinary rise in water level in the bowl. Fixture T3Tes: Wall supported, washout action, back outlet, and a 3"4 inch top spnd inlet for an exposed flush valve connection. FLUSH VALVES Exposed urinal flushometer for ~/i" 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 DIVISION 15B - Page 14 of 22 DIVISION 1sa - 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 SECTION 15424 - DOMESTIC '3 ..t I EI,~ 11~ .kTER MATERIALS Water heaters - shall be 12 gallon, x;,~J~, i-~ :Z na.~L~rxmrcd b3 RHEEM-RUUD having an electrical input of 3kW v,5th a re:~,x et-!' '~ ~ .) equal. METHODS OF CONSTRUCTION 2 ~ ~.'~t :~t : I00 F temperature rise or approved Water heater shall be installed with two unions, one ball valve and one relief valve. The water heaters shall be installed in accordance with the contract drawings and as per the manufacturer's instructions. ]he engineer shall appro~,e final layout of all plumbing materials and connections. END OF SECTION 15424 - DOMESTIC WATER HEATER DIVISION 15B- Page 16 of 22 DIV~SIbN 15B - PLUMBING SECTION 15450 - SLEEVES AND TRIM GENERAL The Contractor shall install sleeves at all locations where pipes pass through masonry walls. 5[4TERIALS 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 finishing plate or escutcheon shall be installed to cover the sleeve opening but allow 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 SECTION 15771 - ELECTRIC (E k I'( hG (i:LBI ,~5 S', ~. I'E Il FOR WATER PIPES GENERAL Provide a low temperature, all el.:,t-i :. ~-dt-.r,.~ tlatia: t_~:~, h:~ting cable trace system for plastic and metallic pipes that svill maint at ~ t ~,, pl pelm~, xx at~ r t:, u ~ r[ ure at approximately 50 degrees F when the ambient temperature dro [,~, rca 1o ~x c t --~0.._- I/~, j. !;re.~s F. All exposed water piping and fiuing:~ to have a lox,' ~,,lt~gc !~eat trace system complete in ail respects including seasonal thermostat. M_&NUFACTURERS System shall be as manufactured by Raychem Corporation. 300 Constitution Dr., Menlo Park, CA 94025-1164, (800) 542-8936. wx*xv.raychem.com, or approved equal. HEATING CABLE A. Gardian W51 Heating Cable: pmassembled electric heating cable sized according to pipe lengths according to the manufacturer's instructions. 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 Draw4ngs. B. Installer to verify that required utilities are available, in proper location, and read>' 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. DIVISION 15B- Page 18 of 22 DIVisION 15B - PLUMBING Allow additional cable for values, flanges, pumps and support per manufacturer's installation instructions. Band heating cable to pipe with tape wraps, approximately every 12". Locate heating cable on pipe per manufacturer's instructions. If heating cable is being used Jo heat plastic pipe, attach aluminum tape length of pipe and band heating cable on aluminum tape to evenly distribute heat. For pipes with flanges and multiple runs install according to detailed layout drawings. FIELD QUALITY CONTROL A. Test continuity of heating cable. END OF SECTION 15771 - ELECTRIC HEATING CABLE SYSTEM FOR WATER PIPES DIVISION 15B - Page 19 of 22 SECTION 15900 - PROJECT CLEANING AND ADJUSTING As directed, the Contractor shall tidal,, am lh_toa.,.z,l,l: ,. kan ali fixt~es, equipment, piping, and other exposed work. Cleaning v, :~k 5hzil .~e ct. ne i, ssa.,_.c3 r: o ordered to thcilitate the work others. All traps, wastes and suophes ;a~li ~c shown t,, :t fi'ce and unobstructed. All valve~, faucets and automatic control device> shz. l[ be cru'elhll} ad~ttsrcd ~'or proper and quiet operation. GUARANTEE The Plumbing Contractor shall guarantee Ibr a period of Olle }'ear from date of final acceptance of the work, all materials and equipment fm~fished and installed and shall replace any work o!- equipment without charge which may become, as a resuh or' 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 of the work These tests shall include but are not limited to the following: Hydrostatic Pressure Test shall be performed on all piping at a minimum pressure of 100 psi. Hydrostatic Pressure Test on all waste water drainage and soil piping when systems are filled to overflowing. Provide temporat3' 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 ~adl 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 O~x~aer'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 W~ELL WORK INCLUDED The scope of the work shall include the installation of stand-by fire well as specified herein, shown 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 horsepo~ver 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 ~vith 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 of the 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 Kupfefle 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 Fire Hose and Reel Assembly The fire hose reeI shall be mod,: 45-U?i-C IL: ~:s ~::tmmctured by Reelcraft (1-800-444- 3134) or approved equal. The hose reel st-all I-,~ caFaO)r ct :.t,}ding 200' of 1!.';" hose The hose shall be a series 43, l-Z," I.D. and _'-1 lC O.1,. hose Reel ~hall be a hand crank drive type. Reel shall contain a 90° ball bearing :;'aivei joint x.',th tern.de ', ~' !- threads and 2" Victaulic groove. All flanges shall be powder coated steer, as ~ell a~ lhc eatire frame and components shall be poxvder coated red and black. The ree~ m~t si~all have a Ma,~ working pressure of 600psi. The Reel shall be attached to a stand as sho~xr, on the contract Jmwings, as ~vell as the stand shall be bolted to the floor. The nozzle for the fire hose shall he Model 3714 as manufactured by Guardian Fire Equipment, [nc. (305-633-0361) or approved equal. Nozzle shall have an "O~z/Oft" flow pattern adjustment through the body's rotation and be capable to disperse water in either a tog 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 wells shall be developed using compressed air and constructed in a manner cgnforming to the highest industry standards to provide for the greatest performance potential a~ possible. A well log shall be completed and provided for submission upon completion ot the well. All necessaD' plumbing materials and equipment not full)' specified herein shall be furnished and installed to provide a complete operative system. The top of the well casing shall be installed approximately 1-foot below grade and be capped offwith a well seal as specified. E. :An exterior enclosure (Irrigation Box) shall be installed to grade over the proposed well. All piping from the well to the hydrant shall be 3" 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 xvithin the Transfer Station Building as sho~ on the contract draftings. The hydrant shall be connected to the hose reel through the use of a flexible 2- Ultra high molecular weight Polyethylene CO.H.M.W.) hose. This hose shall have helical wSre reinforcement consisting of 4 textile spirals and 2 textile braids. END OF SECTION 02520 - STAND BY FIRE WELL DIVISION 15B - Page 22 of 22 DWI. SION 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 xvhich might affect the work under this Division. TABLE OF CONTENTS - DIVISION 16 - ELECTRICAL Included in ti'ds 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 Service 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 DiVISION 16- Page 1 of 36 SECTION 16000 - GENERAL SECTIONS INCLUDED Ali applicable provisions of the s,,'ct ,,n; eat deal ' ~,.c~er ~ t :.)nd [tions" and "Special Conditions" shall apply' to all work under this Cent ':t,'t ag ~f u. r:ne~ (.ti n I_tll, and shall be adhered to by the Contractor. SPECIAL INSTRUCTIONS TO BIDDERS The bidder shall, before submitting a proposal, examine the site, construction drawings and specifications cove~g 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 understand 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. The exact location of shall be subject to approval of the Engineer who reserves the right to make, prior to installation, any reasonable changes in location indicated without extra cost to the O~aer. It is the intent of the contract drawings and these specifications to provide a complete and operative system, x,~'hether 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 ~vith 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 Drawings and as directed by the Engineer. In general, the work shall include but not be limited to the following: 2. 3. 4. 5. 6. 7. 8. 9. 10. Underground permanent electrical services; Temporao' 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, outle~ boxes, device plates; Branch circuit wiring; Conductors and race~ays; Grounding; Final connections to equipment fmxtished by others such as pumps, hot water heaters, etc. Equipment safety switches; 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 drawings 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 maintained 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;york and shall be marked "Record Plan". ADJUSTMENT OF AND INSTRUCTIONS FOR EQUIPMENT The Contractor shall make ali necessary' adjustments for proper operation of ail equipment furnished by him under this Contract. He shall also instruct and aCquaint the Owner's designated representative in the proper operation of all equipment. The Contractor shall prepare .type written 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 penni, ts 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 f'mal 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 Fire Underwriter's. END OF SECTION 16000 - GENERAL DIVISION 16 - Page 3 of 36 SECTION 16110 - RACEWAY~ GENERAL Branch circuit raceways tor h~ht anJ po'v.~r ma,' :~: rigid galvanized steel or aluminum conduit, electric metallic t,_tbmg ir~ accord:race 'Mtn tht job conditions, Natiotml. State and Local Codes. MinJn-~um trade s~ze ~,4'. excep:: where otherwise noted. All home runs and feeders shall b~ iu rigid steel or [JXlT. [ .~dummum conduit is not permitted to be embedded in concrete.i All raceways installed shall be placed parallel I or perpendicular) to walls and ceilings using fittings and shall be installed in a workmat~like manner. No raceways shall be run exposed in finished areas. l~ne routing of raceways and locations of outlets and panels shown on the plans is diagrammatic only and subject to such modifications {without extra cost to the Owner) as conditions may necessitate. The ends of raceways ,,,,-here entering boxes shall be fitted with galvanized locknuts and bushings. ¢/"nere allowed by National Electric Code Regulations, Contractor may substitute "MC" in lieu of conduit and wire for branch circuits. Provide all explosion-proof fittings wherever 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), x~5ll be approved when installed in accordance with 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 conduit may be used below grade under pavement or sidewalks unless prohibited by muaicipal 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 run parallel to and at right angles to buildings using conduit fittings for ail tums and off-sets. Exposed conduits shall be securely fastened in place on maximum ten (10) foot intervais. Hangers, supports or fasteners shall be provided at each elbow and at the end of each straight nm terminating at a box or cabinet. J. All emp .ty conduits shall contain a 3/16-inch vinyl pull rope. END OF SECTION 16111 - CONDUITS DIVISION 16 ~ Page 5 of 36 SECTION 16120 - WIRES GENERAL Conductors No. 10 and smail,:~' shed l*e s utg[( br:t ,l. s,) id, Conductors No. 8 and lac=oct- shall be stranded cable. Branch circuit wiring shull bc c~mrinuous I'rom ;,utlct to outlet. No splices will be permitted except at outlets Splices shah ;>¢ made mechanically and electrically secure ~ith 3M "Scotch-Locks.' No conductors shall be installed in raceways until all mechanical work is completed. Raceways shall be kept fi'ee of moisture Use approved lubricants only /'or pullin=o pmposes. D. Branch circuit conductors shall be l'ype THW, color coded for identification. Connections at panels shall be such that no neutral conductor shall service more than one branch circuit from the same phase. Connect branch circuits in phase sequence in panel boards. Ivlinimum size of conductors shall be No. 12 gauge except 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 service shall be Type ~[HI-hN or USE-2. I. Conductors in interior conduits shall be Type THV~2<-2. END OF SECTION 16120 - WIRES AND CABLES DIVISION16 - Page 6 of 36 DIVISION 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 DIVISION 16 - Page 7 of 36 SECTION 16134 - OUTLET GENERAL At ever)' outlet shown (,n :h: "hms. tnstal a gal, .tnized steel outlet box complete with cover. Set all boxes co~'cct, sqtlare and tra~ '.vitt~ building finish. Edge of cox ers shall be flush with building finish xxhere concealed ~xir'it,g ~s r,,'quired. Outlets shall be erected in advance of partitioning, hi~Ting and fireproofit g and shall be prope[ly secured to building structure or steel. Locations of all outlets shox~n on the Plans shall be verified. Engineer's plans showing interior details and finiah and adjustment shall be made to coincide with architectural locations where necessao'. In no case, however, shall the number and type of outlets be less than that shown on the Plans. Outlet boxes installed in concrete or fill shall be of the concrete v,.,pe, with removable cover. Receptacles and switch boxes shall have regular deep plaster covers. Outlet boxes in hung ceilings shall be of the regular shallow type. Other ¢'pes of boxes shall be as hereinafter specified, as noted in the Plans as required. Contractor shall alloxv for overhead pipes, ducts and other mechan/cal 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 with gasket between box and cover making boxes vapor tight and water 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 tspe 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 which 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 f~om commercial hot dipped galvanized sheet steel with comers lapped and riveted. Trim shall be manufactured from one piece of full finish sheet steel. Doors shall have concealed Ixinges. Finishes shall be light gray enamel. A directory holder with correct type~witten list of cimuits shall be included with all panel boards, and shall be mounted in steel frames with plastic covers. Panel boards shall be of the dead front phase sequence circuit breaker type construction, ~vith 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 tSqpe. Breaker shall be as indicated in the schedule on the Drawings. G. All breakers shall be bolt in tTpe 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 necessary, and grounding as required. END OF SECTION 16160 - PANEL BOARDS DIVISION 16 - Page 9 of 36 SECTION 16170 - CIRCUIT I~ISC(}NNI;CT:, GENERAL A. Safety switches shall be ir, stelle.d ,'d~,~rev¢ r t'equi,'e d by c >de and at the following: 1. Unit heaters 2. Fan units B. Safety switches for exterior service shall be 3R sx~itches. Safe~' swkches shall be non- fused where circuit is protected b5 circuit breakers. C. Safety switches shall be sized for the circuit served Switches shall be heavy duv:' Type by Cutler Hammer or approved equal. END OF SECTION 16170 - CIRCUIT DISCONNECTS DIVISION 16 - Page 10 of 36 DIVISION 16 - ELECTRICAL SECT[ON 16175 - RECEPTACLES GENERAL Provide flush mounted receptacles where 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 certain that there ~vill 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 in bathrooms shall be ground fault protected. END OF SECTION 16175 - RECEPTACLES DIVISION 16 -Page 11 of 36 SECTION 16176 - SV~ITCH} h GENERAL All switches shall be flush mounted '* c'rif3, all m )untinb~ heights before installing to be certain that there will be no interference ~kh equiprqc:nt o;' t~:hel trades as to location, etc.' and compliance ~vith hazardous locadon requirement:~, if atp:', o/ the NYBFU and NEC'. _Single poles, three pole and four-way switches shall be full5 ratecl at 20 amperes, 125 volts. AC quiet line type, wkite, by Leviton or appro-, ed equal. END OF SECTION 16176 - S~VITCHES DMSION 16- Page 12 of 36 DIVISION 16 - ELECTRICAL SECTION 16177 - DEVICE PL ..ATES 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 SECTION 16190 - SUPPOR'IING IB(g ICES GENERAL Ali raceways shall be su: porte* Ii om tN~ ~t,ildin ~ -trite ture by means of approx ed t). pc hangers, clamps or stra~. ~ cchd~t~ons -eq fire 7tis -'xcludes raceways concealed in concrete slabs. Hangers, clamps or straps shall be sccurel3 anchored to building's structure by means of bolts or inserts as required. Raceways shall be supported at intervals of not oxer 10 feet for l-1/4" and larger. 8 re. et for 1!' and 3/4", and 6 feet Ibr 1 '2" END OF SECTION 16190 - SUPPORTING DEVICES DIVISION 16 - Page 14 of 36 DIVISION 16 - ELECTRICAL SECTION 16191 - EXPANSION JOINTS GENERAL A. 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. B. Set the insulating bushing in the center of the fitting so as to allow a 2 inch movement in either direction. Expansion heads shall be sealed by high grade graphite packing. C. 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 SECTION 16192 - SLEEVES GENERAL Provide .conduit sleeves iq ct,r,nection xxitl~ ~.1 c,,r<,uit~ passing through concrete walls and floor slabs. Sleeves _<ha [ be ~,ct in ccuzle~e :.)pstrmtion betbre pouring and shall be waterproof ,type. Locate se: and :mchor a!t s~ee~o in ~ substantial manner so that they will not become displaced. Al; sleeve l,~cation:~ shall be subject to the approval of the Engineer prior to consU'uction or' =~m'~e. Where conduits pass throug,~l exterior foundation walls or slab on ground, sleeves shall be provided and set by the Contractor. Sleex es in exterior of building xvalls below grade shall be installed with approved caulking between sleeves and conduit to make it waterproof. Cor~duit sleeves shall ex'tend past walls or above floors at least 2 inches. The space betxveen 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, plaster, etc., being forced bet~veen risers and sleeves. END OF SECTION 16192 - SLEEVES DWISION 16 - Page 16 of 36 DivIsION 16 - ELECTRICAL SECTION 16231 - EMERGENCY STANDBY GENERATOR GENERAL The Electrical Contractor shall remove the existing standby generator, da3, tank, and transfer switch for reuse on the proposed Transfer Building. The Electrical Comractor will be responsible for the relocation, temporat3, storage, safeguarding and reinstallation of the standby generator, da>, tank, and transfer switch. The Electrical Contractor shall be responsible for providing the proposed concrete generator, slab, conduit, wiring, equipment, labor and incidentals required to provide an operational standby generator. END OF SECTION 16231 - EMERGENCY STANDBY GENERATOR DIVISION 16 - Page 17 of 36 SECTION 16402 - UNDERGROt ND h LI,]CI klf~ S[ilVICE WORK INCLUDED The Contractor shall furqisk ar c n;tall all [~.bt,t. ::tuq~ment, materials and incidentals necessary to provide .~tectric~] ,erxices I,, t~,: )r,,l,osed locations shox,~n on thc Drawings. Service shall be 3-phase. 600 AMP. 240'12~ vc, l. I)etta service. Service shall be from existing LIPA pole located on the east side of the Setwice entrance cables shall be in conduit fi)r thc ftfll length. Conduit shall be marked with metallic top buried 6" deep in sop;ice trench. I'ap~~ shall be marked "Caatiot~ - Buried Electric Line" or approved equal. Closely coordinate this work x~ith the Long Island Power Authority. prior to snbmitting the bid so there are no misunderstandings as to the extent and character of the work and charges involved. Include all utilit~r company (if applicable) charges in the bid. All trenches shall be backfilled in 6" lifts. Bac~ll shall be clean sand from on site up to within 6" of finish grade. The top 6" of backfill shall be screened topsoil. Backfill shall be thoroughly consolidated with mechanical tampers to 95 pement of the standard proctor x alue for soil used. Soil shall be at optimum moisture content for backfill operation. MATERIALS The material specification tbr all conductors and conduits shall conform to the other sections of this Division as is appropriate, indicated on the contract drawings and or a~ directed by the engineer. Feeder cable shall be as shovm on the Construction Drawings. Cable shall be marked with metallic tape buried 6" above the service conductors. Tape shall be marked "Caution - Buried Electric Line" or approved equal. METHOD OF CONSTRUCTION The Contractor shall perform the electrical services installation in accordance x~fth the requirements and standards of the LIPA "Red Book". All work required to complete the service installations shall conform to the other Divisions of the specifications as is required. All trenches in pavement areas shall be backfilled in 6" lifts. Backfill 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 shat1 be at optimum moisture content for backfill operation. DIVISION 16 - Page 18 of 36 DIVISION 16 - ELECTRICAL D. All tmdergrotmd trenches shall comply with Article 300.5 of the NEC. END OF SECTION 16402 - UNDERGROUND ELECTRIC SERVICE DIVISION 16 - Page 19 of 36 SECTION 16430 - METERIN¢~ GENERAL A. The Contractor shall fum:sh att,t install elec'.~,c metering equipment in accordance with LIPA requirements. B. The metering equipment shall be furnished with a main disconnect located below the actual meter and be accessible fi'om 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 furn/sh 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 which 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 with/n the reach of a person who can make contact with any grounded sat'face or object. 3. Where equipment is located within the reach of someone on the ground. 4. Where equipment operates with any tenuinal t20 volts to ground or greater. 5. Where equipment is in electrical contact with; metal or metal lath. D. All circuits shall be mn with a separate grounding conductor.. END OF SECTION 16450 - GROUNDING DIVISION 16 -Page 21 of 36 SECTION 16475- TEMPORAtlh I_li,Hl .42~II} ?O',V6 ~t GENERAL The Electrical Contmct,~c sbal~ proxicle ~,nd ma~r~tin '~emporary poxver and light to the Proposed Transfer Station anti ;,'.c,idential ) 'opt.tt !:acd[ty during the entire constructinn period as may be required The Electrical Contractor shall cotmect to mi extsting onsite service to remain or install temporary metering and make ali arrangements w~th _Power Company for temporary construction setwice for working proposes and tc}r the safe~' of all personnel, l-he General Contractor shall pay all energy charges incurred by use of temporary power The Electrical Contractor shall provide all necessaD materials and labor to make power connections for equipment, machines, electric hand tools, etc. as used by all trades. Temporary lighting at coustruction trailers shall be available at all times. Provide full time safety lighting of corridors and the stairs. The Electrical Contractor shall furnish all labor needed to keep this temporary 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 thse boxes, feeders, branch circuit ~dring and sockets, lamps and lock type lamp gum'ds distributed for adequate general ~orking light and not less than one 150 watt lamp for eve~, 1000 square feet of space or 100 watt lamp for 700 square feet. Provide all connections, repairs, replacements and maintenance as requested by all trades. Permanent sen,ice shall be installed as soon as General Construction progress permit and ma)' be used for temporary light and power. The temporary light or poxver 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 1. LIGHTING FIXTURES {FLUORESCENT) A. Fixtures shall be Day-Brite - 2 bulbs, 40W, surface mounted ceiling light with wrap around lens model # SWW 2 40 - 120 or approved equal. B. Fixtures shall be constructed in accordance with the National Board of Fire Under~witers' specifications and shall bear the Underwriters' label. C. Ballasts for fluorescent fixtures shall be HPF, energy saving 60 cycle, with lowest available sound rating. Ballast shall be Watt-miser II type. D. 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 type such as Watt Miser II. E. 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 flaming shall be furnished and installed when required to support the fixtures. F. 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 A. Fixtures shall be Day-Brite 400W pulse start metal halide light model # HBE 400 P MT- PSC WDF HP25 - AR - FL or approved equal. B. 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. E. 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. · C. DIVISION I6 - Page 23 of 36 All fixtures shall be ins t :1 e :' t I c ~tion < sl~,: xx :, : [ t t.' Plans. Minor deviations fi'om locations shown will be a 1o, et r, t,t,tain ,3 mn'et' ,'al layouts and to clear obstructions The installation shall be ,: >o.'dic at.:d ,vit~ t ~c ttq 11} qtent of others whenever interference may occur. Fixtures shvll b~ riel-:5 suppol'tcd a ~,1 ;,fita >le canopies shall be installed as required. Supporting s~c[ ang. ~.:, or cNnnd; q:z:nnin.t: the structural framing shall be furnished and installed x, ,-eh ~ec tt~ re, I to suof,ort tlr: qxu~res. Furnish the correct flm~ges, p usier t?an~es, c~tc., and any other necessary mechanical appurtenances for motmrJi~g *he fi <rures in o~ (,n the ceiling as required. Coordinate with the General Contractor pr,or to ourchasing fixture~ fi~r recessed monnting in an5' ~qpe of ceiling construction. The building interior overhead contactors may be placed at the contractor's discretion to allow switching shown on the plans. EXIT LIGHTING Exit signg as shown on Trans[~r Station Electrical Plan are to be 2 head emergency LED exit signs with bat EX Series EXCL-1RW as manufactured by mcPhilben or approved 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 enerD' consetwation type such as Watt Miser 1I. .Ail fixtures shall be installed at locations shown on the Plans. Minor deviations/'rom locations sho~am 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 ins{alled when required to support the fixtures. END OF SECTION 16510 - INTERIOR BUILDING LIGHTING DIVISION I6 - Page 24 of 36 DIVISION 16 - ELECTRICAL SECTION 16520 - EXTERIOR BUILDING LIGHTING 1. FLOURESCENT WALL LIGHTS Fixtures shall be Glare Buster 23W fluorescem wall mounted light model # OB-1000 or approved equal. Fixtures shall be constructed in accordance with the National Board of Fire Underwriters' specifications and shall bear the Underwriters' label. C. Fixture shall have full cut-offopfic design. Fixtures shall be complete with new lamps of sizes and types as indicated. Lamps shall be Panasonic's GenlV compact fluorescent light bulbs or approved equal. 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 when required to support the fixtures. END OF SECTION 16520 - EXTERIOR BUILDING LIGHTING DIVISION 16 - Page 25 of 36 SECTION 16521 - STREET I,IGI !I 1 ~ G SUBMITTALS Product Data: Catalog sheets, :~peciticatiLm~ ant in:qtallrlc,n ia;tructions, include candlepower distribution cur,es for each type .~:xt.~w i: different fi om ('.)mpa? or catalog number specified. QUALITY ASSURANCE List of Completed Installations for Lighting Standards and Luminaires: If brand names other than those specified are proposed tbr use, thmish the name, address, and telephone number o fat least 5 comparable installations which can prove the proposed products have operated satisfactorily for 3 years. LIGHTING POLES Steel 4" Straight Square Poles: Pyramid Lighting Group, Inc.'s, Gardco Lighting 'Gullwing" 13 Poles Series SSS 16-4-11, or approved equals having: 1. 16' height. 2. Pole shall be steel plate longitudinally xvelded providing a minimum yield strength of 36 KSI. 3. Removable top cap. 4. Handhole opening shall be reinforced with cover plate and attachment screws. The handhole shall be located 1800 with respect to the lumina[re ann. 5. Base cover shall completely conceal the entire base plate and anchorage. 6. Anchor bolts shall be cold roiled steel with minimum yield of 50 KSI. Bolts shall have an "L" bend on one end ~4th 7. Four 5/8 inch diameter anchor bolts, 18 inches long with a 4t,'., inch right angle leg. )mchor bolts to be completely hot dipped galvanized. Include 2 gaivanized nuts, 1 lock washer and 2 flat xvasher with each bolt. Template for setting anchor bolts. 8. Finish color shall be natural aluminum. Lumina[res - Arm Mounted: Pyramid Lighting Group, Inc.'s, Gardco Lighting 'Gtfllx~Sng" Series or approved equals. The luminaries shall be as follows: Type SA-Model Gl3 - 1 - 3XL - 150HPS - 240 -NP -LF PC Type SB - Model Gl3 - 1 - 4XL - 150F[PS - 240 -NP - LF PC, Having: 1. Housing to be one piece die cast aiuminum that mounts directly to a pole. 2. Lens assembly is a single piece die cast aluminum lens frame. An optically clear, heat and impact resistant tempered fiat glass lens mechanically secured. Electrical and optical chambers are thoroughly sealed with a one-piece memory retentive hollow core EPDM gasket to prevent intrusion by rain, dust and insects. 3. Segmented optical systems manufactured from homogenous sheet aluminun~ which has been electrochemicaily brightened, anodized and sealed. DWISION 16 - Page 26 of 36 DIVISION 16 - ELECTRICAL 4. Electrical components to be UL recognized and facto~ 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 fire 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-llae fuse holders rated 600 volts, Bussmann Mfg. Div. McGraw-Edison Co.'s TRON xvaterproof fuseholder Symbol HEB w~th fuses rated 600 volts, Buss Symbol KTK. GROUT L&M Coast. Chemicals Inc.'s Crystex, Protex Industries [ac.'s Propak, Sonnebom's Sonogrout, or U.S. Grout Corp.'s 5 Star Grout. SPLICE CONNECTORS FOR EQUIPMENT GROUNDING CONDUCTOR A. Exothermic Type Weld: Cadweld Process (Erico Products Inc. - Cadweld Div.). B. Compression Connectors: Thomas & Bet-ts Co.'s Grid and Ground Rod System. C. Indent Type: Bumdy Corp.'s Hydent, or Thomas and Betts Corp.'s Compression Connectors. INSULATED GROUNDING BUSHINGS Appleton Electric Co.'s GIB-50 Seres, Gould Inc.'s Efcor 56-50-8 Series, Midwest Electric Mfg. Corp.'s GLL Series, OZ-Gedney Co.'s IBC-50L Series, Raco Inc.'s 1212 Series, or Thomas & Betts Corp.'s 3870 Series. DIVISION 16 - Page 27 of 36 PREPARATION Before installing any Work, lal _'.ct the ¢3ropostd tourlc ~' t',~e conduits, location of lighting standards, etc. and have same at,pro, ec INSTALLATION Lighting Standards: 1. Install each lighting standard on concrete base. 2. Prepare a level surface on compacted earth, undisturbed earth or concrete footing. Set bases on the prepared surface. Have all bases checked and approved by the Engineer for level and elevation prior to making any conduit cormections. 3. Install lighting standards vertical. The maximum allo~able shimming is 1/8 inch. After shimming, grout voids between 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 x~atertight. 5. Cleaning Conduits: Take precautions to prevent foreign matter from entering conduits during installation. After installation, clean conduits with tools designed for the purpose 6. Jacking Conduits: Rigid ferrous metal conduit ma3' be jacked under roads, parking lots. etc. Submit jacking details for approval. 7. Concrete encasement is not required for street lighting and grounds lighting conduit system. B. · Grounding: 1. Provide a bare copper equipment grounding conductor (same size as phase conductors) installed within the conduit. Terminate and bond equipment grounding conductor with suitable fitting in panel. 2. Bond lighting standards, conduit and equipment grounding conductors in lighting standard base uA. th indent ~'pe splice connectors, insulated grounding bushings and ground lug on standard. 3. Bond rigid ferrous metal conduit in manholes to the equipment grounding conductor. 4. Make grounding splice connections in manholes with exothennic B.-pe weld or 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 not energized when fuse holder is uncoupled. DIVISION 16 - Page 28 of 36 DIVISION 16 - ELECTRICAl, D. Wiring Inside Lighting Standards: Install Type THW, XHH~/r, THWN or Type USE insulated conductors from fuse holder to lttrninaire. END OF SECTION 16521 - STREET LIGHTING DIVISION 16 - Page 29 of 36 16720 - TELEPHONE DISTRIBIJI tON GENERAL The Contractor shall provide a ~(,m>k.~, ,perable s..ste x ,,.'coaduit and telephone cable to the existing and proposed building~ ~[tI-:m the cont:ac' ~r:z ant as shown on the construction plans. The central distribution [,,)int t~.r iht. telephone q: :; em :;hall be in the lnechanical room of the transfer station building { S ho t~ ~t'e~ ~. MATERIALS Conduit shall be schedule 40 PVC tubing xxherc permitted and electric metallic tubing wSthin the building. Minimum size of conduit shall be l-inch diameter capable of'housing two (2} telephone service lines. Radius of conduit bends shall be at least ten times the conduit diameter and conduit runs bet~veen tern-finals or splice boxes shall contain no mom 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 retorted and ends fitted with bushings. Alt 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. )ri telephone conduits shall be fitted with two (2) nylon drags for pulling of telephone cables. METHOD OF CONSTRUCTION Ail 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 Facility. END OF 16720 - TELEPHONE DISTRIBUTION SYSTEM DIVISION 16 - Page 30 of 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 llne. Radius of conduit bends shall be at least ten times the conduit diameter and conduit runs between terminals or splice boxes shall conta'm 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. Coaxial Cable shall be RG 6/U Coaxial Cable, plenum 75 Ohm, 18 awg. solid bare copperweld, 100% foil shield, tinned copper 60% braid coverage. All coaxial conduits shall be fitted with one (1) nylon drags for pulling of coaxial 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 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 SECTION 16880-ELECTRIC BS~SEBOARI) HEALER GENERAL The Contractor shall install baseboard heaters .ts shov,'n on the contract drawings and ;or as directed by the engineer. MATERIALS The heaters to be furnished shall be wired for 240 volts and include a field installed double pole thermostat. METHOD OF CONSTRUCTION The Contractor .shall perform all electrical work and necessary connections to provide a complete installation as required. ACCEPTABLE PRODUCTS 58 inch H]3B 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 - ELECTR/C OVERHEAD 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. The heaters to be furnished shall be wired for 240 volts 3-phase. METHOD OF CONSTRUCTION The Contractor shall perform all electrical w6rk 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. Mounfmg 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 xvall thermostat. END OF SECTION 16885 - ELECTRIC OVERHEAD SPACE HEATER DMSION 16 - Page 33 of 36 SECTION 16895- ELECTRIC XYA I'ER HEALER GENERAL The Plumbing Contractor sha l ihm~sh and instal[ the ~ate~ piping to the proposed water heater and the Electrical Contractor skall perform the eiecmcal 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 minute 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 DIVISION 16 - Page 35 of 36 ·: ~_v__' SECTION 16902 - ELECTRIC GENE~ The Electric~ Contractor shal b.: responsible tc prox Lie all poxver wiring to miscellaneou> equipment located within the prQiect area. Items tha~ shall require wiring includes, but not t~ited to diesel ~el t~. roll-up doors, exhaust ~hn>, med~t~ detection, surveillance system. and exit signs. END OF SECTION 16902 - ELECTRICAL DIVISION 16 - Page 36 of 36 SWY\-' \) - ~~.(,' Ct...o.>>- Board Meeting of April 25, 2006 .-~ .11, RESOLUTION 2006-386 ADOPTED Item # 41 DOC ID: 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 followinl! modifications to the Town's Contract with Robbins & Cowan. Inc. for construction of the Cutchone Transfer Station: A) Reduce Contract Item # 37(radiation detection devices) by $19,900; increase Contract Item # 1 (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. ~~;u- 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 scon A. RUSSELL Supervisor PATRICIAA. 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 II 79 Southold, New York II971-0959 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.) 4", ~ , .I.it,\\,\ L. K. McLean Associates, P.c. - CHANGE ORDER NO.2. CONTRACT ENTERED INTO BY ROBBINS & COW AN 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 HEREUNTO SET OUR HANDS AND SEALS: H;lft Richard Robbins, Treasurer, Robbins and Cowan I Dated: ?3~/ tJ { ~4/~n~ Supervisor and/or Deputy Supervisor Dated: 6/J~h~ , , GtL ~.~ L.K. McLean Associates, P.C. Consulting Engineers b\~ Dated: wn Attorney Approval as to Legal Sufficiency Only l Dated: ~ l 't 0 6 70f7 . .. . 'LI[,\\,\ 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..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: Supervisor and/or Deputy Supervisor Dated: 6;f1j!;~ , QctM r-' Ck L.K. McLean Associates, P.C. Consulting Engineers Dated: \ol~\ blo A-11'I- Town Attorney Approval as to Legal Sufficiency Only Dated: bbJOh Change Order 3~ RC Page 4 of 4