Loading...
HomeMy WebLinkAboutTransfer Station Contract D ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECC}RDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall. 53(}95 Main P.O. Box 1179 Southold. New York 1 itc Fax ,631,765-6145 Te|ephon,-~ , 631 ~ 765-181iD south~qdt,~vn.northfi~rk.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOVVqNG RESOLUTION NO. 436 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 Hawkeye Construction in the amount of $142~750.00~ as part of the renovation of the Solid Waste Management District Transfer Station, as modified in accordance with the recommendations of L.K. McLean Associates, P.C., as reflected in the attached Memorandum, and authorizes and directs Supervisor Joshua Y. Horton to sign an agreement with Hawkeye Construction effectuath~g the acceptance of such bid and completion of such work, subject to the approval of the Town Attorney. Elizabeth A. Neville Southoid Town Clerk July lC). 2005 Hawkeye Constrocfion Coq). 2 Access Road Patchogue. New York 11772 Att: Michael Cottklin. Chief Estimator Re: Town of Southold: ,,Tr,a, nsfer Station Expansion & Site Improvements Notice of Award - Ia LKMA Project #: 04050.000 Dear Mr. Cot~lin: As Consulting Engineers to the Toxin of Southold, our ofrice has attached Town Board Resolution No. 436 of 2005 adopted on July 12. 2005 thus axx. arding Contract "D" of the above refel'enced project to Hawkeve Construction. As you are aware, the Town of Southold has deleted item No. 7 of Contract "D" ISite L'ighting) in order to meet the budget limitation on the project lplease refer to the attached Bid Breakdown for Contract "D"L ]'he revised bid amount received on April 21. 2005 was decreased froln $250.250.00 to $142.750.00. The Town of Southold is eager to conm~ence construction on this project and expects to procure an executed agreement with 5'our office as soon as possible. Our office is in the process of contbrming the bid proposals submitted on the bid date (April 21, 2005) to ,'effect the modifications to the awarded items. Once the copies are made by our office we will coordinate the signing of the Contract Agreement x~ithin the conformed copies for distribution to all involved parties. Please prepare to furnish the Toxxo 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 fnrnished b3 3 our office shall be returned opon filing/approval of the Performance Bond and completion of ten percent Il0°0} of the xvork under the contract. Attached you will find a copy of the Resolution adopted on July 12. 2005 by the Toxx n. Once again, our office appreciates 3'our prompt attention to the contract requirements for a contract to be lull5' executed betx~een 3'our office and the Tox~a~ of Southold. Once all confomled copies are prepared and conu'act requirements are furnished by 3'our office, the Toxxn will review all contract documents and schedule a contract signing with your office. Upon completing all contract procurement procedures, the Town of Southold x~ ill schedule a Pre-Construction Meeting with all involved parties. If voa should have m~3 questions regarding this co,Tespondence, please do not hesitate to contact this o fl:ice directl). CFD:cfd E nc. {2} Bid Breakdown Spreadsheet. Town Resolution CC: Sonthold Toxin Board Members w"enc Patricia Fim~egan. Southold Town Attome3 w/enc. LKMA File Cop3' x(','enc. Very trnly yonrs. Cln'istopher F. Dwy et' -- Associate TOWN OF SOUTHOLD $OUTHOLD TOWN LANDFILL "TRANSFER STATION AND RESIDENTIAL DROP-OFF" CONSTRUCTION SPECIFICATION SOUTHOLD, SUFFOLK COUNTY, NEW YORK LKMA Project No: 04050.00 P-A)NFORMED COPT Contract D MARCH ~OOB Prepared For: TOWN OF SOUTHOLD 53095 Main Road Southold, New York 11971 Prepared By: L.K. McLEAN ASSOCIATES, P.C. Consulting Engineers 437 South Country' Road Brookhaven, New York 11719 (631) 286-8668 /,lfill, I TOWN OF $OUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1938 ! FAX: 631-765-3136 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 South·Id 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 South·Id. 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 South·Id 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 South·Id). A non-mandatory pre-bidder's conference will be held at 11:00am on April 7, 2005 at the South·Id Town Landfill in Cutchogue (Route 48 & Cox Lane). The Town of South·Id welcomes and encourages minority and women-owned businesses to participate in the bidding process. 't I I .I -I 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 (Separate) I]3-1 thru I]3-6 SIR-1 thru SIR-2 GC-1 thru GC-12 CC-1 thru CC-20 Proposal Form Package 1-22 QS-1 thru QS4 A- 1 thru A-3 Q-1 Divisions 1 -Division 16 1 of 41 thru 41of41 E-1 thru FW-1 S-1 thru S-3 W-1 and W-2 WD-1 B-1 thru B-3 INSTRUCTIONS TO BIDDERS INDEX *l 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. Receipt and Opening of Bids Form, Preparation and Presentation of Proposal Bid Security Qual/fications of Bidders Rejection of Bids Bidders Responsibility Construction Terms and Conditions Security for Faithful Performance Bid Reservations Non-Collusive Statement Addenda and Interpretations Method of Award · Single Price Bid Analysis Municipal Exempt Status Labor Law Wage Rates Insurance Required by the Town of Southold Quantifies MBE\WBE-EEO Requirements · 113-1 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided for the Town of Southold Transfer Station and Residential Drop-off Facility construction in Southold, New York. Sealed bids shall be received by the Town Clerk of the Town of Southold at 53095 Main Road, Southold, New York no later than 10:00 AM prevailing time on Thursday, April 21, 2005 at which time they will be opened and publicly read aloud. All bids received after the time stated for the opening in the Notice to Bidders may not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal 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 filled in, in black ink or typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices must be filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be _di_squalift_ed as a _ng_n-respqn~sive bi_d_. We c _agnot ass~_ugp__e there i_s "nocha/_ge" w~ea line,~am left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total mount bid for any item, the unit price, as expressed in words, shall gnvem, 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 mast company with its principal place of business in New York State, or an acceptable bid bond, in an amount equal to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold (herein identified as Owner), as assurance that the bid is made in good faith. The certified checks or bid bonds of unsuccessful bidders will be returned after execution of the Contract between the Owner and the successful bidder; the certified check or bid bond of the successful bidder will be retained until filing and approval of the Performance Bond and until completion of five percent (5%) of the work under the Contract. '1 .I INSTRUCTIONS TO BIDDERS CO) The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within ten (10) days af[er the date of notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such fa'flure 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 d..ays, old at the time of submission. (c) The Town reserves the right to make such investigation as it may deem necessary or advisable to det~mAue 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. s. RESeCT O,N oF Bras (a) The TOWN BOARD reserves the right to reject any bid i£ the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD - - tha~su~kbidderispr~per~quaii~edt~¢arry~t~he~F[t.gat~-n~f~heC-~ntract-a~dt~mp~t~ . · the work contemplated therein. Conditional bids will be considered informal and will be rejected. I (b) The TOWN BOARD reserves the right to reject any and all bids, in whole or in part, to ) waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed improvement and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor fxom pleading misunderstanding or deception because of estimates or quantities, character, location or other conditions surrounding the same. Special attention is called to the notes on the Plans or in the itemized form of bid, which are made a part of this Contract, which may alter or revise the Specifications for the particular contract. CO) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and mb-surface conditions prior to submitting his bid. ol INSTRUCTIONS TO BIDDERS (c) The submission of a bid w/Il be construed to mean that the bidder is fully informed as to the extent, cost, and character of the materials, labor, and equipment required to complete the proposed job in accordance with the Plans and Specifications, including ail other expenses incidental thereto. (d) Bidders must exam/ne the Plans and Specifications and exercise their own judgement as to the nature and mount of the whole of the work to be done, and for the bid prices, must assume all risks of variance by whomsoever made in computation or statement of amounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. (e) The Bidder shail assume all risks and responsibility and shall complete the work in whatever materiai 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 mayhereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to lhlfill in every detail all of the requirements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation, or for an extension of time. 7. CONSTRUCTION TERMS AND CONDITIONS The successful bidder is warned that the work specified in the Conditions of Contract, together with the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and instructions ofthe E~ng~eer or tii~ ~Iul~ a-ulfiofized fepre~iithtiv~ vCiil-h~fi~-d~y ent~o~d. 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 insurgnce - 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 rome 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 fa/hire or refnsai, the security deposited with his bid, and he will be liable for and he agrees to pay to the Owner on demand, the difference between the price bid and the price for which such contract shall subsequently be relet including the cost of such reletting less'the amount of such deposit. No plea of mistake in such accepted bid shall be available to the bidder for recovery of his deposit or as a defense to any action upon accepted bid unless said mistake can be proven by documentary evidence acceptable to the Town. Atler approvai 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, · IB-4 '1 INSTRUCTIONS TO BIDDERS 9. BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Biddei' and the Town Clerk. 10. NON-COLLUSIVE STATEMENT The form of non-collusion 'bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The 'submission of this statement certifies ~at 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 Conlxaet Documents or Drawings must be addressed in writing to the Clerk Town of Southold 53095 Route 25 P.O. Box 1179 South·Id, N.Y. 11971, and to be given any consideration, must be received at least fi~e (5) days prior to the.date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. 12. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be furnished, and conformity with the specifications. 13. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will cenduet a price analysis of the bid price prior to the award of the contract. 14. MUNICIPAL EXEMPT STATUS The Town is exempt ~om 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 mended, of the State of New York. Attention is called to certain provisions of the Labor Law, as set forth' in the Conditions of Contract, Paragraph 11, which are hereby referred to and made a part hereof. 16. WAGE RATES The rates of wages detemdned by the New York State Industrial Commissioner pursuant to the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every th/rty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. 17. INSURANCE REQI. rlRED 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 Stag._dard In~_~anc~ - Yequiremen(s- Secfioh. - .... (a)Comprehensive Automobile Policy. Co)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 quantifies stated. Payment shall be .on the basis.of actual quantities supplied or the actual work done at the unit prices quoted. 19. MBE/WBE-EEO REQUIREMENTS 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 of various business enterprises as Sub- Conlractors and Suppliers on the Contract will be required. 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 :"modifies them as follows: Proposal Package Please note the following clarification: On Page 2 of 22 within the Section of the Contract Specifications titled" Proposal ~ackage", the' 2nd checklist item ",4 Bid Deposit in the amount ofTen Percent of Bid Price as required in the !nv~tatlon to Bid" shall be changed to mad "~1 Bid Deposit in the amount of ~'ive Percent of Bid Price as required in the Invitation to Bid" · ADDENDUM NO. I - Page 1 of 1 ADDENDUM NO. 2 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 29, 2005 Acknowledge receipt of this Addendum No. 2 by inserting its number and date in the place provided for same in the Proposal Package 7 of 22. Failure to do' so may subject the bidder to disqualification. This addendum forms part of the Contract Documents and'modifies them as follows: 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 4otal amount of ttetn~ t through 45 shall be used fop 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 lowest responsible bidders of Contract "A". Item A1 would be used to substitute for Item 41 (see Item 41's Notes 1 & 2 for measurement and payment) of the Contract "A" while Items A2 and A3 are additional items (add-on's) to the Contract "A". All three (3) contracts, Contract "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 1 of 1 · ADDENDUMNO. 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. Failme 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 s-ection titled "ITEMS TO BE~SALVAGED FOR REUSE BY THE TOWN" part "D" needs to be excluded from the bid specification document: The Town no long~ 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 contracted work. In "Di~qsion 2 - Site Work" on page 2 of 67 under the section titled "DEMOLITION DESCRIPTION AND DETAILS" pan "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 landJ~dl property). 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 ~vall with the. wall girts mounted between the columns as shown on the following sketch. · ADDENDUM NO. 1 - Page 1 of I 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. Fa/lure to do so may subject the bidder to disqualification. This addendum forms part of the Contract Documents and :haodifies 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 ~f"LF'. In the Proposal Package - under Pay Item A1 "Modified Domestic Water Service 3" SDR 9 HDPE" within the terms ol~payment No.1 and, No. 2 should read: 1. Measurement and Payment: The Contractor shall receive the lump sum bid price to install a domestic water service as shown on the Contract Drawings and specifications and as approved by the Engineer. 2. All costs associated with layout, earthwork, excavation, backfilling, installation of main service piping, distribution branch service piping, and all labor, materials, equipment and incidentals necessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shall be included in the unit price bid for this Item. In the Proposal Package - under Pay Item No. 1 for Contracts A, C and D within the terms of 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 1 - General Requirements - Section 01590 - the General Contractor under Contract "A" shall furnish the Engineer's Office (complete with utilities and furnishings). In Division I - 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 Comract "A" shall flatfish 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 WD-1 does not show the water distribution piping in the "Site Plan". Refer to Drawing S-4 for the plan view of the water distribution piping. Disconnection of Utilities - the Electrical Contractor is responsible for disconnecting the electrical poxver at the existing transfer station. This electrical power can be used to feed the proposed temporary electrical service and metering (the Electrical Contractor's res~ponsibility) 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. 1 - Page 2 of 2 ADDENDUM NO. 5 TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD TOWN LANDFILL - TRANSFER STATION & RESIDENTIAL DROPOFF" TO: ALL Contractors FROM: L.K. McLean Associates, P.C. DATE: April 18, 2005 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 haodifies 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 fi4 every 18" on center extend'rog from the footing imo the ,avail with two (2) ~4 bars continuoug 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 Coottom of sheet) the width of the trench should be 3'-0" minimum. Thc stone aggregate used w surround the slotted and solid PVC pipe should be sub- angular stone furnished by the Owner. · ADDENDUM NO. 1 - Page I of 2 ADDENDUM NO. 5 Drawing 40 - Site Details All structural concrete and concrete used to manufacture drainage structures shall have a compressive slxength of 4,000 PSI at 28 days. Drawing E-I - 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. Reconnection 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 TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SOUTHOLD TOWN LANDFILL - TRANSFER STATION & RESIDENTIAL DROPOFF" TO: ALL Contractors FROM: L.K. McLean Associates, P.C. DATE: April 20, 2005 Acknowledge receipt of this Addendum No. 6 by inserting its number and date in the place provided for same in the Proposal Package 7 of 22. Failure to do so may subject the bidder to disqualification. This addendum forms part of the Contract Documents and"modifies them as follows: Please note the following clarification: Drawing E-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 Administration Trailer during power outages. · ADDENDUM NO. 6 - Page I of 1 .I NEH YORE STATE DEPARTMENT OF LABOR BUREAU OF PUBLIC HORK STATE OFFICE CAMPUS. BLDG. 12 ALBANY, NY 12240 SCHEDULE 200q Date 02/15/05 TONN OF SOUTHOLD CHRISTOPHER F. DHYER, ASSOC. L.K. MCLEAN ASSOCIATE,P.C. 457 SOUTH COUNTRY ROAD BROOKHAVEN NY 11719 PRC 0502031 SUFFOLK COUNTY Location and Type of Project PROJECT ID #: NONE ' SOUTHOLD TRANSFE~ STATION 8 RESIDENTIAL DROPOFF ROUTE qB, HIDDLE ROAD TOHN OF SOUTHOLD ' In response tO your request, enclosed is the schedule of the prevaili.ng hourly Hage rates and the prevailing hourly supplements for the above pro~ect, together'HAth copies of the Notice of Contract Let (PH-[6) for your use. THE SCHEDULE MUST BE ANNEXED TO AND FORM A PART OF THE SPECIFICATIONS FOR THIS PROJECT NHEN IT IS ADVERTISED FOR BIOS. These schedules have been'prepared end forHardad in accordance HAth Article 8 of the NYS Labor LeH, which provides that it shall be the duty of the fiscal officer to ascertain and determine the schedules of supplements to be provided and wages to be paid to Horkers, laborers and mechanics employed on public work pro~ects¢ and to file such schedules wi~h the Departmen~ having ~ur[sdic~'on. This schedule is effective ~rom Juiy l, 2004 through June SO, 2005. All updates, corrections and future cop~es of the annual dete.rminat~on are available on the DePartment's Hebsite (w~.labor.state.ny.us). The attached rates are based on the lates~ information available to the Department of Labor, Bureau o~ Public Hork. Care should be taken to review the rates ~or obvious errors. Any corrections should be brought to the Department's attention immediately. It ~s the responsibility of the public Monk con~?~o~ ~e ~he ~oper ra~e. [~.+J~re-is ~ que~ dd ~he- ~roper classz~ication to De used, please call the · d~strict office located nearest the pro~ect. NOTICE TO CONTRACTING AGENCIES~ Upon cancellation or completion of this pPo~ect, enter the necessary information and return this page to: New York State Department o~ Labor Bureau' of Public Hork State Office Campus, Bldg. 12 Albany, NY 122q0 PROJECT HAS BEEN COMPLETED/CANCELLED: Date Signature Title For additional information, contact our local District Offices: Albany (518) ~57-27~ Syracuse ' (~15) 428-~0~6 Binghamton (607) 721-8005 Rochester (716) 258-q505 Buffalo (716) 8~7-7159 Utica (315) 793-231~ Garden City [516) 228-3915 Hhite Plains (9lq) 997-9507 New York Czty (212) 552-6088 PH-200 (6-03) 01 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 amp.Joyed in the performance of a work contract not [ess than the prevailing rate of wage end supplements (fringe benefits) in the [ocaIity where the work is performed. . RESPONSIBILITIES OF THE DEPARTHENT OF JURISDICTION A Department of Jurisdiction (Contract'ing Agency) incIudes a state ' depertment~ agency, board or commission~ a county, city, town or v[[Iaga~ a school d~strict, board of education or board of cooperative educa~one4 · a public benefi~ corporation; end a public authority awarding a public work contract. · The Department of Jurisdiction (Contracting Agency) awarding · public work . contract MUST obtain a Prevailing Rate Schedule listing the hourly rates wages and supplements due the workers.to be employed on a public work ErOSeCt. This schedule may be obtained by completing and forwarding a ~equest for Hage and Supplement Information ~orm (PH-$9) to the Bureau of Public Hork..The Prevailing Rate Schedule HUST be included in the work contract. ' . Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish the following information to 'the Bureau: the name end address of the contractor, the date the contract was [et and the approximate dollar value of the con,tact. To compliance with this provision of the Labor Law~ a copy of the Notice of Contract Let·form (PH-[6) ~s provided with the origine! Rate Schedule. The Department of Jurisdiction (Contracting Agency) is raquire'd to' notify the Bureau o~ the completion or cancellation of en~ pub[~q work pro,act. The_ ge~artment~s PH-206 form is provided fo~-~h&t HOURS No laborer, Horker or mechanic ~n ~he employ o~ a con~rac~oP oP subcontractor engaged ~n ~he performance of any public Hork ~ro~ec~ shall be perm~ed ~o Hork more than eigh~ hours in any day or more .~han five days in any week. exce~ ~n cases o~ extraordinary emergency. The con~rac~oP and ~he o~ Jurisdiction (Con,Parting Agency) may a~[y ~o ~he Bureau o~ Public on e particular ~ub[[c Hork pro~ec~. · HAGES AND SUPPLEMENTS The ~ages and su~p[emen~s ~o be pa~d and/or provided ~o laborers, HoPkeP$ and mechanics em~[oye~ on a ~ubl[c work pro~ec~ shall be no~ be [ess ~han ~hose [~s~ed ~n ~he curren~ Prevailing Ra~e Schedule ~or ~he [ocaI~y Hhere ~he Hork ~s performed. I~ a prime con,Parlor on a public ~ork proSec~ has no~ been provided H~h a Prevailing EaSe Schedule. ~he con~rac~or mu$~ no~y ~he ' De~ar~men~ o~ Jurisdiction (Con,Parting Agency) who in ~urn must re~ue$~ an oP~g~na[ Prevailing EaSe Schedule ~rom NeH York Sta~e De~ar~men~ o~ Labor Bureau o~ Public S~a~e Of~ce Campus, Bldg. [2 Albany, NY I~2qO U~on rece~v~ng.~he original schedu[e~ ~he Depar~men~ o~ Jurisdiction (Con,racking Agency) ~s required ~o provide como[e~e cop~e$ ~o ali prime con,Parlors ~ho in ~urn mu$~ provide co~es ~o each subcontractor and obtain an af~dav~t ceP~y~ng such sc~du[e Has received. Page 1 The .Commissioner of Labor makes an annuai determination of the prevailing ra~es. This determination is in effec~ from July 1 thru June 50 of ~he following year. The annual determination is avazlable on the Departmen~ of Labor webszte (HHH.labor.s~e~e.nv.us). The prime con~rac~or is required by law ~o provide copies o7 aZl applicable county schedules to each subcontrac±or and to obtain from each and every subcontractor an affidavit certifying tha~ such schedules were received. If the original schedule expired, the con~rac~or may obtain a copy of ~he new annual determination from ~he Department's websi~e. pAyROLLS AND PAYROLL RECORDS. Every contractor end subcontractor muse'keep original payrolls or ~ranscrip~s subscribed and affirmed es true under penalty of perjury. Payrolls mus~ be maintained for at least three years from the project's da~e of completion. A~ a minimum, payrolls must show the following information for each person employed on a public work project: ~ Name ~ Classification(s) in ~hich ~he worker Has employed ~ Hourly wage rate(s) paid ~ Supplements paid or provided ~ Daily. and weekly number of hours worked in each classification. Every con~ractar end subcontractor shall submi~ to ~he Ompartmen~ of Jurisdiction (Contracting Agency), within thirty (30) days after issuance o+ i~s first payroll and every thirty (50) days thereafter, a transcript of ~he original payrolls, subscribed end affirmed es ~rue under penal~y of perjury. The. Department of Jurisdiction (Contracting Agency) shall recesve and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, within ~en days of a request, payroll records sworn to as ~heir validity and accuracy for public work and private wcrk. Payroll records include, bu~ are no~ limited ~o, ~ime cards, work description $heets~ proof that supplements were provided, cancelled payroll checks and payrolls. Failure ~o provide the remuested information within the allotted ten de~s will resul~ in the'withholding of up ~c 25Z of ~he contract, not ~o exceed one hundred thousand dollars: ~f the contractor or subcontractor does not maintain e place of business in New York State end the amount of the cohtrac~ exceeds $25,000, payroll records and certifications must be kep~ on ~he pro~ec~ worksite. The prime con~rac~cr is responsible for any underpaymen~s of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to ~heir subcontractors a copy of the Prevailing Ra~e Schedule specified in the public work contrac~ as well as any subsequently issued schedules. A failure to provide these schedules by a contractor or subcontractor is a violation of Article E of the Labor Law. See Section 220-a. All subcontractors engaged by a.public wcrk pro~ec~ contractor or its subcontractor, upon receip~ of the original schedule and any subsequently issued schedules, shall provide ~o such con~ractcr e verified s~atemen~ e~esting tha~ the subcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable ra~es of wages end supplements specified therein. See Section 220-e. DETERMINATZON OF PREVAiLiNG HAGE AND SUPPLEMENT RATE UPDATES APPLICABLE TO ALL The Ha~es and supplements con~ained in *he annual determination become effec~zve. July 1st whether or not ~he new determination has been received by a given con~rac~or. Care should be taken ~o' review ~he rates for obvious errors. Any corrections should be brought to the Department's a~tention immediately. is ~he responsibility of the public work contractor ~o use the proper ra~es. If ~her~ is a question on ~he proper classification ~o be used, please call ~he dis~ric~ office lqcated nearest ~he proSact. Any errors in ~he annuel determination will be corrected .and posted ~o ~he Depar~men.~s webai~e on ~he firs~ business day of each month. Con,rectors ere responsible for paying ~hese updated ra~es as well, retroactive ~o July Hhen you review the schedule for a particular occupation, your should be directed ~o ~he dates above ~he column of ra~es. These are the da~es for which a given se~ of ra~es is effective. To ~he extent possible, Page 2 Department posts rates in its possession that cover periods of time beyond the July 1st to June $Oth time frame covered by a particular annual determination. Rates that extend beyond that instant time period ere informationa! only and may be updated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period. ' HITHHOLDING OF pAYMENTS Hhen a complaint is filed Hith the Commissioner of Labor alleging the failure of · contractor or subcontractor to pay or provide the prevailing Hages or supplements, or Hhen the Commissioner of Labor believes that unpaid wages or supplements may be due~ payments on the public HoPE contract shall be Hi~hheld from the prima contractor in a sufficient amount to satisfy the alleged unpaid · Hages end supplements, including interest and civil penalty, pending a ~inel determination. · Hhen the Bureau of Public NoPE finds that a contractor or subcontractor on a public Hork pPoBect failed to pay or provide the requisite prevailing Hages or supplements, the Bureau is authorized by Sections 220-b and 255.2 of the Labor LaN ~o so notary the financial officer of the Department of Jurisdiction. (Contracting Agency) that a~erded the public ~ork contract. Such officer MUST then ~ithhold or cause to be Hithheld from any payment due the prime con~ractor on account of such contract the amount indicated by the Bureau as sufficient to satisfy the unpaid Hages and supplements~ [ncludin~ interest and any civil penalty that may be assessed by the Commlssionec o? Labor. The withholding continues until there is a final determination of the underpayment by the Commissioner of Labor or by the court in the event a legal p~oceeding is instituted for revieN of the determination of the Commissioner of La,or. Th'e Department of Jurisdiction (Contracting Agency) shall'comply' Nith ~his order of the Commissioner of Labor or of t~e court with respect to the release of the funds so Nithheld. ' . ' SUMMARY OF NOTICE POSTING REOUIREMENTS The current Pdevailing Ra~e Schedule must be posted in a prominent and accessible place on the site of the public Hork proBect.. Theprevailing schedule must be encased in, or constructed Nithstanding'adverse Neather conditions and be titled "PREVAILING RATE OF HAGES' in letters no smaller than two (Z) Every employer providing Norkers~ compensation insurance and disability benefits must post no~ices o~. such coverage in the format prescribed by the Horkers~ Compensation Board in a conspicuous place On the ~obsite. Every employer subBect to the Ne~ York Sta~e Human Rights LaN must conspicuously post at its offices, places of employment, or employment training cen~ers notices furnished by the State Divesion of Human Rights. Employers liable for contributions under the Unemployment ~nsurance LaH must conspicuously post on the 5obsite notices furnished Dy the NeH York State Department of Labor. Employees cannot be paid' apprentice rates unless they are individually registered in a program registered ~ith ~he Ne~ York State Commissioner Labor. The allo~able ratio of apprentices to dourneyHorkers in any craft classification can be no greater than the state~ide building trade ratios promulgated by the Department of Labor and included Hith the Prevailing Rate Schedule. An employee listed on a payroll as an apprentice ~ho is not registered as above or is performing ~ork outside the classification of for ~h~ch the apprentice is indentured, must be paid the 'prevailing 5ourney~orker's ~age rate for the classification of ~ork the employee is actually performing. Article 8 of the Ne~ York State Labor La~ requires that only apprentices individually registered ~ith ~he Ne~ York State Department of ~abor may be paid apprenticeship rates on a public Hork pro,eot. No other Federa~ or State Agency or office registers apprentices in NeH York State. Page Persons Hishino to verify the apprentice registration of any person must do so in Hri~ing to NeH York State Department of Labor Office of Employabil'ity DeveloPment/Apprenticeship Training State Office Campus, B~dg. Albany, NY Fax [~lB) q57-71~q All requests for verifica±ion must include the name and social security number of the person for Hhom ~he information is requested. The only conclusive proof cf individual apprentice registration is verification from the Albany Apprenticeship Training 'Central Office. Neither Federal nor S~ate Apprenticeship Training offices outside Albany can provide conclusive registration information. It should be no,ed ~hat the existence of a registered apprenticeship program is nc~ conclusive proof that any person is registered i~ that program. Furthermore, ~he existence .or possession of Halle~ cards, iden~i'fica~ion cards or copies of state forms is not conclusive proof cf ~he registration of any person as an apprentice. INTEREST AND PENALTIES In the event that an underpayment of Hages and/or supplements is found: ~ Interest shall be assessed at the rate ~hen in effect, as prescribed by the Superintendent of Banks pursuant to section lq-a.of ~he Banking LaH, per annum from the date of underpayment ~o ~he date restitution is made. ~ A Civil Penal±y may also be assessed, not to exceed 25Z of the ~otal of wages,.supPlements and interest due. Any con~rac~or or subcontr~ctor and/or its successor shall be ineligible to submit a bid on or be awarded anypublic Hork con~ract or subcontrac~ Hith any · ta~e, municipal 'corporation or public body for a period of five ~ears ~hen: ~ THo Hillfui determinations have been rendermd agains~ that c'ontrac~or or subcontractor and/or i~s successor within any consecutive six-year period. ~ There is any Hillful determination ~hat involves the falsification of payroll records or ~he kickback of Hages or supplements. CRIMINAL SANCTIONS Hillful violations of the Prevailing Hage LaH (Article 8 of the Labor Law) constitute a misdemeanor punishable by fine or imprisonment, or bo~h. DISCRIMINATION No emp'loyee or applican~ for employment may be discriminated against on account of age, race, creed, color, na~ionai origin, sex, disability or marital status. No con~ractor, subcontractor ncr any person acting on its behalf, shall by reason of race, creed, color, disabzli~y~ sex or national origin discriminate against any citizen of ~he State of NeH York Hho is qualified and available to per~orm ~he Hork to Hhich ~he employment relates. See Section 220-e(a). No contractor~ subcontractor nor any person acting on its behalf, shall in any manner, discrsminate agains~ or intimidate any an~loyae on account of race, creed~ coior~ disability, sex or national origin. See Section 220-e(b). The Human Eigh~s LaH also prohibits discrimination in employment because of age, marital status or religion. Page There may be deducted from the amount payable to the contractor under the dontract a penalty of fifty dollars for each calendar day during Hhich such person Has discriminated against or intimidated in violation o~ the provisions o~ the contract, See Section Z20-e(c). The contract may be cancelled or terminated by the State o~ municipality. Al1 monies due or to become due thereunder may be forfeited for a second or any subsequent violation o~ the terms or condztions of the anti-discrimination sections o~ the'contract. See Section Z20-e(d). · · Every employer subject to the NeH York' State Human Rights LaH must conspicuously post at its offices, places of employment, or employment training centers notices furnished by t.he State Division of Human Rights.' HORKERS~ COMPENSATION In accordance Hith Section lq2 o~ the State Finance LeH. the contractor shall maintain coverage during the li~e o~ the contract for the benefit of such employees es Peouired by' the provisions of the New York State Horkers~ Compensation LeH. A Contractor Hho is eHerded · public Hork contract must provide proof of Horkers~ compensation coverage prior to being elloHed to begin Hork. The insurance policy must be issued by a company authorized to provide Horkers~ compensation coverage in NeH York Sta~e. Proof of coverage must be on form O-105.2 (Certificate of Horkers' Compensation Insurance) and must name this agency as a certificate holder. [f NaN York State coverage is added to an existing out-o.f-state policy, it can only be added to a policy from e company authorized to Hrite NoPKePs~ · compensation coverage in this state. The coverage must be listed under item 5A of the information p~ge. . The contractor' must maintain proof that subcontractors'doing HOPE covered under this contract secured and maintained a Horkers~ compensation policy for all employees Hcrking in NeH York State. Every employer providing workers~ compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Horkers~ Compensation Board in a conspicuous place on the 5obsite. UNEHPLOYMENT INSURANCE Employers liable for contributions under the Unemployment Insurance Le~ must conspicuously post on the ~obsite notices furnished by the Ne~ York State Department of Labor.. . PH-205 (6/01) Page 5 TOWN OF SOUTHC~..D NEW YORK STATE DEPARTMENT OF LABOR Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240 CHRZSTOPHER F. DHYER, ASSOC. L.K, HCt. EAN ~SSOCZATE,P.C. ~*$7 SOUTH COUNTRY RO~D BROOKHAVEN NY 11719 SUFFOLK COUNTY AGY. OF JURZS. : TONN NAT. OF PROJECT.* k~W Bu'nn:T. NG Schedule Type Date o2/ls/os Prevailing Rate Case No. 0502051 01 PROJECT ZD #: NONE SOUTHOI.D TRANSFER STATZON & EESZDENTI'AL O~:)POFF ROUTE e,8, HI'DDLE RO~D Copies of the wage and Supplement schedule for the Public Work project identified above are enclosed herewith. Sec. 220.3a of the Labor Law requ!res 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) HeatingNentilation [] (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: / / CONTRACTS NOT YET AWARDED Zip: / Type of Contract (Check all applicable contract types) [] (01) General Construction [] (04) Plumbing Signature [] (02) Heating/Ventilation [] (05) Other [] (03) Electrical Date Page Ol Prevailing Rate Schedule NeH York State Department of Labor .................. ~ ............... Case Number ................. ~---' .............. 05020~1 SUFFOLK 200~ Suffolk County General' Construction Rates Prevailing. Hage Rates for 07/01/0~ - 06/~0/05 INFORMATION ABOUT PREVAILING RATE SCHEDULE This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in the attached Schedule of Prevailing Rates. · CLASSIFICATION It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the Hork is heavy and highway, building, saner and water, tunnel work, or residential, and to maze a determination of wages and supplements'to bm paid or provided. It is the responsibility of the public Hork contractor to use the proper rata. If there is a question on the proper, classification to be used, please ceil the district office located nearest the project. District office locations and phone numbers are listed below. . · PAID HOLIDAYS Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not requzred to perform work. If an employee Horks on a day listed es a paid holiday, this remuneration is in addition to payment of the required prevailing Pate for the Hork actually performed. OVERTIME Overtime holiday pay is ~he premium pay that is required.for work performed on specified holidays. It is only required where the employee actually performs ~ork on such holidays. ' The applicable holidays are Listed under HOLIDAYS: OVERTIME, The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification, · . SUP~LEHENTAL BENEFITS Particular attention should be given to the supplemental'benefit requirements, Although'.in most cases the payment or provision of su~lemente is for each hour .worked, some classif~catzons require the supplements for each hour paid (incIud~ng oaid holidays on which no work is performed] and/or may require supplements to be paid or provided at a premium Pate for premium hours'Horked. EFFECTIVE DATES Hhen you revLeH the schedule for a pertLcular occupation~ your attention should be directed to the'dates above the column o~ rates. These ara the dates for which a given set of rates is effact~veo The rate listed is valid until the next effective rate change or until the new annual determination ~hich takes effect on July ! of each year. AlL contractors and subcontractors are required to pay the current prevailing rates of wages and supplements. If you have any questions please contact the Bureau of Public Hork or visit the NeH York State Oepartment of Labor (wwH.labor.state.ny.us) for currant Hege rate information. APPRENTICE TRAINING RATIOS The following are the allowable ratios of registered Apprentices to Journey- HorkePs. For example, the ratio 1:1,1:5 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be in piece on the project before an Apprentice is allowed. Then three additional JourneyHorkers Page 02 Prevailing Rate Schedule NeH York State Department o+ Labor ........... ' ....................... Case Number .................................. 0502031 SUFFOLK 2004 are needed before a second Apprentice is allowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired, and so on. Please call Apprentice Training Central Office at (5[8) q57-6820 if you have any questions. Title (Trade) Ratio Boilermaker Mason Carpenter Electrical (Outside).Linemen Electrician (Inside) Elevator/Escalator Construction ~ Modernizer Glazier Insulation ~ Asbestos Honker Iron Honker. Laborer Op Engineer Painter Plumber & Steamfitter Roofer Shee~ Me±al Honker Sprinkler Fitter l:l,l:q 1: 1:4 1: 1: ,1:2 1: ,1:3 1: ,1:2 1: ,1:3 1: ,l:q 1: ,1:6 1: ,1:3 1: l: 1: ,1:3 1:1,1=2 1:1,1:3 1:1,1:2 If you have any questions concerning the at~ached schedule or would like addz~iona! information, please con~ec~ the neares~ BUREAU of PUBLIC HORK Ois~ric~ Office or write ~o: Ne~ York Sta~e Department of Labor Bureau of Public Honk State Office Campus, Bldg. 12 Albany, NY 122~0 Distric± Office Locations: Telephone # FAX # BlO-q57-27qq 607-721-8005 716-8~7-7159 Bureau of Public Hork- Albany Bureau of Public Honk Binghem~on Bureau of Public Honk Buffalo Bureau of P~blic Ho~k - Bander Ci_~y Bureau of Public Honk New York Czty Bureau of Public Honk - Rochester Bureau of Public Honk - Syracuse Bureau of Public Honk U~ice Bureau of Public Honk Hhite Plains Bureau of Public Honk - Central Office 516-Z28-$915 212-352-6088 585-258-~505 315-q28-~056 315-79~-231q 91q-997-9507 518-q57-5589 (7/01/200q) NOTES Admin, OVERTIME/HOLIDAY CODES 518-q85'-OZqO 607-721-800q 716-8q7-7650 516-79fi-$5t8 212-352-6580 585-258-q708 315-q28-q671 315-793-251q 91q-997-9523 518-q85-1870 OVERTIME Following is an explanation of ~he code[s)'lis~ed in %he OVERTIME section of each classification contained in %he attached schedule. Additional requirements may also be lis~ad in the'HOLIDAY section. A ) Time and one half of the hourly ra~e after 7 hours per day. AA) Time and one half of ~he hourly rate after 7 and one half hours day. oep = hal~ of ~he hourly ra~e after 8 hours per day. B ) Time and one .I '1 Prevailing Rate Schedule' Page 03 New York State Department of Labor .................................. Case Number .................................. 05020S1 SUFFOLK 2004 (BI) Time and one half of the hourly rate for the 9th 8 lOth hours week days and the 1st 8 hours on Saturday. Double the hourly rate for all additional hours. . ( C ) Double the hourly rate after 7 hours per day. (C1) Double the hourly rate after 7 and one half hours day. D) Oouble ~he hourly rate after 8 hours per day. ~ D1) Double the hourly rate after 9 hours per day. ( E ) Time and one half of the hourly rate on Saturday. (El) Time and one half 1st 4 hours an Saturday. Double the hourly rate all additional Saturday hours. (El) Saturday may be used as'a make-up day at straight time Hhen a day is lost during that week due to inclement (ES) Between November 1st and Hatch Srd Saturday may be used as · make-up day at straight, time when a day is lost during that week due to inclement weather, provided a given employee has worked between and 52 hours that week. · ' '(E~) Saturday and Sunday may be used as a make-up day at straight time when a day ~s lost durzng that week due to ~nclement'weatner. F Time and one half of the hourly rate on Saturday and Sunday. Time and one half of the hourly rate on Saturday and Holidays. Time and one half of the hourly rata on Saturday, Sunday, and Holidays. Time and one hail o~ the hourly rate on Sunday. Time end one 'half of the hourly rate on Sunday and Holidays. Time and one half of the hourly rate on Holidays. L Double the hourly rate on Saturday. Double the hourly rate on Saturday and Sunday. Double the hourly rate on Saturday and Holidays. ~ Double the hourly rate on Saturday, Sunday, and Holidays.' P Double the hourly rate on Sunday. Double the hourly rate on Sunday and Holidays Double the rate Holidays.' hourly Two and one half times the hourly rate for Holidays, if worked. Si) Two and one half times the hourly Pete the fir'st ~ hours on Sunday or Holidays. 'One and one half times the hourly rate all additional hours. Triple the hourly ra~e for Holidays, if worked. ( ~ ~ Pour times the hourly rate for Holidays, ~f worked. V ) Including benefits at SANE PREHIUH as shown for overtime. H ) Time and one half for benefits on all overtime hours. ~OTE:BE~EFITS are. PER HOUR HOEKED,for each hour worked, unless otherwise noted HOLIDAYS PAID Holidays: Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform HOPE. If an employee Harks on a day listed es e paid holiday) this remuneration is in addition to payment of the required prevailing rate for the work ectuaIIy 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 performs Hark on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIHE. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation of the code(s) listed in the HOLIDAY section of each classification contained in the attached schedule. The Holidays es listed beloH are to be paid at the wage rates at which the employee is normally classified. [ ! None. ( 2 Labor Day. Page Prevailing Rate Schedule Ne~ York State Department of Labor .................................. Case Number .................................. 0502031 SUFFOLK 2004 3 Memorial Day end Labor Day. Memorial Day and July Memorial Day, July qth, and Labor Day. i Lincoln's Birthday, Heshington~s Birthday, and Veterans Day. NaN Year~s Day, Thanksgiving Day, end Christmas Day. 8 Good Friday. 9 Lincoln's Birthday. 10 Hashing~on~s Birthday. Columbus Day. i2 Election Day. 13 Presidential Election Day. 14 1/2 Day on Presiden~ia! E[ec~ion Day. [5 Veterans Day. Day after Thanksgiving Day. 18 1/2 Day before Chris,mas uay. 19 1/2 Day b~fore Ne~ Years Day. 20 Thenksgivzng Day. 21 NeH Yeerl$ uey. 22 Chris,mas Day. Day before Christmas. Day'before NeH Year~s Day. 25 Presidan~s~.Oay. 26 Mar~in Luther King, Jr. Day. Asbestos Horker NASSAU COUNTY: En*ire County SUFFOLK COUNTY: En*ire County NEH YORK CITY: Entire 5 Boroughs HAGES: (per hour) 7/01/04- 1/02/05 Asbestos Horker/ Insulator ....... $41.81 (Insulating Only) 1/03/05- 6/30/05 $41,56 OVERTIME: .... See C, O, V ) ON OVERTIME PA~E. HOLIDAY= Paid: ........ See ( i ) ON HOLIDAY PAGE. Overtime= .... See ( 5~, 6, 1i, 15, 16, 25, 26 ) on HOLIDAY PAGE. For Rem./Abatement: See ( 1 ) on HOLIDAY PABE. ~ Hhen Horking on Labor Day ~riple (3] time is paid. APPRENTICES=( 1 )year ~erms a~ ~he folloHing percentage of Journeyman's ra~es. ls~ ~nd 5rd 4th 40Z 60Z 70Z 80Z SUPPLEMENTAL BENEFITS: (per hour Horksd) Journeyman .............. $ 21.74 $ 23.86 Apprentices ............. Same Z as Same Z es $ 21.74 $ 25.86 HAGES (per hour) 7/01/04 Removal ~ Aba~emen~ only~ ...... $ 2q.~5 I Page 05 Prevailing Ra~e Schedule NeH York S~e*e Depar~men~ of Labor .................. ~ ............... Case Number .................................. 050203! SUFFOLK 2004 ~ On mechanical sys~ems.~ha~ are NOT ~o be scrapped. ALL o~her removal or aba~emen~ refer ~o Building Laborer Category Excep~ for Re-Roofing refer ~o Roofer Category. OVERTIME: See (B) ON OVERTIME PAGE. HOLIOAYS: Paid: See ( 1 ) ON HOLIDAY PAGE. Overtime: See ( 5. 6, ~ ) on HOLIDAY PAGE. ~ Eas~er is paid a~ ~ime and one-half if Horked. APPRENTICES: 1000 hour ~erms a~ '~he following percentage or Journeymanms Hage. is~ 2nd 3rd q~h 78~ 80~ 83Z 89~ SUPPLEMENTAL BENEFITS: (per hour Norked) Journeyman Rem 8 Aba~emen~ .......... $ 7.10 9-[2a 'Boilermaker DUTCHESS COUNTY: Entire County NASSAU COUNTY: Entire County NEH YORK C~TY: Entire 5 Boroughs ORANGE COUNTY~ Entire County PUTNAM COUNTY: Entire County ROCKLAND COUNTY: Entire County SUFFOLK COUNTY: Entire County SULLIVAN COUNTY: Entire County ULSTER COUNTY: Entire County HESTCHESTER COUNTY: En{ire Coun{y HAGES: (per hour) 7-Ol-Oq- i-Oi-05: 1Z-31-04 8-31-05 Boilermaker ........... $ 37.90 $ 39.62 OVERTIME PAY: See ( D,O ) on OVERTIME PAGE. HOLIDAY: Paid: ........ See ( 8, 16, 23, Zq ) on HOLIDAY PAGE. Overtime: .... See (q' 6, 11, 12, 15, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 5ourneyman's Hege. ls~ 2nd 3rd 65Z 65Z 70Z year ~erms a~ ~he following percentage of 4~h 5~h 6~h 7~h 8~h 75~ 80% 85~ 90% 95X SUPPLEMENTAL BENEFITS: (per hour ~orked) Page 06 Prevailing Rate Schedule HaH York State Department of Labor .................................. Case Number .................................. 0502051 SUFFOLK 200q $ 7.81 + $ 8.02 + q8 % of ~8 Z of ~-5 Carpenter - Building and Heavy High~ay NASSAU COUNTY: ' Entire County SUFFOLK COUNTY: Entire C°un~Yl7 0 HAGES: (per hour) - - Building Carpenter ............. $ 53.32 Heavy/Highway: Carpenter ............. $ $~.52 OVERTIME PAY: See ( B, E, ~ ) on OVERTIME PAGE. NOTE: ON NEH YORK STATE DEPARTMENT OF TRANSPORTATION AND OR, ANY GOVERNMENT MANDATED OFF SHIFT HORK THE FOLLOHING RATE(S) SHALL APPLY: Monday thru Friday q:OOpm tO 1Z:OO&m ...... $ ~6.~1 HOLIDAY: Paid: ...... See ( 18,1g ) on HOLIDAY PAGE. Overtime:.. See ( 5,6,16,23,2q,ZB ) on HOLIDAY PAGE. APPRENTICES 1st yr 2nd yr 3rd yr qth yr : C 1 ) year terms at the following Percentage o4 Journeyman's Hage: Building Heavy/Highway qO% qOZ 55% .55% 75% 75X SUPPLEMENTAL BENEFITS: Appr [s~ ~ 2nd terms Appr 5rd S ~th terms hour worked) $ 2q.21 12'.q5 12.~5 (O4)Reg.Council Ness/Surf Carpenter - Dockbuilder OUTCHESS COUNTY: Entire County NASSAU COUNTY: Entire County NEH'YORK CITY: Entire 5 Boroughs ORANGE COUNTY: Entire County PUTflAM COUNTY= Entire County ROCKLAND COUNTY: Entire County SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County HADES: (per hour) 7/01/0~ 7/01/05 Piledriver ................ $ 58.79 Dockbuilder ............... 58.79 Addi~. $ 2.82 per hr. I. Page 07 Prevailing Rate Schedule Ne~ York State Departmen~ of Labor ........ ~ ......................... Case Number ............................ ~ ..... 0502~$1 'SUFFOLK 2004 OVERTIME: .... See HOLIDAY: Paid: ........ See Paid: ........ Sea Overtime: .... See B, E2, 0 ) on OVERTIME PAGE. I8, 19 ) on HOLIDAY PAGE. · 5, 6, Il, 15, I6, [8, 19, Z5 ) for 1st & 2nd yr. Apprentices 5~ 6, il, 15, 16, 18, 19, 25 ) on HOLIDAY PAGE. APPRENTICES: lsd. ) year terms at the fo[lo, ing percentage of Journeyman's Znd. ~rd ' 4th. 50Z 65~ 80Z SUPPLEMENTAL BENEFITS:'(peP houn paid) Journeyman ............... .$ 27.86 Apprentices .......... 18.94 9 - 1456 Carpenter - Floor Coverer DUTCHESS COUNTY: Entire County NASSAU COUNTY: Entire County NEH YORK CITY= Entire S Boroughs ORANGE COUNTY: Entire 'County PUTNAM COUNTY: Eh*ire County ROCKLAND COUNTY= Entire County SUFFOLK COUNTY: En~i~e County HESTCHESTER COUNTY: Entire County NAGES: (Dar' hour) 7/01704 7/01/05 Carpet/Resilient Addit. Floor Coverer .............. $ 45.00 $2.96/hr.. _ . OVERTIME: .... See ( B, E, Q ) on OVERTIME PAGE. HOL[OAY: Paid: ........ See ( 18, 19 ) on HOLIDAY PAGE. Paid: ........ See ( 5, 6~ 11~ 15, 16, 18, 19, 25 ) ~or 1st ~ 2nd yr.Ap~rentices Overtime: .... Sea ( 5, 6, ii, l~, 16, 18, 19, 2S ) on HOLIDAY PAGE. APPRENTICES: Hege. 1st. 1 ) year terms'a~ the following percentage o~ Journeyman's 2nd. Srd, 4th, 50Z 65Z 80Z SUPPLEMENTAL BENEFITS: (Der hour paid) Journeyman .............. ;. $ 26.05 Apprentices ............. [7.80 9 - 2287 Carpenter - Marine Construction/Diver Page 08 Prevailing Rate Schedule NeH York State Department of Labor .................................. Case Number .................................. 05020~1 SUFFOLK 200~ BUTCHESS 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 NESTCHESTER COUNTY: Entire County SUFFOLK COUNTY.' Entire County HAGES: (per hour) 7/Oi/Oq Marine Construction:- Marine Biver ............. $ ~7.85 · " " Tender .... ;,,. $ 35,15 OVERTIME: .... See B, E, E2, Q ) on OVERTZME PAGE. HOLIDAY: Paid: ....... See Paid: ....... See Overtime:... See i8, lg ) on HOLIDAY PAGE. 5, 6, [0, 11, [3, [6, I8, 5, 6, IO, [1, 13, I6, i9 ) ~or 1st 8 2nd yr.Apprentices I9 ) on HOLIDAY PAGE. APPRENTICES: (1) year terms at the foilowing percentage of the journeyman's let 2nd 3rd ~th 50% 65% 80% SUPPLEMENTAL BENEFITS: (per hour paid) Journeymen ................. $ 27.86 Apprentices ............... 18.9~ 9 - 1~56 Carpenter - Millwright NASSAU COUNTY: Entire County MEN YORK CITY: Entire County PUTNAM COUNTY: Entire County ROCKLANB COUNTY: Entire County SUFFOLK COUNTY: Entire County NESTCHESTER COUNTY: Entire County HAGES: (mar hour) 7/O[/Oq Bu~iding: MilIwright ................... $ 39.99 OVERTIME:... See B, E, E2, Q ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See Paid: ....... See Overtime:... See 18, 19 ) on HOLIDAY PAGE. e, ii, is, ia, iD, 2S for iat S Znd yr.A pranti as 5' 6' il, 13, 16, 18, 19, Z5 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the ~olloNing Percentage of Journeyman's Hege. 1st. 2nd. 3rd. qth. 55% 65% 75% 95% .I Page 09 Prevailing Rate Schedula NeH York State Department of Labor .................................. Case NumSen .................................. 0502031 'SUFFOLK 2004 SUPPLEMENTAL BENEFITS: (per hour paid) gournayman ................. $ 30.q6 AppP 1st term ............ 19,63 Appr 2nd term .......... 21.67 Appr 3rd term .. 2q.q9 Appr ~th tecm ........... 27.7q 9-7~0.1 Carpenter - Timberman NASSAU COUNTY: Entire County NEH YORK CITY: Entire S Boroughs SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County HAGES: (per hour) 7/O1/Ofi 7/01/05 Timberman .......... $ 37.47 Addit. $3.26/hr~ OVERTIME:... See ( B', E, El, Q ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See. ( 18, 19 ) on HOLIDAY PAGE. Paid: ...... See( 5, 6, ll, 13, 16, 18, 19, 25 ) for ist & 2nd yr. Apprentices Overtime:... See ( 5, 6, Il, 13~ 16, 18, 19., 25 ) on HOLIDA~ PAGE. APPRENTICES: ( I ) year terms at the folloHing percentage of Journeyman's 63× sOPPLEMENTAL BENEFITS: (per hour paid) Journeyman ................ $ 26.05 Apprentices ................ 17.80 9 - 1536 Core Driller ORANGE COUNTY: South of .but including the following, Naterloo Mills, Slate Hill, New Hampton., Goshen, Blooming Grove, Mountainv~lla~ east to.the Hudson River. ° PUTNAM COUNTY: South of bu~ inoluding the foilo~ing~ Cold Spring, Tompkins Corner, Mahopac, Croton Fails, east to ~onneoticut border. SUFFOLK COUNTY~ Has* of Port ~efFerson and Patchoaua Road to Route t12 to the Atlantic Ocean. NASSAU'COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs ROCKLAND COUNTY: Entire County HESTCHESTER COUNTY: Entire County HAGES: (per hour) 7/O1/Oq 10/17/05 Cora Drilling: Driller .................. $ 27.60 Addit. $1.96/hr Assistant .... ~ ........... 22.88 Addit. $1.71/hr J Page 10 PrevaiIing Rate Schedule New York State Department of Labor .................................. Casa Number .................................. 0502031 SUFFOLK 200q Note: HazardousHaste Pay Different~ai: For Level C, an additional 10% above wage ra~e per hour For LevelB; an additional 10% above wage rate per hour For Level A, an additional 10% above wage rate per hour Note: Hhen required to work on water: an additional $ 0.50 per hour. OVERTIME:... See ( 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, 15 ) on HOLIDAY PAGE. Assistant: One (1) year increments at the ~ollo.wing percentage of Assistant Hages. This is not an apprenticeship for Driller. 1st Year 2nd Year 3rd Year qth Year 70% 80% 90% lOOX SUPPLEMENTAL BENEFITS: (per hour worked) Driller $ 10.36 Assistant 10.36 9-1536 Electrician · NASSAU COUNTY: Entire County SUFFOLK OOUNTY: Entire WAGES: (par hour) C°un~Y?-Ol-Oq- ~=$0-05 q-29-05 Electrician ............ $ ~2.00 $ q3.00 Fire Alarm ............. q2.O0 HVAC Controls .......... q2.00 ~3.00 OVERTIME PAY: See B,E,Q,V~ ) on Overtime Page. HOLIDAY: Paid: ........ See I ) on HOLIDAY PAGE. Overtime: .... See 5,6,16,25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at ~he following perdentage o4 Journeyman's wage. let 2nd 35% qO% q5% 50% 60% 70% SUPPLEMENTAL BENEFITS: (percents based on hourly wage (above), plus dollar amounts) Journeyman 45.E% + qq.E% + $ 5.89~ $ 6.~0~ Ap~ 1st yr 15.0% + 15.0% + $ 3.18~ $ 3.51~ App 2nd yr 2q.5% + 2q.0% + $ 4.07~ $ 4.40~ App 3rd yr ~$.5% + q~.5% + Page 1I Prevailing Rate Schedule New York State Oemartment of Labor ............................... · --~Case Number ................................ 0502031 SUFFOLK 2004 A~p ~th yr ~.~% + ~,5% + ADp 5th yr 43;5X + ~q. SX + $ 5.89~ $ 6.qO~ App 6th yr · ~3o5~ + ~4.5~ + $ 5.89~ ~ 6.~0 PUMP & TANK HDRK 7-01-0~ $ 35.20 OVERTIME~ See ( B, E, Q ) on OVERTIME PAGE.. HOLIDAY: Paid: ...... See ( 1 ) on HOLIDAYS PAGE. Overtimes.. See ( 5, 6, 16, 25 ) on HOLIDAYS PAGE. APPRENTICES: One ( 1 ] year terms at the folloHing percent of ~ourneyman~s rate.' let 2nd ~rd qth 5th ~0~ 50~ 60~ 70~ 85~ SUPPLEMENTAL BENEFITS~ per hour Mocked. 50.5~ of hourly rate above. 4-25 E~ectrician - Lineman ' NASSAU COUNTY= En*ipe.County SUFFOLK COUNTY: Entire County For Utility Distribution & Transmission Line Construction. HAGES: (Der hour) 7*Ol-Oq Lineman / Splicer ............... $ 35.20 Material Man .................... 30.62 Heavy E~uip. Operator ............ 28.16 ~roundman ....................... 21.12 Flagman ......................... 15.8~ OVERTIME PAY~ See ( B,9 ) on OVERTIME PAGE. HOLIDAY: Paid: ....... Overtime:... See ( 5,6~8,16,25~25~26 ) on Holiday page. See ( 1 ) on Overtime Page. APPRENTICES: 1000 hour Periods at the following Percentage o~ Journeyman's Hage. ]st. 2nd. ~rd. 4th. 5th. 6th. 7th. 60% 65~ 70Z 75X 80X 85X 90Z Page 12 Prevailing. Ra~e Schedule New York S~e~e Depar±men~ o~ Labor .................................. Case Humber .................................. 0502031 SUFFOLK 200q SUPPLEMENTAL BENEFITS: (percents based on gross wages-o~hers per hour) 2qZ + (of Hourly Ra~e) 5.91 Underground Na*ural Gasline Mechanic [2" or less): Journeyman U.G.Mechanic ....... OVERTIME~ See B, G, P ) HOLIDAYS:~ 7-01-0q- 2-27-05 2-26-05 $ 29.~1 $ 30.59 Paid: See Overtime: See 5, 6, 8, 16, 25, ZS, 26 ) on Holiday Page. 1 ) on Overtime Page. Supplemental Benefits: per hour Norked ) 12Z + iqX + $ ~.96 $ 5.96 4-10q9 Line/Gas Electrician = Maintenance NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County "PLEASE NOTE" ~plicable ~o electrical maintenance of existing electrical systems ncluding, bu~ no~ limited ~o ~raffic signals & s~ree~ lighting. HAGES: (per hour) 7-01-0~ Journeymen ....... $ 32.30 OVERTIME PAY: See HOLIDAY: Paid: ....... See Overtime: .... See APPRENTICES: ( 1 ls* 2nd qO% 50X B, H, ) on OVERTIME PAGE. I ) on HOLIDAY PAGE. 5, 6, 16, 25 ) on HOLIDAY PAGE. year ~erms a~ *he following wage. 3rd 4±h 5~h 60~ 70X 80% SUPPLEMENTAL BENEFITS: (percent[s) based on hourly Hage (above), plus dollar amount) 35.5Z + 2.71 q-25m Page 13 Preyailing Rate Schedule New York State Department of Labor .......................... ; ....... Case Number .................................. 05020~l SUFFOLK 200q Electrician - Teledate NASSAU COUNTY: Entire County · SUFFOLK COUNTY: Entire County "PLEASE NOTE" . This rate classification applies to ali Voice, Data 8 Video work; excluding Fire Alarm Systems and Energy Management (HVAC Controls), in those oas'es the regular Electrician ra~e applies. To ensure proper rate please ce[[ the HAGES: (per hour) 7JOl-Oq (Telephone and Integrated Tala~Data Systems) Journeyman ............. $ 30.69 OVERTIME PAY: See ['B, E, ~ ] on OVERTIME PAGE. HOLIDAYS: Paid: See (1) on HOLIDAY PAGE. Overtime: See (5,~,11,12~16,25)) on HOLIDAY PAGE.. SUPPLEMENTAL BENEFITS: (percent(s) based on hourly wage [above), plus do[let amount) Journeyman q7.SZ + $ 1.ql q-2BteZa Electrician - Tree Trimmer NASSAU COUNTY: . Entire County SUFFOLK COUNTY:' Entire County · HAGES: (per hour) (TREE TRIMMER) Line Clearance Specialist..., ...... 7-Ol-Oq- 1-03-05 1-02-05 $ 22.28 $ 23.06 OVERTIME: See ( B, E, P, T ) on OVERTIME PAGE. HOLIDAY: Paid: .... See ( 5, 6~ 8. 9. 10. 1[. 16, Overtime: See ( 1 ) on OVERTIME PA~E. SUPPLEMENTAL BENEFITS: (per hour worked) ) on HOLIDAY PAGE. lq.S% + of 1B.S%+ of $ q,37 hourly $ q,71 hourly 4-10qg/Tree Elevator - Construotor Page lq Prevailing Rete Schedule NeH York State Department of Labor .................................. Case Number .................................. 0502031 SUFFOLK 200q ROCKLAND COUNTY: Entire County except for the ToHnshi~ of Stony Point HESTCHESTER COUNTY= Entire County except for the Townships of Bedford, Lewisboro, Cortland, Mt. Kisco, North Salem, Pound Ridge, Somers and Yorktown. NASSAU COUNTY: Entire County NEH YORK COUNTY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES= (per hour) 7/01/04 Eievator Constructor .............. $ 40.89 ' Modern. & service ............ $ S2.735 OVERTIME=.. CONSTRUCTOR. See ( C, 0 ) on OVERTIME PAGE. OVERTIME:.. MODERN./SERV.See ( B, H ) on OVERTIME PAGE. HOLIOAY: Paid= ...... See ( 5, 6, g, [1, IS, 16, 25 ) on HOLIDAY PAGE. Overtime: See (5; 6; 9; ll, iS, 16, 2~ ) on HOLIDAY PAGE. APPRENTICE: (i) year terms at the ~olloNing percentage of JourneymanW$ Nage. CONST. $16.60 22.36 26.43 30.50 30.50 MOD & SVC $16.32 [7.88 21.13 24.38 24.38 SUPPLEMENTAL BENEFITS: (per hour Norked) Journeyman and Apprentices: Construction ................... $ 19.970 Appr. [st year ................ 14.308 AppP. 2nd year .. ............... i5.487 Appr. 3rdyear ................ i6.478 Appr. 4~h & 5th year .......... [7.470 Modern./Service ................ Appr. 1st year ................ Appr. Znd year ............... Appr. 3rd year ................ 15.7g$ A~pr. 4th& 5th year .......... 16.679 9-1 Glazier ' DUTCHESS COUNTY: Entire county NASSAU COUNTY: Entire county NEH YORK CITY: Entire 5 bbroughs ORANGE COUNTY= Entire county PUTNAM COUNTY: Entire county ROCKLAND COUNTY: Entire county SUFFOLK COUNTY: Entire county SULLIVAN COUNTY: Entire county ULSTER COUNTY: Entire county HESTCHESTER COUNTY= Entire county HAGES: (Per hour) 07/01/04 Glazier ................. $ 39.15 OVERTIME:... See ( C~ D~ 0 ) on OVERTIME PAGE. ~ Denotes if an optional Bth hour is required same wili be at the Page New York StaGe Prevailing. RaGe Schedule Department of Labor .................................. Case Number ......... ; ........................ 0502031 SUFFOLK 2004 reguiar rate of pay. If 9th hour is worked then boGh hours or more ( 8~h and 9th or mere ) wil! be a~ the double time rate of Pay. HOLIDAY: Paid: ...... See ( 1 ) on HOLIDAY PAGE. OverGime:.. See ( 5/ 6, 16, ZS ) on HOLIDAY PAGE. APPRENTICES: ( i ) year Germs at the following wage rates. 1st 2nd 3rd · 4th $ 13.~9 $ 19.60 $ 23.51 $ 31.33 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............ ',$ ApPr 1st term ......... 6.95 Apor 2nd term ...... Appr Srd term ........ 12.51 Appr 4th term ........ 14.97 9-1281 (DCg NYC) Ironworker - Derrickman/Rigger NASSAU COUNTY: Entire CounGy NEH YORK CITY=. Entire 5 Boroughs SUFFOLK COUNTY. Entire County NESTCHESTER COUNTY= Entire CounGy HAGES: (per hour) Dernickman/Rigger .......... $ 38.13 OVERTIME:.. See ( An, Ol, E~, Q, V ) on OVERTIME PAGE. ~Time and one-half shall be paid ~or all work in excess o~ seven (7) hours at the end of a work day tda maximum of two hours on any regular work day (the eighth (Bth) end ninGh (9) hours of work) and double Gime shal! be paid for ali work thereafter. .' X.Time and one-half shell be paid for ell- work on Saturday bp to seven (7) hours and double time shall be paid for al! work thereafGer. HOLIDAY: Paid: ...... See ( 1 ) on HOLIDAY PAGE. Overtime:.. See ( 5, 6, 8, 10 ) on HOLIDAY PAGE. APPRENTICES: wage'ist [ 1/2 ) year terms at the following percentage of'5ourneyman'S 60Z 70~ 80~ 90Z 90Z SUPPLEMENTAL BENEFITS: (per hour worked) $ 30.07 9-197 Ironworker - OrnamenGal NASSAU COUNTY: Entire Count~ NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HESTCNESTER COUNTY: Entire County HADES: (~er hour) 7/01/04- 01/01/05 12/31/0~ Page 16 Prevailing Rate Schedule New York State Department of Labor .................................. Casa Number .................................. 0502051 SUFFOLK 200q Ornamental ....... ' .$ 38.59 Chain Link Fence ........... 58.59 Guide Rail Installation .... 58.59 Additional 2.55/ Hour OVERTIME:... See ( A~, Ol, 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. of a work day to a'meximum of two hours on any regular work day (the eighth (8th) and ninth (gth) hours of work) and double time shall be pazd for ail work thereafter. ~Time and one-half shall be paid for ali work on Saturday u~ to seven (7) hours and double time shali be paid for ail work thereafter. HOLIDAY: Paid: ........ See ( Overtime: .... See ( 1 ) on HOLIDAY PAGE. 5, 6, 8 ) on HOLIDAY PAGE. APPRENTICE (1/2) year terms at the following percentage .of Journeyman's wage. 1st. 2nd. 5rd. qth. 5th. 6th. 60Z 65% 70% 80% 85% 9'5% SUPPLEMENTAL BENEFITS: (met hour worked) Journeyman .............. $ 29.qi AppP imf term ........... 17.65 Appr 2nd term ........... 19.11 Appr 5rd term ........... 20.58 Appr qth term . .......... 25.55 AppP 5th' term 2q.99 9-580 Ironworker - Reinforcing ROCKLAND COUNTY: Southern Section NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County HAGES: (per hour) 7/O1/Oq Reinforcing & Metal Lathing ............. $ 41.00 OVERTIME= .... See ( Ax, E~, Q. V ) on OVERTIME PAGE. ~ All overtime in excess of ten ( 10 ) hours shall be paid at double wage. HOLIDAY: Paid= ........ See 1 ) on HOLIDAY PAGE. Overtime:... See 5, 6, 8, 'lO, il, 15, 18, 19 ) on HOLIDAY PAGE. APPRENTICES= ( 1 ) year terms at the following wage rates. 1st 2nd 5rd qth $2q.00 $27.50 $51,50 $55.50 '1 Page 17 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .............. r ................... 0502031 SUFFOLK ZO0~ SUPPLEMENTA~ BENEFITS= (per hour worked)' Journeyman ............ $ 26.23 Apprentices: 1st term ............. [8.~$ 2nd term .............. 3rd term .............. 20.75' qth term .............. 21.75 9-q6 Ironworker - Structural NASSAU COUNTY: Entire CoUnty NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County HAGES: (per hour) 7/O1/Oq 1/O1/05 Structural ................ $ 38.95 Additional Riggers ............. ; ..... 38.95 $2.25 Machinery Movers ......... 38.95 per hour ' ' Erectors ........ 38 .95 OVERTIME:... See (B~, E~, q, V ) on OVERT~HE PAGE. ~ Time and one-half shell be paid ~or al'l work in excess of (8) eight hours at the end of a work day to a maximum of two hours on any regular work day (the ninth .(9th) and tenth (lOth) hours of work) an~ double time shall be paid for ell work thereafter. ~ Time and one-half shall be paid for all work on Saturday up to migh~ (8) hours and double time shall be paid ~or all work thereafter, HOLIDAY~ Paid: ...... See ( ! ) on HOLIDAY PAGE, Overtime:.. S~e ( 5, 6, 8, 1S, lg ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following 'lst. 2nd. Srd, ~th. 5th, wage6th. $ lg.qo 20.00 '20,00 20.60 20.60 20.60 SUPPLEHENTAL BENEFITS: (per hour Norkedi Journeyman ............... Apprentices ............. 27.18 Laborer - Building NASSAU'COUNTY. Entire County SUFFOLK COUNTY: Entire County HAGES: (per hour) 7-Ol-Oq Building Laborer: $ 25.85. ~(For Asbestos Removal Rate See Belo~) 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 HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per'hour worked) $ 19.q~ Paga iB Prevailing Ra~e ScheduIe Ne~ York S~ate Oepar~men~ of Labor .................................. Case Number .................................. 0502031 SUFFOLK 200q APPRENTICES: Regular Hour Terms ( No~ available for Aba~ement Work) TERMS WAGES/HR SUPPLEMENTS/HR 1 hr. ~o lO00 hrs ............ $ 15.5I $ 7.70 1001 hrs. ~o 2000 hrs. 1B.iO 8,79 2001 hrs. to 5000 hfs. 20.6B 8.9q 3001 hrs. AD riO00 hrs. 23.27 9.10 ~ASBESTOS REMOVAL ONLY 7-01-0q (Re-Roofing see Roofer Category) Asbestos Removal Worker: 25.50 SUPPLEMENTAL BENEFITS= (per hour worked) $ 9.91 ~-66 Laborer - Excavation NASSAU COUNTY: En~ihe County NEH YORK CITY= Entire Coun*y SUFFOLK COUNTY= Entire County WAGES: (per hour) 770170q 7/01/05 Laborer/Excavation: Basic .......................... $ 32.~q $ 33.59 Flagman ........................ 32,qq 35.59 Pipelayer ...................... 32.~ 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, 11, 15 ) on HOLIDAY PAGE. APPRENTICES: 1000 hour ~erms at ~he following percentage of 5ourneyman's 'ls~ 2nd 5rd ~h 50% 60% 75% 90% SUPPLEMENTAL BENEFITS= (per hour Horked) Journeyman & Apprentices= $ 17.56 $ 18.69 9-731Ex Laborer - Free Air NASSAU COUNTY= Entire County NEW YORK CITY: Er*ire B Boroughs SUFFOLK COUNTY: Entire County GROUP A: BlasAers. GROUP.B: Tunnel ~orkers ~ M (including Miners, Drill Runners, Iron Men, Maintenance Men~ Conveyor Men, Safe~y Miners, Riggers, Block Layers, Cemen~ Finishers~ Rod ,.f~.n, Caulkers, Powder Carriers~ Mzners~ Helpers~ Chuck Tenders, Track Man, Nzppers, Brake Men,Derail Men, Form Men, Bottom Bell, Top Bell or Signal men, Form Workers, Movers, Concrete Workers, Shaf~ Men, Tunnel Laborers and Caulkers~ Helpers). ¸, Page lg Prevailing Rate Schedule NeH York State Department of Labor .... ? ............................. Case Number .................................. 0502051 SUFFOLK 200fi GROUP C= Powder Hatchmen, Top Labopers and Changehouse Attendants. HAGES= (per hour) 7/01/04 Laborer (Tunnel)-FREE AIR: Group A .............. ' ........ $ 32.52 Group B ...................... $ 31.11 Group C ...................... $ 2B.7q Small Bore Micro Tunnel Machines For Repairs on Existing Hater Tunnels For Repairs of SeHer & Drainage Tunnels For Repair & Maintenance of all SubHey 8 Vehicular Tunnels OVERTIME:... BOX of ra~es above 90X of rates above 85Z of ra~es above 80Z of rates above ..For Laborer (Free Air) See ( D. M, R" ) on OVERTIME PAGE. For Repair Categories See (B; F; R~ ) on OVERTIME PAGE. 8 Micro Tunneling ~ Straight time first 8 hours, double time after 8 hours. HOLIDAY: Paid~ ....... See ( 5, 6, 9, 11, 12, 15, 25 ) on HOLIDAY PAGE. Overtime:... See (5' 6) 9, il, 1Z, 15) 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS GROUP A $ 52.78 per hour paid + 0.28 per hour Norked + per day + · ' per overtima hour. GROUP B $ 51.$q per hour paid + 0 .28 per hour ~orked + per day + . ~.00 par .16 over~im~ ho~r. GROUP C $ 28.92 per hour paid + 0.28 per hour ~orked + 3.00 per day + 0.16 per overtime hour. Small Bore Micro Tunnel Machines 80Z of rates above For Repairs on Existing Hater Tunnels For Repairs of SeHer & Drainage Tunnels For Repair & Maintenance.of all SubHay S Vehicular Tunnels 90Z of rates above 85Z of rates above 80Z of ra~es above 9-147Tnl/Free Laborer - Heavy HighHay NASSAU COUNTY= Entire County SUFFOLK COUNTY: Entire County Laborer (Heavy/High~ay): GROUP # 1: Asphal~ Rakers and Formset~ers. GROUP # 2: Asphalt Shovelers~ Roller BoYs and Tampers. GROUP # 5: Basic Laborer, PoNer Tool, Trackmen, Landscape, Pipelayer, · Jackhammer and Concrete, Traffic Control Personnel. Page 20 Prevailing Rate Schedule New York State Deper~men~ of Labor ............................ ~ ..... Case Number .................................. 0502031 SUFFOLK 200~ WAGES: (par hour) 7-01-0q- 6-01-05 5-31-05 Laborer: GROUP # 1 ............. $ 29.00 ADD $ 1.67/Hr. GROUP # 2 ............. 28.23 ADD $ 1.6q/Hr. GROUP # 3 ............. 25.90 ADD $ 1.56/Hr. NOTE: PREMIUM PAY 20Z-on s~raigh± ~ime hours for NEW YORK STATE D.O.T and o~her GOVERNMENTAL MANDATED off-shif~ work. NOTE: Additional lOX Hourly Wage for Hazardous Material Work. APPRENTICES: ( 1 ) year terms a% ~he following Percentages of Journeymans Wage. 1st year .......... 80% 2nd year .......... 90% OVERTIME PAY: See ( B, E2, F ) on OVERTIME PAGE. HOLIDAY: Paid: ........ See ( i ) on HOLIDAY PAGE. Overtime: .... See ( I ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS= (per hour worked) $ 17.12 (After forty hours paid) $ 10.67 q-t298 Laborer - Tunnel Compressed Air NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County GROUP 1: Blasters, Mucking and Machine O~erators. GROUP 2: Tunnel 'Workers~ ~ (including Miners, Drill Runners,Iron Men, Maintenance Men, Inside Muck Lock Tender, Pum~men¢ Electricians, Cement Finishers, Rod Men, Caulkers, Carpenters, Hydraulzc ~n, Shield Drivers, Monorail Operators, Motor Men, Conveyor Men, Safety Miners, Powder Carriers, Pan Men, Riggers, Miner's Helpers, Chuck Tenders, Track ~n, NipPers, Brake Man, Form Workers, Concrete Horkers, Tunnel Laborers,'Caulker's Helpers), Hose Men, Grout Men, Gravel Men, Derail Men and Cable Men. GROUP 5: Top Ni~er GROUP q: Outside Hen Lock Tender, Outside Muck Lock Tender, Shaf± Men,Gauge Tender and Signal Men. GROUP 5: Powder Watchmen, Top Laborers and Changehouse Attendants. WAGES: (per hour) 7/O1/Oq Laborer(Compressed Air): GROUP 1 ..................... $ 3q.09 GROUP 2 ..................... 32.89 GROUP 5 ..................... $2.28 GROUP q ..................... 51.69 GROUP 5 ..................... 27.12 ·I· Page 2l Prevailing Ra~e Schedule New York Sta~e Departmen~ of Labor .................................. Case Number ...... ~ ........................... 0502031 SUFFOLK 2004 OVERTIME: .... See ( D, M, EX ) on OVERTIHE PAGE. NOTE: Time and one-half to be paid for all overtime repair-maintenance work on existing equipment and facilities. ~ Stnaigh~ time firs~ 8 hours, double time after 8 hours. HOLIDAY= Paid= ....... See ( Overtime... See ( ~; ~; SUPPLEHENTAL BENEFIT~ : GROUP 1 $ 34.34 0.28 3.00 0.16 GROUP 2 $ 33.20 0.28 3.00 0.16 GROUP 3 '$ 32.57 0.28. 3.00 0.16 GROUP 4 $ 31.98 0.28 3.00 0.16 GROUP 5 $ 30.54 0.28 3.00 0.16 ~' 11, 12, 15, 25 ) on HOLIDAY PAGE. 11, 12, 15~ 25 ) on HOLIDAY PAGE. per hour paid + per hour worked + per day + per overtime hour per hour paid + per hour worked + per day + per overtime hour ~ hour paid + hour worked + per day + per overtime hour ~ hour paid + hour Honked + per day + per overtime hour. per hour paid + per hour worked + per day + per overtime hour 9-1q7Tnl/Comp Air Mason - Building Bricklayer ' - ' NASSAU COUNTY: Entire County NEH YORK CITY= Entire 5 Boroughs SUFFOLK COUNTY= Entire County HAGES: (per hour) 7/01/04 Building: Bricklayer ................. $ 58.q2 OVERTIME:... See ( A~ E, Q ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See ( 1 ) on HOLIDAY PAGE. Overtime:... See ( 5~ 6, 25 ) on HOLIDAY PAGE. APPRENTICES: wage. 50X ( 750 hour ) terms.at the following percentage of Journeyman's 2nd 3rd 4th 5TH (500 Hfs) 6TH (500 Hfs) 60% 70% 80% 90% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman: .................... $ Apprentice= .................... [0.~0 9-1Brk Page 22 Prevailing Ra~e Schedule New York S~ate Department of Labor .................................. Case Number .................................. 0502051 SUFFOLK Mason - Building Mosaic and Terrazzo Worker NASSAU COUNTY: Entire County NEW YORK CITY:' Entire 5 Boroughs SUFFOLK COUNTY: Entire County WESTCHESTER COUNTY: Entire County WAGES: (per hour) Building: 7/01/04 Mosaic & Terrazzo Worker .......... $ 41.68 " Finisher ........ $ 40.37 OVERTIME:,., See ( A, E, Q. V~ ) on OVERTIME PAGE, ~ ADD $ 8.05 per hour to supplements on time & one-half overtime hours. ~ ADD $ 10.05 per hour to supplements on double-time overtime hours. HOLIDAY: Paid.. ..... See ( 1 ) on HOLIDAY PAGE. Overtime:.. See ( 5, $, 8, Il, 15, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: (750 Hour) terms at the following percentage of the journeymans wags. 1st 2nd 3rd 4th 5th 6th 50% 55% 65% 70% 80% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman: $ 18.55 Apprentices: Same percentages as wages. 9-7/5 Mason - Building Tile Setters NASSAU COUNTY: Entire County NEW YORK CITY: Entire 5 Boroughs ORANGE COUNTY: Entire County PUTNAM COUNTY: Entire ROCKLAND COUNTY: En~ire'C~unty SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County WAGES: (per hour) 7/01/04 12/01/0~ 6/01/05 12/01/05 Building: ' Tile Se~ters ........ $ 38.85 $ 39.85 $ 41.31 · $ 42.27 OVERTIME:... See A, E, Q ) on OVERTIME PAGE. HOLIDAY= Paid= ...... See ! ) on HOLIDAY PAGE. Overtime:.. See 5, 6, B, 10, 11, 15, 16 ) on HOLIDAY PAGE. APPRENTICES= ( 750 hr)terms at the following percentage of 5ourneyman's wage. 1st 2nd 3rd 4th 5th 50% 55% 65% 75% 85% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman: ........ $ 18.12 $ 18.43 $ 18.78 Apprentice $ 9.4~ + 9.43 + 9.43 + wage percentage of $ 8.4~ 9.00 $ 19.28 9.95 + 9.35 9-7/52 Page 23 Prevailing Rate Schedule NeH York State DepartmenA of Labor .................................. Case Number .................................. 0502D$1 SUFFOLK 200q Hason - Cement NASSAU COUNTY: Entire County NEH YORK CITY= Entire 5 Boroughs SUFFOLK COUNTY: Eh*ire County HAGES: (per hour) 7/01/04 Cemen* Meson ............ $ 39,00 OVERTIME:... See ( C, O, V ) on OVERTIME PAGE. HOLIDAY: PAID: ....... See ( i ) on HOLIDAY PAGE. OVERTIME:... See ( 5, 6, 8, 11, 13, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following percentage of Journeyman's Hages and fringes. 502 602 702 802 902 952 SUPPLEMENTAL BENEFITS: dourneyman~ Apprentices= ls~ term 13.73 2nd term 14.93 3rd term 16.lq 4th term 17.~4 5th *arm 18.55 6~h ~erm 19.24 (par hour worked) 9-780 Mason - MeT'hie NASSAU COUNTY: Entire County NEH YORK CITY: Entire S Boroughs SUFFOLK COUNTY: Eniire Couniy HESTCHESTER COUNTY: Entire County HAGES: (per hour) 7/01/04 l/O1/OS 7/01/05 1/01/06 Building: Marble/ Sawyer, Rubber 8 Polisher ................. ' . $ 3q.63 $ 35.28 $ 38.93 $ 36.58 Marble Restoration Finishers .................... 18.06 18.26 18.46 18.66 OVERTIME:.. See ( A, E, Q, V ) on OVERTIME PAGE. HOLIDAYS: Paid:'. ..... Journeymen receive 1/2 days pay for Labor Day. Cleaner, Maintenance and IST three terms of Apprentices See ( 5. 6, 11. 15 ) on HOLIDAY PAGE. All others See ( 1 )' on HOLIDAY PAGE. Overtime:.. See ( 5, 6, 11, 15 ) on HOLIDAY PAGE. APPRENTICES: Ha e. ~s~ 2nd 50Z 55Z 1/2 ) year terms at ~he f'olloHing percentage o~ Journeyman's 3rd 4~h 5~h 6th 7~h 8th 60Z 65% 70X 80~ 90Z . 95X Page 2~ Prevailing RaAe Schedule New York Ste~e ~apar~men~ of Labor .................................. Case Number .................................. 0502051 SUFFOLK 200~ SUPPLEMENTAL BENEFITs: (per hour worked) Journeyman-Polisher ......... $ 15.95 $ l~.2B $ 1~.~ $ l~.gB -Finisher ......... 5.55 5.65 5. 6.25 Apprentice .................. ~ 7.15 + 7.50 + 7.85 + 8.20 + wage percentage of · 6.78. 6.78 6.78 6.78 9-7/2~ Mason - Marble Cu~ars and Sea,ers NEH YORK CITY= Entire 5 Boroughs EXCEPT for pro,acts tha~ fall within a fifty-mile radius of Columbus Circle in New York C~y. HESTCHESTER COUNTY= Entire county HAGES: (per hour) 7/01/0q 1/01/0E 7/01/05 1/01/06 Building: Marble Cut~ers 8 Setters ................... $ ~q. O0 $ 45.10 $ ~6.20 $ ~7.50 OVERTIME: See ( B, O, V ) on OVERT[ME PAGE attached. HOLIDAY: Paid: .... Journeymen receive l/2 days pay for Labor Day. Apprentices 1st ~hnee terms See [ 5, 6, 8, 11, 15 ) on HOLIDAY PAGE, Plus any day ~ollo~ing a Thursday or Sunday Holiday. ~Al~ o~ers See ( 1 ) on HOLIDAY PAGE. Overtime: See ( 5, 6, B, ~1, 15, ) on HOLIDAY PAGE. APPRENTICES= [ 1/2 ] year terms a± ~he following percentage of 5ourneyman~s ls~ 2nd 5rd q~h 5th 6~h 50% 55% 65% 70% 80% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeymen ................ $ 17.00 $ 17.~0 $ 17.80 $ 18.20 Ap~refi~ice ................ 7.25 + 7.60 + 7.95 + 7;95 + wage mercentage of $ 9.75 g.80 9.85 9.BB 9-7/q Mason - MarbZe Rigger NASSAU COUNTY: Entire County MEN YORK CITY: En~[re 5 Boroughs SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY= Entire County HAGES: (per hour) 7/01/0q 1/01/05 7/01/05 1/01/06 Marble-Riggers~ Crane B Derrickman ....... $ 57.15 $ 57.85 $ 58.58 $ 59.25 OVERT[NE=... See ( C, O, V ) on OVERTIME PAGE. HOLIDAY= Paid= ...... 1/2 Day for Labor Day. Overtime=.. See ( ~, 6, 8, il, 15,. 25 ) on OVERTIME PAGE. APPRENTICES: ( 1/2 ) year ±arms a~ the ~olloHing percentage of Journeyman's Hage. ls~ 2nd 5rd qth 5~h 6~h 50% 55% 65% 75% 85% 95% SUPPLEMENTAL BENEFITS: (per hour Horkad) Page 25 Prevaiiing Rate Schedule NeH York S~ate Department of Labor .................................. Case Number .................................. 0502031 SUFFOLK 200q Journeyman ............... $ 17.77 $ 18.12 $ 18.q7, $ 18.82 Apprentice ............ ~..$ 7.60 + 7.95 + 8.'S0 + 8.65 + Hage percentage of $ 10.17 10.17 10,17 10.17 9-7/20 Mason - Paver NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County ~ Shall include but not limited to: fired clay brick pavers, pre-cast con- crete slabs (Zondon Halks), pressed concrete paver$~ cobbie stone, types of fZagging, asphal~ concrete pavers- esphaItzo cement sand and stone aggregate, unit safety surface. HAGES: (per hour) 7/01/200q Journeyman ........................ $ 2~.12 . Apprentice [ one year term ] ...... 20.27 OVERTIME:; .... See [ B, E, Q ) on OVERTIME PAGE. HOLIDAY: Paid: .... ~ .... See ( I ) · on HOLIDAY PAGE. Overtime= ..... See ( 5, 6, "25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (par hour Horked) Journeyman ........................ $ 10.76 AppP .............................. 6.08 9-I'Paver Mason - Pointer/Caulker/Cleaner NASSAU COUNTY: Entire County NEH YORK CITY: Entire E Boroughs SUFFOLK COUNTY: Entire County ' HAGES (per hour) 7/01/0~ Pointer, CIeaner,& Caulker (Mason) ........... $ OVERTIME:... See [ B, H, E2 ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See ( I ) on HOLIDAY PAGE. Overtime:... See ( E, 6 ) on HOLIDAY PAGE. APPRENTICES: ( 1 lst 2nd $16.s0 19.69 ) year terms at the folioHing Hage rates. ~rd q(h 2~.75 31.30 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............. $ 1S.9~ AppP 1st term .......... Appr 2nd term .......... 5.91 Appr 3rd term ......... 6.50 Appr ~th term ......... 6.50 Page 26 Prevailing Rate Schedule HaH York State Department of Labor .................................. Case Number .................................. 05020~1 SUFFOLK 200q 9=iPCC Meson - SGone SeGGers NASSAU COUNTY: EnGire County NEH YORK CITY: EnGire CounGy SUFFOLK COUNTY: EnGirs CounGy HAGES: (per hour) 7/01/0~ Stone Setter ........... $ q2.58 OVERTIME:... See ( C*,E~,Q ) on OVERTIME PAGE. ~ On ~eekdays Ghe eighth (SGh] and ninGh (gGh) hours ere Gime and one-half all Hork thereafGer is reid at double.the hourly rage. *~ The firsG seven (7) hours on SaGurday is reid aG Gime and one-half all ~ork thereafGer is paid at double the hourly rage. HOLIDAY: Paid: ....... See ( 8 25 ) on HOLIDAY PAGE. OverGime:... See (5~ 6 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hour ) Germs at Ghe following percenGage of ~ourneymen's Hege. lsG. Znd. Std. qGh. 5th. 6th. 50Z 60% 70Z 80% 90X 100% Mason - Tile Finisher NASSAU COUNTY: NEH YORK CITY: ORANGE COUNTY: PUTNAM COUNTY: ROCKLAND COUNTY: SUFFOLK COUNTY= HESTCHESTER COUNTY: HAGES= (per hour) SUPPLEMENTAL BENEFITS: (per hour paid) Stone SeGter ............ $ 25.q5 Stone Tender ............ 10.~5 ls~ year apprenGice ..... i5.06 9-1Stn EnGire County EnGire 5 Boroughs EnGire CounGy EnGire County EnGire CounGy Entire CounGy EnGire County 7/01/0~ 12/01/0~ 6/01/05 12/01/05 Building: Tile Finisher ............. $ 52.19 $ ~.29 $ ~5.$9 $ $~.00 OVERTIME: .... See A~ E, ~ ) ON OVERTIME PAGE. HOLIDAY: Paid: ....... See 1 ) on HOLIDAY PAGE. OverGime:... See 5, 6, B, 10, 11, 15, i6 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hour ) terms at Gha foiloHing percentages of ~ourneyman~s let Znd Srd qth wa~-- 6th 7Gh BGh 50Z 55% 65Z 70~ 75Z 85% 90Z 95Z Page 27 Prevailing Ra~e Schedule NeH York State 0epartmen~ of Labor .................................. Case Number .................................. 0502051 SUFFOLK 200q SUPPLEMENTAL BENEFITS~ (per hour Norked) Joucneyman ................ $ i5.35 $ I5.35 $ 16.55 Apprentices ............... $ 7.00 + 7.00 + 7.00 '+. Nage percentage of $ 8.35 8.55 9.q0 16.85 7.50 + 9.35 .9-7/88 Operating Engineer - Building NASSAU COUNTY~ Entire County SUFFOLK C0UNTY= Entire County BUILDING CATEGORIES= CLASS , AA "CRANES~ Crane, Truck Crane, Derrick~ Dragline~ Dredge, CraHier. Crane, ToNer Crane S Pile Dr~var. CLASS 'A'~ Asphalt Spreader· Backhoe CraHler, Boiler~ Boring Hachine~ Cherry Picker (over 50 tons), Concrete Pump~ Gradall, Greder~ Hozst~ Loading Hachine (10 yds. or more). N~lling Machine, Po~er Hinch- Stonebetting/Structural Steel B Truck Hounted. Powerhouse. Road Paver, Scoop-Carryall-Scraper in Tandem, Shovel, Sideboom Tracior, Stone Spreader (self-propelled), Tank Hork~ ToHer Crane Engineer. CLASS '8': Backhoe, Boom Truck, Bulldozer~ Borin9 Hechine/~uger, Cherry Picker (unde~ 50 Tons)~ Conveyor-M'ult~. Dinkey Locomotive, Fork Lifi. Hoist (2 Drum), Loading Hechine & Front Loader~ Mulch Machine (Machine Fed)~ Po~er Hinches (Not Included zn Trenching Hachine· Vermeer Cutter~ Hork Boat. CLASS 'C': Curb Hachine¢ Ha£ntenanca Engineer (Small E~uip. 8 Hell Point), Field Mechanzc~ Milling Hachzne (S~all)~ Pulvi Hixer, Pumps Roller (dirt)~ RidRe Cutter, Vac-All, Shotblaster, Striping' Hachine, Interior noist~ Concrete Finish Machine, Concrete Spreader, Conveyer~ Curing Machine, Hoist (one drum). CLASS 'O'= Cencre~e Breaker~ Concrete SaH/Cutte~, FoffE Behind (poHer operated), Generator, Hydra Hammer, Compactors (mechen[caI or hand operated)~ Pin PulIer· PortabIe Hee~ers· Po~er Booms· PoHer Buggies, Pump (double action diaphragm). CLASS 'E': Batching Plan~· Generator~ Grinder, Mixer, Hutching Machine, 0ilar, Pump (gypsum)~ Pump (single action diaphragm), Stump Chipper, Trac~ Tamper~ Tractor [caterpillar or Hheel), Vibrator~ Deckhand on Horkboa~. ' HAGES~ (per hour) 7-01-04 Class 'AA' ............... $ qS.06 Cranes~ Boom len~thn ove~ 100 feet add " 150 " . " " " 250 " " ' " " 350 ' " Class "A" ............... $ 39.72~ ~Add $3.50 for Hazardous Has~a Hork Class 'B' ................ $ 37.67~ ~Add $2.50 for Hazardous Haste Hork Class "C" ................ $ 36.32~ 1.00 per hour 1.50. " ' 2. O0 . 3. O0 " Page 28 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0502031 SUFFOLK 200q MAdd $1.50 for Hazardous Waste Work Class "O" ................ $ 33.58 Cless "E" ................ 32.20 OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE. HOLIDAYS= Paid: ........ See ( 5, 6, 8, 9, 15, 25 ) on HOLIDAY PAGE. "NOTE": Employee must be employed day before and day ef~er e holiday to receive holiday pay. Overtime: .... See ( 5, 6, 8, g, 15, 25 ) on OVERTIME PAGE. APPRENTICE ( 1 ) year terms at the following rates~ let yr ................... $ 19.90 2nd yr ................... 20.70 3rd yr ................... 21.3~ SUPPLEMENTAL BENEFITS: (per hour worked) ALL CLASSES.· ............. $ 23.79 Note: OVERTIME AMOUNT ..... 20.60 APPRENTICES .............. $ 15.lq Note: OVERTIME-AMOUNT ..... 5.60 q-138 Operating Engineer ~ Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County HEAVY/HIGHWAY CATEGORIES~ CLASS "AA" CRANES: Crane, Truck Crane, Derrick, Dragline~ Dredge, Crawler C~ane~ Tower Crane, Pile Dr~ver. CLASS "A": Asphalt Spreader. Backhoe CraHler, Boiler Cherrypicker (over 50 tons), Concrete Pump,'Gred~rl Gradeil~ Hoist Loading Machine 10 yds. or more)~ M~lzing Mechzne, Power Winch-Stone Setting/Structural Steel or Truck Noun~ed, Powerhouse~ Road Paver, Scoop-Carryell-Scepar in Tandem, Shovel, Sideboom Tractor, Stone S~reader (self pro~elled), Tank Work, Track Alignment Machine. CLASS "B": Backhoe, Boom Truck, Bulldozer, Boring Machine/Auger. Cherry Picker (under BO ions), Conveyor-Multz. Dinky Locomotive, Fork Lift. Hoist (2 drum), Loading Machine 8 Front Loader~ Mulch Machine (machine fed)~ Power Winches (all others not included 'in CLASS A), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall, Scaper, Maintenance Men' on Tower Crane, Trenching Machzne, Vermeer Cutter, Note Boat. CLASS "C": Curb Machine~ Maintenance Engineer (Small Eauip. 8 Hell Point), Field Mechanzc, Milling Machzne (Smell), Pulvi-Mixer, Pumps, Roller (Dirt), Vec-All, Welding/Burning. Compressor (Structural Steel & 2 or more Batteries), Concrete Finish Machine~ Concrete Spreader. Conveyor, Curing Machine. Fireman. Hoist (One Drum), Ridge. Cutter~ S~riping Machine, Welding'Machine (Structural Steel S Pile Hork). CLASS "O': Compressor (Pile,Crane.Stone Setting)~ Concrete Saw Cutter/ Breaker, Work Lift (Walk Behind. Power Operated), Generator (Pile Work),Hydre Hammer, Hand Operated Compactor, Pin Puller, .] Page 29 Prevailing Rate Schedule NeH York State Department o~ Labor 0502031 SUFFOLK 2004 Portable Heater, Powered Broom/Buggy/Grinder, Pump (Single Action-1 to 3 Inches/Gypsum/Double Action Diaphragm), Hand Trenching Nachine, Helding Hachine. CLASS "E": Batching Plant, Generator, Grinder, Mixar~ Hulching Machine, Oiler, Pump (Centrifugal up to 3 In.). Root Cutter/ Stump Chipper, Oiler on Tower Crane, Track Tamper, Tractor, Vibrator, Deckhand on flork Boat.. · HAGES (per hour) 7-01-04 Class "AA"... $ Cranes: Boom'£GGG~G'G~G~ 100 +act add $ 'l.O0 p~r Ih ~ u~ """ 150 " " $ 1.50 " " ' 250 " " $ 2.00 " " " " 350 " " $ 3.00 ' Class "A" ................ ~Add $3.30 ~or Hazardous Haste Hork. Class "B" ................ $ ~Add ~2.$0 ~or Hazardous Haste Hork. Class "C" ................ $ $6.72~ ~Add.$1.50 ~or Hazardous Haste Hork Class "D" ................ $ Class "E" ................ 32.62 "NOTE"~ PREHIUN PAY 20Z on etraight time hours ~or NEH YORK STATE- D.O.T. and other GOVERNNENTAL HANDATED o~-shi~t OVERTIHE PAY: See '( D, 0 ) on OVERTINE PAGE. HOLIDAY: Paid: ........ See ( S~ 6~ 8~ ~ l~ 25 ) o~ HOLIDAY PAG~E. - NOTE": Employee must be employed day before and day a~ter a holiday ~o receive holsda¥ pay. . Overtime: .... See ( 3, 6, 8, 9~ 13~ 25 ) on OVERTINE PAGE. APPRENTICE ( 1 ) year terms at the ~ollo~ing 2nd yr .............. . .... 20.70 Srd yr .................. 21.35 SUPPLENENTAL BENEFITS= (per hour ~orkad) ALL CLASSES ............. $ 23.79 Note: OVERTIHE AHDUNT... .20.60 APPRENTICES ............. $ Note: OVERTIHE ANOUNT... 5.60 q-138 Operating Engineer - Harine Construction ALBANY COUNT?~ Entire County ONEIDA COUNTY: ALLEGANY COUNTY: Entire County ONONDAGA COUNTY: Entire County BEOOHE COUNTY~ Entire County ONTARIO COUNTY~ Entire County CATTARAUGUS COUNTY: Entire County ORANGE COUNTY: Entire County CAYUGA COUNTY: Entire County ORLEAN3 COUNTY: Entire County CHAUTAUQUA COUNTY: Entire County DSHEGO COUNTY: Entire County Page 50 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number ......... ' ......................... 0502051 SUFFOLK 2004 CHEMUNG COUNTY: Entire Count CHENANGO COUNTY: Entire Count CLINTON COUNTY: Entire Count COLUMBIA COUNTY: Entire Count CORTLAND· COUNTY: Entire Count DELAHARE COUNTY: Entire Count DUTCHESS COUNTY: Entire Count ERIE COUNTY: Entire Count ESSEX COUNTY: Entire Count FRANKLIN COUNTY: Entire Couni FULTON COUNTY: Entire Count GENESEE COUNTY: Entire Count GREENE COUNTY= Entire Count HAMILTON COUNTY: Entire Count HERKIMER COUNTY: Entire Count JEFFERSON COUNTY: Entire Count LEHIS COUNTY: Entire Count LIVINGSTON COUNTY: Entire Count MADISON COUNTY: Entire Count MONROE COUNTY: Entire Count MONTOMERY COUNTY: Eh*ire Couni NASSAU COUNTY: Entire Count NEH YORK CITY: Entire County NIAGARA COUNTY: Entire County HAGES: (per hour) DIPPER 8 CLAMSHELL DREDGES CLASS A: 'OTSEGO COUNTY: Entire County PUTNAM COUNTY: Entire County RENSSELAER COUNTY: Entire County ROCKLAND COUNTY: Entire County · SARATOGA COUNTY: Eh%ire 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 CounAy TIOGA COUNTY: Entire County TOMPKINS COUflTY: Entire County ULSTER COUNTY: Entire CounAy ~ARREN COUNTY: ~n~ire County ASHINGTON COUNTY: Entire County HAYNE COUNTY: Entire County HESTCHESTER COUNTY: Entire CaunAy HYOMING COUNTY: Entire County YATES COUNTY: Entire County 7-01-04 Operator ......................... $ 28.07 CLASS B: O~era~or Ii ..................... $ 25.04 Engineer ........................ 24.72 Boat Naster .................... 25.24 CLASS C: Maintenance Eng ................. $ 25.59 Mate ................. - .... ~...-.., 21.99 Drag Barge Opera~or ............ 21.99 Helaer .......................... 25.22 Boa~ Cap~ ....................... 22.15 Chief o~ Par~y .................. 21.99 CLASS D: Oiler ........................... $ 18.59 Scowman ......................... 17.88 Rodman .......................... 17.88 Tug Deckhand .................... 18.15 Deckhand ........................ 18.15 7-01~04 HYDRAULIC DREDGES CLASS A: Leverman ........................ $ 27.56 CLASS B: Leverman II .................... $ 25.04 Engineer ........................ 24.17 Derrick Operator ........ 2q,17 Chief Ma*e ...................... 2~.82 Chie~ Helder .................... 24.48 Electriclan ..................... 25.45 Fill PlaceF ..................... 25.82 Asst. F~ll Placer ................ 21.80 t Page 31 Prevailing Ra~e Schedule New York .S~a~e Depar~men~ of Labor .................................. Case Number .................... T ............. 0502031 SUFFOLK 200q ' Boa~ mas*er ..................... 23.23 CLASS C: Mein*enance Eng ................. $ 25.59 Me*e ............................ 21o99 Drag Barge Opera,or.,.. .......... 21.99 Melter Dredge .................. 23.2! Spider Barge Opera~or ......... Boa~ Cap~ ...................... Chief of Par~y ................. CLASS D: Oiler ........................... $ 18.59 Shoreman ........................ 17.90 Rodman .......................... 17.90 Deckhand ........................ 17.90 Tug Deckhand .................... 18.13 OVERTIME: See ( B, F, R ) on OVERTIME PAGE. HOLIDAY: Paid: See ( 5, 6, 8, 15, 26 ) on HOLIDAY PAGE. Overtime: See (5~ 6~ 8~ 15, 26 ) on OVERTZME PAGE.. SUPPLEMENTAL BENEFI. TS:.(per.hour worked) "The following SUPPLEMENTAL BENEFITS apply ~o ALL categories" 7-01-04 All Class A & B ............... $ 6.q5 plus 7Z of (overtime hours add) ............ $ l:25 All Class C .................... $ 5.85 plus 7% o~ wa~a (over~me hours add) ............ $ O. 5 All Class D ................... $ 5.25 plus 7% . o~ wage (over~£me hours add) .... $ 0.~5 ~-25a Operating Engineer - Survey Crew - Building NASSAU COUNT¥~ Entire County NEH YORK CITY: Entire 5 Boroughs . SUFFOLK COUNTY: Entire County HAGES: (per hour) 7/01/0q 7/01/05 Survey Re,es-Building: Par~y Chief .............. $'45.1~ $ 2.71 per hour increase Ins~rumen~ Man ........... 50.87 2.52 per hour increase Eodman ................... 21,16 ~.85 per hour increase Page 52 Prevailing Ra~e Schedule New York S~a~e Department of Labor .................................. Case Number .................................. 05020~1 SUFFOLK 200q OVERTIME: .... See ( A, Ex, Q, V ) ON OVERTIME PAGE. ~Doubletime paid on ~he 8~h hour on Saturday. HOLIDAYS: Paid: ....... See S, 6, B, ll, 1Z, 15, 25 ) on HOLIDAY PAGE. Overtime:.., See5' 6' 8' 11, 12, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman .............. $ 17.ZO 9-15Db Operating Enoineer - Survey Cre~ - Heavy Highway DUTCHESS COUNTY: Entire County NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs PUTNAM.COUNTY: Entire County SUFFOLK COUNTY: Entire Coun~ HESTCHESTER COUNTY: Entire County HAGES: (per hour) 7/O1/Oq 7/01/05 Survey Ra~es-Heavy/HighNay: Par~y Chief ................ $ q6.15 Ins~rumen~ Man ............. Sq.19 Rodman ..................... 29.85 OVERTIME:... See ( B, Ex, Q. V ) ON OVERTIME PAGE. NDouble~ime paid on ~ha 9~h hour on Saturday. HOLIDAY: Paid: ..... See ( 5, 6, 7, ll, 1Z ) on HOLIDAY PAGE. Overtime:. See (5; 6; 7; II, 12 ) on HOLIDAY PAGE SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman .................. $ 17.20 $.11 per hour increase 2.52 per hour increase ~.5l per hour increase 9-1BDh Opera~ing Engineer - Well Driller NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County HAGES: (per hour) 7-Ol-Oq- B-Ol-Oq- 7-51-0q 6-~0-05 Well Driller: ............ $ 25.65 $ 26.66 Hell Driller Assiss~an~:. 22.66 25.57 OVERTIME PAY: See ( B, E, G, P ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See. C 5, 6, 16, 25 ) on HOLIDAY PAGE. Overtime: .... See (5~ 6; 16, 25 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) HelI Driller: ........... $ li,5! Hell Driller Assistant:. 11,21 Hazardous Has~e Oifferentlal $ 11.61 11.50 "PLEASE NOTE" For All Over~ime Hours Add $ 2.50/hr °1 Page Prevailing Rate Schedule New Yo~k State Department o4 Labor .................................. Case Number .................................. 0502031 SUFFOLK 200~ gavel A ................. $ 5.00 p~P hr over rata Level B ................. 2.00 Level C ................. Operating Engineer -Tranchless Pipeline Rehabilitation ALBANY COUNT?: - Entire Count ONEIDA COUNTY: Entire Count Entire Count ALLEGANY COUNTY: BROONE COUNTY: CATTARAUGUS COUNTY: Entire Count CAYUGA COUNTY: Entire Count CHAUTAUQUA COUNTY: Entire Count CHEMUNG COUNTY.' En~ire Count CHENANGO COUNTY= Entire Count CLINTON COUNTY: Entire Count COLUNBIA'COUNTY: Entire Count CORTLAND COUNTY: Entire Count DELAHARE COUNTY: Entire Count DUTCHESS COUNTY~ Entire Count ERIE COUNTY: Entire Count ESSEX COUNTY: Entire Count FRANKLIN COUNTY: Entire Count FULTON COUNTY: Entire Count GENESEE COUNTY: Entire Count GREENE COUNTY: Engine Count HAMILTON COUNTY= Entire Coun~ HERKIMER COUNTY= Entire Coun~ JEFFERSON COUNTY: Entire Count LEHIS COUNT.Y: Entire Coun~ LIVINGSTON COUNTY: Entire Coun4 MADISON COUNTY= Entire Count MONROE COUNTY= Entire Coun~ NONTOMERY COUNTY: Entire Count NASSAU COUNTY= Entire Count NEHYORK CITY: Entire Count Count NIAGARA COUNTY= Entire Entire Coun~ ONONDAGA COUNTY= Entire Coun~ ONTARIO COUNTY: Entire Coun~ ORANGE COUNTY: Entire Coun~ ORLEANS COUNTY: Entire Count ~SHEGO COUNTY: Entire Coun~ TSEGO COUNTY: Entire Count PUTNAM COUNTY: Entire Count RENSSELAER COUNTY:. Entire Coun~ ROCKLAND COUNTY: Entire Coun~ SARATOGA COUNTY: Entire Coun9 SCHENECTADY COUNTY= Entire Count SCHOHARIE COUNTY: Entire Count SCHUYLER COUNTY= Entire Count SENECA COUNTYi Entire Count STEUBEN COUNTY: Entire Ccun~ ST. LAHRENCE COUNTY= Entire Count SUFFOLK COUNTY: Entire Count SULLIVAN COUNTY~ Entire Count TIOGA COUNTY= · Entire'Count TOMPKINS COUNTY: Entire Count ULSTER COUNTY: Entire Count HARREN COUNTY= Entire Count NASHINGTON COUNTY= 'Entire Count HAYNE COUNTY: Entire Count HESTCHESTER COUNTY: Entire Count HYONING COUNTY= Entire County YATES C~U~TY: Entire County On Contracts ~or Inspection Only: These rates Do Not APPLY. IMPORTANT NOTE: Rates ap~ly to pipeline repair utilizing a Cured-In-Place Pipe (CIPP) linin~ system. For ail other pipeline repair work~ the traditional classification and corresponding wage rates apply. OPE.RATING ENGINEER - Tnenchless Pipeline Rehabilitation 7-01-0~ Lead Tec TV Crew ............. $ $5.51 Hat Out Tec .................. $ 5q.20 Technician ................... $ 52.89 Boiler. Operator .............. Yard rate .................... $ 28.96 Yard Mechanic ................ Page $~ Prevailing EaSe Schedule NeH York S~a~e Depar~men± of Labor .................................. Case Number .................................. 050203t SUPFOkK 200~ NOTE: PREMIUM PAY 20% on s~raigh~ ~ime hours for NEH YORK STATE D.O.T. and o~her GOVERNMENTAL MANDATED off-shif~ work. OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See ( B/ 6, 8, 9, i5, 25 ) on HOLIDAY PAGE.~ ~ mus~ work day before 8 day after or receive 2 .hfs per intermittent day Overtime: .... See ( 5~ 6, 8, 9, 15, 25 ) on OVERTIME PAGE.~ APPRENTICE ( 1 ) year Germs at the following rates; ls~ yr .................... $ 19,01 '2nd'yr .................... 19.78 3rd yr .................... 20.39 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ............... $ 25.29 No~e: OVERTIME Journeyman. 20.60 Apprentice ............... lq.6fi No~e: OVERTIHE Apprentice 5.60 ~-138 Paintar-Bridge/Struc~ure[ S~ael NASSAU COUNTY= Entire County SUFFOLK COUNTY: Entire C°un~Y-Ol-Oq-7 HAGES: (par hour) lO-01-Oq 9-30-0~ ~Bridge .................. $ q0.25 $ q2.00 Structural S~eel ........... 40.25 42.00 Power Tool/ink Compressor.. q6.25 q8.00 ~For Bridge Painting Contracts, ALL HORKERS on and off ~he b~idge (including Flagman) are to be paid Painter's Ra~e; the contrac~ mus~ be ONLY for Brzdge Painting. OVERTIME PAY~ See (A,O,) on OVERTIME PAGE. HOLIDAY: Paid: See ( I ) on HOLIDAY PAGE. Overtime: See ( 5,6 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following rates. ls~ 2nd 5rd Bridge ....... ~0% 60% 80% S~eel ........ 40% 60% 80% Tool ......... 40% 60% 80% SUPPLEMENTAL BENEFITS: (per hour worked) Appr ls~ year ........ Appr Znd year ........ Appr 3rd year ........ 48%+ $ q.50/hr $ 5.O0/hr 68%/hr q8%/hr 48%+ 48%+ $ ~.50/hr 5,00/hr 48%+ ~8%+ °i Page $5 Prevailing Rate Schedule NeH York S~ate Department of Labor .................................. Case Number .................................. 0502031 SUFFOLK 200~ $ ~.50/hr 5.00/hr qoDC9/NS Painter - Brush/Spray NASSAU COUNTY: 'Entire County NEH YORK CITY: Entire 5 Boroughs PUTNAM COUNTY: Entire County SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County HAGES= (per hour) 7/01/Oq Brush ..................... $ 52.25 Spray 8 Scaffold .......... 35.25 Fire Escape ............. 35.25 Decorator .................. 35.25 Paperhanger ............... 3~.~5 '. OVERTIME= .... See ( A, H ) on OVERTIHE PAGE HOLIDAY: Paid: ........ See ( 1 · Overtime: .... See ( 5, ) on HOLIDAY PAGE 6, 16, 25 ) on HOLIDAY PAGE APPRENTICES: percentage of ~ourneyman~s Hage. 1st 2nd 3rd 7/01/0q ...... $ 11.30 16.13 19.$5 sUPPLEHENTAL BENEFITS: ( per hour Horked ) Paperhanger ......... '' ''$'':''$ 20.78 All others ........ 16.67 ~ndentured after 5/31/93 ( i ) yea'r terms at ~he folloHing 25.80 9-NYDC9 Painter - DryHa11 Taper NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County HAGES= (per hour) 7/01/0~ Dry,al! Taper ............. $ 32.2E OVERTIME:... Sea ( At H ) on OVERTIME PAGE HOLIDAY= Paid~ ...... See ~ 1 ) on HOLXDAY PAGE Overtime:.. See ( ~ 5~ 6, 25 ) on HOLIDAY PAGE APPRENTICES= Indentured after 5/31/93 ( 1 ) year terms a~ the ~olio~ing percentage of ~ourneyman~s Hage. 1st 2nd ' 3r~ qth $11.30 15.13 19.35 25.80 Apprentices ~ 1st Year ................ $ 5.90 2nd Year ................ 8.51 Srd Year ................ 10.98 ~th Year ............. 15.q5 Page ~6 Prevailing Rate Schedule Ne~ York State Department of Labor .................................. Case Number .................................. 0502031 SUFFOLK 200q SUPPLEMENTAL BENEFITS: ( per hour ~orked ) Journeyman ............... $ 16.67 Apprentices= lit Year ................. $ 5.90 2nd Year ................. B.5! 3rd Year ................. 10.98 q~h Year ................. 15.q5 9-NYDCT9 Pain,ar - High~ey Striping ALBANY COUNTY= En~ire 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 Coun±y Entire County SCHOHARIE COUNTY: SUFFOLK COUNTY: Entire Coun*y SULLIVAN COUNTY: Entire County ULSTER COUNTY: Entire County HARREN COUNTY: Entire County NASNINGTON COUNTY: Entire County NESTCHESTER COUNTY: Entire County HAGES: (per hour) Pain~en [S~riping-HighHay): 7/O1/Oq 6/01/05 S~riping-Machine Opera,or ........... $ 25.06 $ Z$.6q Linerman Thermoplastic .............. 27.79 28.q9 OVERTIME: .... See B, E, P, S ) on OVERTIME PAGE. HOLIDAY= Paid: ........ See ~ ~; ss, 12, I5, I6, I7, 20 )ON HOLIDAY PAGE. Overtime: .... See ~ 11, 12, 15, 16, 17, 20, 21, 22 ) ON HOLIDAY PAGE. APPRENTICES= (1) year terms a~ the folloHing wage- 1st ~erm $ 15.89 $ lq.2q 2nd ~erm 16.67 17.09 3~h ~erm 19.q5 19,9q q~h term 20.8q 21,36 SUPPLEMENTAL BENEFITS: [per hour paid) $ 6.$8 + $ 7.lq + 7Z of ~age 9-8a/ZSa (230) Pe~e ~7 Prevai2i~g Rate Schedule . New York State Department of Labor .................................. Case Number .................................. 0502031 · SUFFOLK 2004 Painter - Metal Polisher ALBANY COUNTY: Entire Count ONEIDA COUNTY= Entire County ALLEGANY COUNTY: Entire Count ONONDAGA COUNTY= Entire County BROOME COUNTY: Entire Count ONTARIO COUNTY: Entire. County CATTARAUGUS COUNTY: Entire Coun~ ORANGE COUNTY: Entire County · CAYUGA COUNTY: Entire Count ORLEANS COUNTY= Entire County CHAUTAUQUA COUNTY: Entire Count OSHEGO COUNTY': Entire County CHEMUNG COUNTY: Entire Count OTSEGO COUNTY: Entire County CHENANGO COUNTY: Entire Coun~ PUTNAM COUNTY: Entire County CgINTON COUNTY: Entire Coun~ RENSSELAER COUNTY: Entire County COLUMBIA COUNTY: Entire Coun* ROCKLAND COUNTY= . Entire County. CORTLAND COUNTY= Entire Coun~ ·SARATOGA COUNTY: Entire County DELAHARE COUNTY: Entire Court* SCHENECTADY COUNTY= Entire County DUTCHESS COUNTY= Entire Coun~ SCHOHARIE COUNTY: Entire County ERIE COUNTY: Entire Court* SCHUYLER COUNTY: Entire County ESSEX COUNTY: Entire Coun~ SENECA COUNTY= Entire County FRANKLIN COUNTY: Entire Coun~ STEUBEN COUNTY: Entire County FULTON COUNTY: Entire Coun~ ST. LAHRENCE COUNTY: Entire County GENESEE COUNTy: Entire Coun~ SUFFOLK COUNTY: Entire County GREENE COUNTY. . Entire Coun* SULLIVAN COUNTY: Entire County HAMILTON COUNTY. Entire Coun~ TIOGA COUNTY: Entire County HERKIHER'COUNTY: Entire Coun~ TOMPKINS COUNTY= Entire Coun*y JEFFERSON COUNTY: Entire Coun~ ULSTER COUNTY: Entire County LEHIS COUNTY: Entire Coun~ HARREN COUNTY: Entire County LIVINGSTON COUNTY: Entire Coun~ HASHINGTON COUNTY: Entire County MADISON COUNTY: Entire Count HAYNE COUNTY: Entire County MONROE COUNTY: Entire Count HESTCHESTER COUNTY: Entire County MONTGOMERY COUNTY: Entire Count WYOMING COUNTY: Entire County NASSAU COUNTY: Entire Coun~ YATES COUNTY: Entire County NEH YORK CITY: Entire 5 BDt ughs NIAGARA COUNTY: Entire County WAGES: [per hour) 7/01/04 Metal Polisher ........ $ 21.98 .. All workers she[[ be paid a premiut~ in en amount equal to twenty ( 20Z ) per cent of their basic straight time rate of pay for eli time worked on hanging sca~oIds and on 'standing scaffolds'while working more then 28 feet o~ ~he ground~ such premium ~o 6e paid on top of their s~raight time or overtime, whichever is applicable.. OVERT[ME: .... See ( B, E, Q ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See (5,6,~,11,15,16,25) on HOLIDAY PAGE. Over%ime:... See (5,6,~,11,15,16,2S) on HOLIDAY PAGE APPRENTICES: 55Z of Basic Polisher Rate (~) SUPPLEMENTAL BENEFITS: (Z of Totai Hages) Journeyme~ ~ Apprentice - 5SZ o~ Heges ~ - 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 Prevailing Rate Schedule New York S~ate Department of Labor .................................. Casa Number .................................. 0502051 SUFFOLK 2004 OVERTIME: .... Sea B, E, EZ, Q ) on OVERTIME PAGE. HOLIDAY: Paid: ........ Sea i )'on HOLIDAY PAGE Overtime: ..... See B, 6, 8, 11, 13, 25, 26 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at ~he following wage ra~es. First year: ls~ 6 mon*hs 2nd 6 months 40% Second year= [st 6 months 2nd 6 months 55% 60% Third year: 1st 6 months 2nd 6 months 70% 75% SUPPLEMENTAL BENEFITS: ( per hour worked ) Journeyman .................. $ 17.51 $ 17.51 Appr. 1st ~erm .............. 8.05 8.05 Appr. 2nd term .............. 8.86 8.86 AppP. 3rd ~erm .............. 10.49 10.49 Appr. 4~h term ..... ......... ii.SO 11.30 Appr. 5~h term .............. 12.96 12,96 Appr. 6~h ~erm ............. '. 13.79 13.79 9-530 $ 18.30 Plumber NASSAU COUNTY: Entire County SUFEOLK COUNTY: Entire County WAGES: (per hour) 7-Ol-Oq- 11-01-04- 5-01-05 10-01-04 4-30-05 Plumber ......... $ qO.19 $ 41.q4 OVERTIME PAY: See ( A, 0 ) on OVERTIME PAGE. HOLIDAY: Paid: ....... See ( 1 ) on HOLIDAY PAGE. Overtime: .... See ( 5, 6, 15, 25 ) On HOLIDAY PAGE. $ 41.56 APPRENTICES: ( 1 ) year terms at the following rates. ls~ year ...... $ 15.46 $ 15.96 $ 16.06 2nd year ...... 19.88 20.BO 20.69 5rd year ...... 26.17 26.98 27.16 4~h year ...... 28.12 29.00 29.16 5~h year ...... 30.07 31.01 31.12 SUPPLEMENTAL BENEFITS: (per hour worked~) Journeyman $ 21,15 21.15 22.05 AppP 1st ~erm 12.20 12.20 12.55 AppP 2nd ~erm lq. O0 14.00 14.38 Appr 3rd term 14.65 14.63 15.08 Appr qth %arm 14.95 '14.95 16.25 Appr 5~h ~erm 16.33 16.35 17.06 (~Sunday and Holiday Benefits paid at Double Time rate.) PUMP 8 TANK WORK Page ~9 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 05020~1 SUFFOLK 200~ HAGES [per hour) Journeyman ......... $ Overtime: ( B, E, Q ) on Overtime Page. ' Holidays= Paid ( 1 ) ' Overtime ( 5, 6, 9~ lO, 16 ) on Holiday Page. App: 1st yr ....... $ 12.22 App: 5rd yr ....... 18.95 · · ~pp.: qth yr ....... 22.21 mechanic: ......... 27.57 Serviceman: ....... 18.95 Supplemental Benefits (per hour worked) Journeyman ........ $ 15.61 App. [s~ yr ....... App. 2nd yr ....... 7.97 App. Srd yr ....... 9.38 App. ~h y~ ....... 10.8~ Hechanic ...... 12 56 Serviceman: ....... 9.38 ~-200 Roofer NASSAU COUNTY~ Entire County SUFFOLK COUNTY:. Entire County HAGES: (per hour) 9~30-0q Roofer/NetePproofer .............. $ 30.75 $ 2.257hr OVERT~HE PAY - Ne~ Roof: See [ B,E,Q ) on OVERTIHE PAGE. OVERTIME PAY Re-roof= See.( B,E~E2,Q ) on OVERTIME PAGE. _ . HOLIDAY: Paid~ ........ See ( ! ) on NOL[DAY PAGE. OveP~ime: ..... Sea ( 5,6,15,16,25 ) on HOLIDAY PAGE. APPRENTICES= ( i ) year ~erms at the following percentage of ~ourneymanms wage. Is~ 2nd 3rd 40% 50% 70% 80% SUPPLENENTAL BENEF[TS: (par hour worked) Journeyman '$ 21.0q Apprentices: 15t 2.00 2nd 6.00 Srd 11.82 ~th 16..71 Shee~metal Horker NASSAU COUNTY: Entire County NEH YORK C~TY: Entire E Boroughs SUFFOLK COUNTY: Entire County HAGES: (par hour) 7- 01'- 0~- 7~29-0q- 7-28-0q 1-31-05 Sheetmeta! Norker ........... $ 39.15 Additional $ 2.00/hr 2-01-05- 6-30-05 Additional $ 2.00/hr Page qO Prevailing Rate Schedule New York Sta~e Oepartmen± of Labor .................................. Case Number .................................. 05020~1 SUFFOLK 200q For Temporary Operation or . Maintenance of Fans: ......... 80% of Sheetmetal Rate OVERTIME PAY: See ( C, 0,) on OVERTIME PAGE ( O~ 0,) on Fan Maintenance HOLIDAYS: Paid: ........ See ( 1 ) on HOLIDAY PAGE. Overtime, .... See ( 5, 6, 11, 15, 16, 25, 26 ) on holiday page. APPRENTICES: ( 1/2 )year terms at the following percenA of journeymen ra~e 1st 2nd 5rd qth Sth 6th 7th 8th 30% $5X qO% q5% 50% 55% 60% 70% SUPPLEMENTAL BENEFITS= (per hour worked) [per overtime hour Horked) Journeyman $ 2q.16 $ q0.62 Appr 1st ~erm 9.q6 15.ql Appr 2nd ~erm 10.63 17.q5 Appr Srd ~erm 11.7~ 19.37 Appr qth ~erm 12.91 Zl.ql Appr 5th term lq. O1 23.31 Appr 6th ~erm 15.01 25.02 Appr 7th term 16,51 27.72 Appr 8±h term 19.38 32,86 q-28 Sheetmetal Horker - Sign Erector NASSAU COUNTY: Entire County NEH YORK CITY: Entire 5 Boroughs ROCKLAND COUNTY: Entire County SUFFOLK COUNTY: Entire County HESTCHESTER COUNTY: Entire County HAGES: (per hour) 7/O1/Oq Sign Erector ................ $ 35.90 ~NOTE: Overhead highway signs and s~ruc~urally supported signs (See Iron Morker Classification) OVERTIME: .... See A, H ) on OVERTIME PAGE. HOLIDAY: Overtime: .... See ( 10, 11, 12, 16 ) on HOLIDAY PAGE. 10, 11, 12, 16 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at ~he following percentage of 5ourneyman~s 1st 2nd 3rd q~h 5th 6th 7±h 8th 9th loth S5% qOZ q5% 50% 55Z 60% 65% 70% 75% 80% Page Prevailing Rate Schedule Ne~ York S~ate Department of Labor .......... ~ ....................... Case Number .................................. 0502051 · SUFFOLK 2004 SUPPLEMENTAL BENEFITS: Jounneyman ..' ............. $ 22.45 App ls~ term .............. 5,22 Apr 2nd ~erm ............. 5,BB App 5nd term ............. 6,54 Apr 4*h term ............. 7,21 App 5th term ......... · ....9,B7 Apr 6~h *arm ............. 10.54 Apr 7th term ............. 15.19 Apr Bth term ............. Apr 9th term ............. 16.SZ Apr lOth ~erm ............ 17.18 9-157 S~eamfit~er - Refrigeration. NASSAU COUNTY: Entire County NEN YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES: (per hour) 7/01/04 Steamfi*ten ...... . ......... $ 29,50 Refrigeration, A/C, Oil Burner and Stoker Service and Installations, limited on Refrigeration to combined compressors up to five (5) horsepower, and on A/C Heating and Air Cooling to combined compressors up to.ten (10) · OVERTIME: .... See ( B, E, Q~/ S~ ) on OVERTIME PAGE. HOLIDAY: Paid: ........ See ( 2, 6, 9, iD, Il, 15, 17, 26,Memorial Day) on HOLIDAY PAGE. Overtime: .... ~ ( 2. 6, 9, 15, 17 ) ' : ~ ( 10, 11, 26~ Memorial Day ) SUPPLEMENTAL BENEFITS: (per hour ~orked) Journeyman ................ $ 7.71 9-658B Steamfit*er - Sprinklerfi*ter ....................................... NASSAU COUNTY: En~ire County NEH YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County HAGES: (per hour) 7/01/04 S~eam Fitters.. ' ......... ...$ 40.82 Sprinkler Fitiar~ ............. 40.82 For Honk on Temporary Heat~ & Air Conditioning ........... $ 51.02 12/29/04 a~dit, $2.25 per hr. addit, $2,25/hr. Page 42 Prevailing Rate Schedule NaM York SAe~e Oepar~ment of Labor ........... ~ ...................... Case Number .................................. 0502031 SUFFOLK 200~ OVERTIME: .... See ( C~, D~, O, V ) on OVERTIHE PAGE. ~ Applicable ~o HVAC and mechanical con,recta Mith a dollar value not to exceed Seven Million Five Hundred Thousand Dollars ( ~7,500~000.00 ) and to fire protection/sprinkler con~rac~s ~ith a dollar value not to exceed Seven Hundred Fifty Thousand Dollars ( 4?50,000.00 ). Hours of labor shall be eight hours ( B ) per day. ~O~DAY: eso: ....... Sea ( 1 ) on HOLIDAY PAGE. Ovar~ima:... Sea { 5, 6, 11, 15, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms aA the rationing Percentage of Journeyman's ~ageis~. 2nd. Std. fith. 5th. 50% 65% 80% SUPPLENENTAL BENEFITS: (per hour paid) Journeyman ................. $ Z9,50 + .32 Der hour Horked For Hark on Temporary ...... $ 2~.~4 Hea* 8 Air conditioning + .32 per hour Harked ApprenAices ............... term percentage of $ 29.50 plus .32 Der hour Harked 9-65BA Survey Cram Consulting DUTCHESS COUNTY: Only ~he portion south of ~he north city line in Poughkeepsie. NASSAU COUNTY: En~zre county NEH YORK CITY: Entire 5 boroughs · PUTNAM COUNTY: Entire county SUFFOLK COUNTY: Entire county NESTCHESTER COUNTY: Entire county Feasibility and preiiminary design surveying~ iine and grade surveying ~or inspection or supervision of construcAion N~en performe8 under a Consulting Engineer agreement. HAGES: (per hour) 7/O1/Oq 7/01/05 Survey Ra~es: Party Chief ............... $ Z8.75 $ 1.07 Der hour increase Instrument Man ............ 2q,ll 0.90 " Rodman .................... 21.~6 0.79 OVERTIHE: .... See ( B. E~, Q~ V ) ON OVERTIME PAGE. ~Ooubletime Dasd on ~he 9~h hour on Saturday. HOLIDAY= Paid, ....... See ( 5, 6, 7, ~l, ~6 ) on HOLIDAY PAGE. Overtime:.. See (5; 6' 7' 11, 16 ) on HOLIDAY PAGE. SUPPLEHENTAL BENEFITS: (pen houn paid) Journeyman ................ $ 11.70 9-15dconsult -) Page 43 Prevailing Rate Schedule Ne~ York State Department of Labor .................................. Case Number .................................. 0502031 SUFFOLK . 2004 Teamster - Building 8 Heavy Highway NASSAU COUNTY: Entire County SUFFOLK COUNTY: Entire County HAGES: (per hour) 7-01-04 Truck Driver- 'Bldg. 8 Heavy/HighH'ay; Asphal~ Delivery ...... :::~ 28.905 Concrete Delzvery ............................ 28.62 "PLEASE NOTE" Drivers of *hree-axle .tractors and ~raiiers, $6.00 per day ex*re. Drivers of heavy equipment and tag-along ~railers, $10.00 per day ex~ra. Drivers of boom trucks, $8.00 per day extra. OVERTIME PAY: See ( B, E, Q, R, T ) on OVERTIME PAGE. HOLIDAY: Paid: ........ See ( 5, 6. 11. 12. 15, 25 )M on HOLIDAY PAGE. Overtime~ .... See ( 11~ 12. ~5, 25 ) on OVERTIME PAGE (code R). .... See ( 5, 6.13 ) on OVERTIHE PAGE ( code T ) ~(must Hork ~Ho days in holiday Heek) SUPPLEMENTAL BENEFITS= (per hour Horkad) Bldg.& Heavy/HighNay; Asphalt Delivery ...... .$ 24.g0 Concrete De[ivery ............. ' .............. '$ 24.90 4-282ns Teamster - Demolition NASSAU COUNTY: Entire County NLM YORK CITY: Entire 5 Boroughs SUFFOLK COUNTY: Entire County 7-01-04' HAGES: (pep hour) Truck Driver~ Chauffeur or Loader/Operator Trailers ..................... $'23.10 Straight Jobs ................ 22.80 OVERTIME PAY: See ( B, L, S, al,) on OVERTIME PAGE. HOLIDAY: Paid: See ( 5, 6, 7, 8~ 11, 12, 26 ) on Holiday Page. ~NOTE": Employee must Hork t~o days in Holiday Heek SUPPLEMENTAL BENEFITS: (per hour ~orked) $ 18.18 4-282.Demo Meider STATEHIDE: Applies to all counites. HAGES (per hour) 7/01/2004 Page q~ Prevailing Rate Schedule Ne~ York State Department of Labor .................................. Oase Number .................................. SUFFOLK 200q Helder ......... (To be paid ~he ra~e of ~he mechanic performing ~he ~ork) DEPARTMENT OF LABOR - BUREAU OF PUBLIC WORK Under ArUcis 8 of.the NYS Labor Law, when two final determinations have been rendered against a ·contractor, sub- contractor and/or Its successor wlflfln any consecutive slx-year period determining that such contractor, sub-contrector 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 of the kickback of wages and/or supplements, said contractor, sub-contractor and/or Its successor shall be debarred and Icellglble to submit a bid on or be awarded any public work contract/sub-cbntract with the state, any municipal corp0ratlon or public body for a period of five years from the date of debarment. NOTE: Where the Flacat Officer Is denoted "NYC", the Information has been provided by the New York City Comptroller's Office, the agency Issuing the datermlnatlon, L LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONT_~_T.'I ~l~ Company Name AddreSs City Stats Zip Code 385 Services LLC FEIN: Barred Until 16-1'466399 01/08/2009 .2657 State Highway 28 Fiscal Officer Notes: DOL Multiple willful violation~ Portlandville NY 13834 Company Name Address A & T (}cna'at Construction 1nc 3 Alan Shepherd Place FEIN: Barred Until ' Fiscal Officer Nctes: 13-3927478 01/31/2006 DOE Falsified payrolls City State Zip Code Yonkers NY 10705 Company Name A'A General Contractors/nc FEIN: Barred Until 16-1319254 10/18/2009 Company Name A Castricona Conc~e FEIN: Barred Until 16-1582253 03/03/2008 Address City State Zip Code 1765 Mt Read Boulevmd Rochester NY 14606 Fiscal Officer Notes: DOL And W.J. Grinder Roofing as a substantially affiliated employer and Dominic Antonueci as an individual. Multiple willful violations Address' City State Zip Code P O Box 203 Athol Springs NY 14010 Fiscal O~Icer Notes: DOL and Crazy Horse Tonawanda lnc Company Name A G Plumbing Inc FEIN: Barred Until 13-3276217 07/22/2006 State Zip Code Address City 54 Knickaboclcer Avenue Brooklyn Fiscal Officer Notes: NYC Multiple willful violations NY 11237 Company Name A R DiGima FEIN: Barred Until 16-0996110 Tuesday, February 08, 2005 Address City State 1331 Belle Avenue Utica NY Fiscal Officer Notes: · Succmsor to LBS of Frankfort lnc and/or Clean Air Asbestos Removal inc Page 1 of 30 Zip Cods '13501 I--LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANYPIJBLIC W~i~-K-(~)i~'RACT i Company Name Aegean Coeneral Contraoting Inc FEIN: Barred Until 11-3451267 03/11/2008 Addrees City ' State Zip Code 5%16 157th Street Flushing NY 11355 Fiscal Officer Notes: SetUement agreement with A.O.'s Offiee - falsified payrolls - Also Aegean Ma,'ble Co., Aegean Marble Contr~tlng Co., and George Begakis individually Company Name Address City Aegean Marble Co. FEIN: Barred Until Fiscal Officer Notes: 11-3451267 03/11/2008 See Aegean General Coutracting lnc State Zip Code Company Name Address City Aegean Marble Contracting Co. FEIN: Barred Until Fiscal CHflcer Notes: 11-3451267 03/11/2008 See Aegean General Contracting lnc S~te Zip Code Company Name Address City Albany Pipe Insulators lnc P O Box 332 - Foundry Rd Voorheesville FEIN: Barred Until Flacel Officer Notes: 14-1617890 02/18/2008 DOL State Zip Code NY 12186 Company Name Address American General Construction Corp 54 Knickerbocker Avenue FEIN: Barred Until Fiscal OffiCer Notes: ' 13-3276217 07/22/2006 NYC Multiple willful violations c~ Brooklyn State Zip Code NY' l 1237 Company Name Address City State ANS Welding Corp I 11 Dale Street West Babylon . NY FEIN: Barred Until Fiscal Officer Notes: 1 I-! 867262 06/09/2009 DOL Debarment period extended after additional willful violations Zip Code 11704 Company Name Address AP Pa{nting & Improvement lnc 575 Hcmpsteed Turnpike FEIN: Barred Until FIscal Officer Notes: I 1-2683637 04/09/2007 DOL Falsified payrolls City State Zip Code West Hcmpateed NY 11552 Company Name Address City APC Painting FEIN: Barred Until Fiscal Officer Notea: 05/13/2007 See Apollo Construction Services Corp State Zip Code Tuesday, February 08, 2005 Page Z of 30 LLIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Apollo Construction Services Corp Address City 157 Tibbcts Road Yonkers Fiscal Officer Notael DOL dba Apolo Painting Corp. - multiple willful.violations State Zip Code Company Name FEIN: Barred'Until 13-3983219 05/13/2007 NY 10705 Company Name ^polo Painting Company FEIN: Barred Until 13-3863295 05/13/2007 Address City Flacal Officer Note~: aka APC Painting - s~e Apollo ~edon' S~'vic~s Corp State Zip Code .I Company Name Apolo Painting corp FEIN: Barred Until 13-3863295 05/13/2007 Address City Fincal Officer Notes: See Apollo Construction Services Coq:~ State Zip Code company Name Addmes City State Zip Code Asb~tos Syst~ns lnc FEIN: Bar~ad Until 25-1742587 05/20/2007 1771 Foote Avenue Jamestown blx/ Flecal Offlcar Notes: DOL Gregory McCoy T/A GM Enterprises.dba Asbestos Systems Inc 14701 Company Name - Azam Ali Chandhry FEIN: Barred Until 12/10/2007 Address City Fiscal Officer Notes: See Kepublic RaconsWuction & Mansgernant Inc State Zip Code Company Name Bat-JacConstruction lnc FEIN: Barred Until 11-3391498 07/17/2009 Addreaa CRy Stme Zip Code 62 N~ulis~ Avenue Port Washington NY 11050 Fiscal Officer Notes: DOL aka Bat-Jac Conm~cting Inc. a/ida Bai-Jan Inc. and Kenneth M~xz, pmaldeat and one of its five largest sharehold~ and Steve Man2~', vice president and one of its five largest shareholders, as Individuals. Falsified payrolls. Company Name Bat-Jac Contracting Inc FEIN: Barred Until 11-3133524 07/17/2009 Address City Fiscal Officer Notes: See Bat-Jac C0nstmction Inc State Zip Code Company Name Bat-Jac Inc FEIN: Barred Until 07/17/2009 Address City Fincal Officer Notes: See Bat-Ja= Construction aka Bat-Jan 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 CONT~AcT Company Name Bet~Hollinc FEIN: 16-1089599 Barred Until Address City Fiacal Officer Notes: see B H Refrigi~tation as its successor State Zip Code CompanyName BetWJones' Services FEIN: Barred Until 16-1247154 12/31/2006 Address City State P O Box 58 Utica NY Fiscal Ofllcar Notes: DOL · dba D&B J's Services end B~y Jones as President end.lndividually Zip Code 13503 Company Name Address Betty Jones (as President and Individually FEIN: Barred Until Fiscal Offlcar Notes: 12/31/2006 See Beay Jones' Services Ctty State Zip Code Company Name Address BH Mechanical Services FEIN: Barred Until Flacal Officer Notaa: 16-1089599 Aka B H Refrigeration [nc City State Zip Code Company Name Bistrian Mar~dals Inc FEIN: Barred Until I 1-3359771 06/0612005 Address City State Zip Code 175 Springs Fireplace Rd East Hampton NY I 1937 Fiscal Officar Notes: DOL See Pairick Bistrien Jr., Inc. (substantially o,.vned-affiliamd entity or successor) Company Name Boguslaw Bozek FEIN: Barred Until 05/14/2008 Address City Fiscal Officer Notes: ~s en individual - see Goldhend Construction LLC State Zip Code Company Name Buffer Fcncc Company FEIN: Barred Until 16-1111490 04/25/2005 Address City State Zip Code 536 Stat= Fair Blvd Syracuse NY 13204 Fiscal Officer Notes: DOL Company Name C B E ContracfingCorp FEIN: Barred Until 11-2968809 10/21/2007 Address City State Zip Code 310 McGuiness Blvd Grennpoint NY 11222 Fiscal Officer Notes: DOL Falsifi~ 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 Drivc Clearwater FL 33764 FEIN: Barred Until FisCal Officer Notes: 14-165778l 04/12/2007 DOL Falsified payrolls Company Name Address City state zip Code Carl Babb FEIN: Fiscal Officer Notes: As an individual - See Olympic Window Installers lnc 'I Barred Until 07/21/2008 Company Name Causeway Construction Corp FEIN: Barred Until 1'3-3065561 ,09/27/2007 Addreaa 110-30 15th Avanue Fiscal Officer Notes: NYC Multiple willful violations Company Name Address City State Zip Code. Collese Point NY 11356 City State Zip Code 10165 Company Name Address City State Zip Code Cantuda~ ManaSc~eat of New York Inc P O Box ~1 Port Jefferson Sta ~ 11776 FEIN: Barred Until Fiscal Officer Notea: [ 1-3230587 05/03/2006 DOL Aka Canmrian Pmt~-'tion of New. York Stat~falsified rw. xn'ds - debarment period extended Company Name C~tm'~n Protection of New Yon~ · FEIN: ' Barred Until 11-3230587 Address City State Zip Code Fiscal Officer Notes: See Centurian Manageraant of New York State Inc - debart~ until 05/03/2006 Company Name. Charle~ J Pardee FEIN: Barred Until 03/16/2009 Address City State Zip Code 261 Ball Road Hastings NY 13076 Fiscal Officer Notes: DOL As a~ individual. Sm Dalton Steel Inc. ComPanY Name Oaarl~s Saliba FEIN: ' Barred Until · 07/26/2005 Tuesday, February 08, 2005. Address City FlacelOfflcer Notes: See Mun~,,h Construction Corporation (owner) Page 5 of 30 ZlpC~e LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBUC WORK CONTRACT Company Name Address CRY State ZIp Code Classic Electric Inc 29-01 21st Avenue Astoria NY l 1105 FEIN: Barred Until Ftacal Officer Notes: 11-2811549 11/27/2005 NYC Multiple violations Company Name Address City State Zip Code Commercial Building Maintenance Corp 40 Oak Drive Syosset NY 11791 FEIN: Barred Until Fiscal Offlcar Notes: l 1-2945732 01/23/2008 Plea agreement with. D,A.'s Office - willful violation and falsification of payroll records Company Name Address CRy State Zip Code Coramercia] Painting Co 4872 West Seneca Turnpike Syracuse NY 13215 FEIN: Barred Until Fiscal Officer Notes: 16-1513909 05/01/2008 DOL James Stanton dba Conmmrcial Painting Co - falsified payroll records Company Name Commercial Steel [nc FEIN: Barred Until 16-1557064 03/16/2009 Address City State Zip Code 65 Corporate Park Drive Cen~'al Square NY 13036 Fiscal Officer Notes: DOL As a anca~aor and/or substantially-owned affiliated entity with Dalton Steel [nc dba Pardee Coastmctiun o multiple willful violations Company Name Commtech Communications Inc FEIN: Barred Until 16-1335983 11/22/2007 Address CRY State Zip Code 649 Warwick Road North Tonowanda NY 14120 FIscel Officer Notes: DOL Sec also Commtech Electrical Construction Corp and Michael R Palmer - multiple violations Company Name Commtech Electrical Construction FEIN: Barred Until 16-~407836 11/22/2007 Address CRY State Zip Code 649 Wa~wlck Road North Tounwanda NY 14120 Fiacel Officer Notes: DOL See also Commtech Communications and Miltmel R Palmer- multiple 'violations Company Name Converse Construction Corp FEIN: Barred Until l 1-3262576 03/21/2007 Address CRY State Zip Code 1597 Route 112 Port Je/fenmn Sta NY I 1776 Fiscal Officer No~es: DOL Falsified payrolls Company Name CountyW{de Eleceic Corp FEIN: Barred Until 16-1540552 04/19/2005 Address City State Zip Code 795 Portland Aveaue Rochester NY 1462 I Fiscal Officer Notes: DOL Suec./Substantially owned-Affiliated entity to loBeth [nc,-adpulnted to debarment Tuesday, February'08, 2005 Page 6of30 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address CRy State Zip Code Crazy Hone Tonawanda Inc FEIN: Barred Until 16-152812~ 03/03/2008 P O Box 203 Adiol Springs Fiscal Officer Notes: DOL and A Cash'icone Concrete Itc NY 14010 Company Name CmssBay Contracting Corp. FEIN: Barred Until· 11-2124028 04/18/2005 Address City State 242 Nevins Street Brooklyn NY Fiscal Officer Notes: NYC Falsified payrolls -multiple willfuls - debarment period extended . Company Nares Zip Code 11217 Address City State Zip Code D & D Mason Contractors Inc FEIN: Barred Untie 11-3219453 05/16/2006 CompanyName D&B ~s Sex~icen FEIN: Barmd Until 16-1247154 12/31/2006 Company Name D~ton Steellnc FEIN: Barred Until 16-1557064 03/12/2009 ComPany Name · Daxby General Contracting Inc FEIN: Barred Until 11-3420817 08/04/2008 Company Name Derby Glass Co FEIN: Ba~ed Until 11-3081390 158 11 96th Slm~et Howasd Bench Fiscal Officer Notes: NYC Fa]sifted payrolls - plea ~ent NY 11414 Address City State Zip Code Fiscal Officer Notes: See Betty Jones' Services [nc Address City State Zip Code 197 U S Route I l Central Square NY 13036 Fiscal Officer Notes: DOL dba Pm'den ConsU~ct[nn and Shirley Pa-dee es an individual - multiple willful violations. A{en Charles J Pardee as an individual, Address · CRy 565 Oak Street Copiasue Fiscal Officer Notes: DOL dba Derby Glass CO - multipl= willful violations State Zip Code · NY 11726 Address. City Fiscal Officer Notes: See Derby Genera] Contracting lnc State Zip Code Company Name Address City ' State Zip Code David Ogden FEIN: Barred Until 04/19/2005 Tuesday, February 08, 2005 795 Portland Avenue Rochester NY 14621 Fiscal OffiCer Notes: DOL V.P./See. of JoBeth Inc; Pras.&V.P. of CountyWide Electric Corp. - stipulated w debarment Page 7 of 30 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Dcboon Construction Corporation FEIN: Barred Until 13-3157140 06/[ 1/2006 Address City State Zip Code 77 Weyman Avenue New Rochelle NY 10805 Fiscal Officer Notes: DOL Multiple willfuls - Debcon Construction Corporation end Deborah Rage individually - falsified payrolls - debarment period extended Company Name Deborah Rage, individually FEIN: Barred Until 06/11/2006 Address City Flacal Officer Notes: Sec Deboon Construction Corp State Zip Code Company Name Dcllapenna Associates Inc FEIN: Barred Until 16-t465989 02/18/2008 Add~ess City State Zip Code 86 Olive Street Johnson City ~Y' ! 3790 Fiscal Officer Notes: DOL Substantially ovmed-affiliatgd entity end/or successor of Dcllapcnna Broth=s lnc - debarm~mt pgtiod ~xtendad after additional violadons Company Name Dcllapcnna Brothers Inc FEIN: Barred Until 16-0964223 08/04/2008 Address City State 86 Olive Strcc~ Johnson City NY Fiscal Officer Nota'~: DOL multiple willfuls - debarment period cxtgndcd afl=' additional violations Zip Code 13790 CompanyName Dermis LounsburyBuilderslnc FEIN: Barred OnUi 14-1538702 05/2712009 Address City State P O Box 220 Bulvflle NY Flecal Officer Notes: DOL aka Lounsbu:y Erectors Inc. Zip Code 10915 Company Name Address DePoalo and Son Building Contractom Inc 296 Morris Road PEIN.: Barred Until Flecal Officer Notes: 14-1507523 07/12/2009 DeL Multiple willful violations CRY State Zip Code Schmg~ady NY 12303 Company Name Diracon Commercial Contractors PEIN: Barred Until 08-1681415 05/18/2009 Address City State 310 Maple Avenue New Hampton NY Fiscal Officer Notes: DeL end Rebecca Gatto-Wood as an individual. Falsified payarolls. Zip'Code 10958 Company Name Dominic Antonucci PEIN: Barred Until 10/l 8/2009 Address CRy State Zip Code 1939 Town Line Road Hilton NY 14468 Fler.~l Officer Notes: DeL As en individual. See A A General Contractors Inc end W J Grinder Roofing Company. Tuesday, February 08, 2005 Page 8of30 L LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT .1' Company Name ]:)ry~a~l Sysmms Unlin~t~l Mc FEIN: Barred Until 06-1405921 10/02/2007 Addmae City State Zip Code 182 W~t Main Street Middietovm NY. 10940· Fiscal Officer Notea: Company Name Address Drywall Wizard FEIN: Barred Until Flacal Officer Notea; 05-1684878 10/16/2006 Sen St~h~ Potter City State Zip Code Company Name E G'rann R~toration & Roofing Inc FEIN: Barred Until t6-1561.693 06/2~/2009 Address CRy. State Zip Code 117 Hawley Street Binghamton · NY' 13901 Fiscal Officer Note~: DeL Company Name Address City State Zip Code Elizabe~ A. C~rr P O Box 82 Valati,~ NY 12184 FEIN: Barred Until Fiscal Officer Notes: 10/14/2008 dim Everlasting Slam - as an individual Company Name Address CRy State Zip Coda Erac~ Heating &.Plumbing & Hesfing Contr 5 Emcs Lane M onset' NY* 10952 FEIN: Barred Until Flacal Officer Notes: 13-2590780 DOL and Julius mid Oita Behr~d, as individuals. Parties entered into a voluntmy agreement to be p=rman=ttly debarred Company Name Address Empire Demolition Dcvelopmant Co [nc 1096 Nia~m~ St FEIN: Barred Until Fiscal Ofltcar Note~: · 16-1517860 03/24/2005 DOL Muldple willfuls ' · City State Zip Code Buffalo NY 14213 Company Name Empire State R~novation Corp FEIN: Barred Until 11-3170331 05/22/2007 Address CRy 15 Division Place Brooklyn Flacal Off]car Notes: NYC Falsifi~ payrolls - plea agc~'mant State Zip Code NY' 11222 Company Name Enjum's FEIN: Barred Until 16-1038008 03/04/2009 Address CRy l I 1 South M~in Street Hcrkimcr Fiscal Officer Notes: DOL and Franc~s Enj~-n as an individual. Fslsification of records. 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 Enviroclean Sec/ices LLC 4245 Union Rd- Suite 210 Buffalo NY 14225 FERN: Barred Until Fiscal Officer Notes: 26-0045677 09/07/2009 DOL Company Name Address City State Zip Code Euro CraP; R~storatioR, Inc. 41-12 Ditmars Blvd Long Island City NY 11105 FEIN: Barred Until Fiscal Officer Notes: 13-3769924 10/14/2008 DOL and Savvas A. Savva (as an individual) Falsification of records and kickback of wages. Plea agreement with A.G.'s Office Company Name Address City State Zip Code Everlasting Slate P O Box 82 Valatie NY 12184 FEIN: Barred Until Fieca{ Ofltcer Notes: 22-3397381 10/14/2008 DOL And Elianb=th A. Ca~- and Seaa Campion as individuals. Falsification of records Company Name Address City State Zip Code Flower City Asbestos inc 850 St Paul Street Rocheater NY 14605 FEIN: Barred Until Fiscal Officer Notes: 16-1292474 08/18/2009 DOL Multiple willful violations Company Name Address City State Zip Code Flower City insulation Sales & Contractors 137 Yorkton Street Webster NY 14580 FEIN: Barred Until Fiscal Officer Notes: 16-1157832 08/03/2009 DOL Multiple willful violations Company Name Address City Foundation Construction Consultants lac 2~4 20th S~et Brookly~ FEIN: Barred Until Flecel Officer Notes: 11-2761496 05/20/2008 NYC Multiple willfuls md falsification of payroll mexaxts State Zip Code NY 11215 CompanyNeme Franch E~am FEIN: Barred Until 03/04/2009 Address City 111 South Main St.:ct Heddmer Fiscal Officer Notes: As an individual. Sec Enjem's Incorporated. State Zip Code NY 13350 Company Name Franco Paints Inc FEIN: Barred Until 08/07/2008 Address City State ~p Code 159 92nd Street Broold!m NY 11209 Fiscal Officer Notes: NYC and Mida Painting Ltd, Nicholas Kall=~is and Stamatin Kallergis, as individuals. Aasurance of Disanntinuanea/Settlemant Agra~mant Tuesday, February 08, 2005 Page 10 of 30 L LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT CompanyName .Frm~J. Labfiola FEIN: Barred Until Address City Fiacal Officer Notes: See State of the Art Construction Co lnc State Zip Coda Company Name Gem Buildhtg & F. quipmc~t Inc FEIN: Ban'ed Until 14-1793970 06/28/2007 Address City State . Zip Coda 2332 Route 9W Ssugerfias NY 12477 Fiscal Officer Notes: DOL Company Name Gem Installations [nc FEIN: Barred Until 23-2700267 04106/2005 Addrees City State Zip ·Code · P O Box 422 Little Mcadows PA 18830 Fiscal Officer Notes: DOL Multiple v~ll~ls ' Company Name Addrees City State Zip Code George BeSide FEIN: Barred Until Flacel Officer Notes: 03/11/2008 As a~ individual - ~ce Aegeau C, cucral Contracting ComPany Name Address City George Bush 19 Hofl~nan Drive La.am FEIN: Barred Until Fiscal Officer Notes: 01/14/2009 DOE Falsification of pal~oll records State Zip Code NY 12118 Company Name George Forak~s FEIN: Barred Until 03/07/2007 Address City State Zip Code P O Box 8808 Baltimorc }viD 21224 Flece{ Officer Notes: DOL Falsified payrolls - Paint City Contractors Inc and George Forakis individually Company Name ' Geo~ $ Leva Sr. FEiN: Barred Until 02/06/2008 Address CRy State Zip Code Fiscal Officer Notes: As an individual dba Ontario Floofin$ Company. Debimncnt pcrlod extended after additional violation Company Name Address City State Zip Code George Lucey, Mauual Tobio(see note) 150 Kings Street Brooklyn IVY 11231 FEIN: Barred Until Fiscal Officer Notes: NYC Manu~l P Toblo and Lalm Conmu' and Develuy,ueat Cotp (individually and as a whole) grand larceny,falsified records,debarred permanently Tueaday, February 08, 2005 Page 11 of 30 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 Se~ Asbestos Systems [nc City State Zip Code Company Name Goldhand Construction LLC FEIN: Barred Until 22-3765123 05/14/2008 Address CRy 116 East Saddle River Rd Saddle River Fiscal Officer Notes: DOE Falsified of pa~xol! reco~s State Zip Code NJ 07458 Company Name G~gory McCoy FEiN: Barred Until 05120/2007 Address City State Fiscal Officer Notes: As an individual. Se~ GM Enterprises dba Asbestos Systems Inc' Zip Code Company Name Gmsory Kloepfer FEIN: Barred Until 10/06/2009 Address City 248 Loin Road West Scner, a Fiscal Officer Nota~: DOL As an individual. S~ KlocpfeCs Floor Coverning 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 11304 Rochmter NY 14611 Flacal OffiCer Notes: DOL San Tobie R Gulley Company Name Ftamax Consmaction Corporstion FEIN: Barred Until 06-1482076 09/11/2008 Address City State Zip Code 540 Commerce St - Sm 6 Thorawood NY 10594 Fl~ceJ Officer Notes: DOL Also Thomas Hanlon aad William Valentine as individuals. Multiple willfuis and falsifi cation o f records. Debaxme~t period extended ~ other willful violations Company Name Haxr!ann Jarvis FEIN: Barred Until 08/12/2009 Address CRy State Zip Code 132 W I29th St-Sm4W 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 I-IDA Construction FEIN: Barred Until 06-1613022 12/10/2007 Address 942 Havemeyer Avenue Flacal Officer Nota~: DOL Falsified records CRy State Zip Code Bronx NY 10473 Tuesday, February 08, 2005 Page 12 of 30 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Hector Colon FEIN: Barred Until 04/17/2007 3643 BruClmer Blvd Bronx NY 10464 Fiscal Officer Notes: DOL Conducting business as [vt & H Climate and Energy Management Ltl. Falsified payrolls Company Name Address City State Zip Code Hi Tech Insulation P O Box 12861 Rochester NY' 14612 FEIN: Barred Unfl Flaca'l Officer Notes: 16-1487213 . I2/09/2007 DOL Kevln C. Marlowe dba Hi Tech Insulation - multiple violations Company Name Address CRy Hi-Amp Electrical Construction Corp 265-12 Hillside Avenue Floral Park FEIN: Barred Until Fiscal Officer Notes: 13-3520080 04/30/2007 DOL and Ivan Torres individually. Falsified payrolls State Zip Code NY 11004 Company Name I C Cons~uction Company Inc FEIN: Barred Until 14-I789216 08/21/2007 · Address CRy State Zip Cod® 120 South Broadway Red Hook NY 12571 Fiscal Officer Notes: DOL Multiple willfuls ~ Debarment period e~tendi=d ~ additional violations el Company Name IES Environmental [nc FEIN: Barred Until 10/05/2009 ' Company Name Intercotmty Roofing Systems Inc FEIN: Barred Until 11-3550866 05/09/2006 Address CRY State Zip Code 1655 Elmwood Avenue Cranston' Ri 02910 Fiscal Officer Notes: DOL And International Environmental Services lnc and James J Ney Jr as an individual. Falsification Of payroll records Address 20 Jemsale~n Avenue Flacel Officer Notes: DOL Falsified payrolls CRY State .Zip Code Hicksville NY 11801 Company Name Address CRY S~e ~pC~e Interior Decoradng Floor Coveting Co Inc. 2229 Cliffotcl Avenue FEIN: Barred Until Fiscal Offtcer Notes: 16-1337838 07/29/2007 DOL Falsification of records Rochester NY 14609 Company Name Address City State Zip Coda Inte~Tmtional Environments] Resources FEIN: Barred Until Fiscal Officer Notee: 05-0448266 08/09/2007 See International Environmental Serv~cas Inc Tuesday, February 08, 2005 ' Page 13 of 30 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code lnt=mational Snvim~nantal S~c~ lnc 2 S~d ~ C~s~n ~ 02920 FEIN: ~wed Until Final ~r N~: 05-~8266 10/05/2009 DOL ~a ~afioual En~onm~ml R~u~ - F~fi~ ~olls - Dcb~t ~ ~d~ ~ ~difional ~ol~on. Aim IES En~mn~l lnc ~d J~ J N~ Jr ~ an indi~al Company Name Ismadi Cianeros FEIN: Barred Until 04/14/2008 Address City Fiscal Officer Notes: As an individual - S~ lzi Plumbing & Heating rL~ State Zip Code CompanyName Ivan Tor~s FEIN: Barred Until 04/30/2007 Address City State 265-12 Hillside Av~uc Floral Pan~ NY Fiscal Officer Notes: DOL Individually and Hi-Amp Electrical Construction Corp. Falsified payrolls Zip Code 11004 Company Name Izi Piumbing& Heating Ltd FEIN: Barred Until 11-3157717 04/14/2008 Address City 291 Mearogolj~an Avenue Brooklyn Fiscal Officer Notes: · DOL and Isxnanl Cisa~-os, Individually - falsified payrolls State Zip Code 112l! Company Name J Bmr Constnv~on Corp FEIN: Barred Until 11-3344003 12/14/2009 Address City State 119-51 Mctmpolitan Ave Jamalc~ NY Fiscal Officer Notes: DOL and Steve J Nictas as an individual. Muldple willful viol~ons Zip Code 11415 Company Name J Mangone Gonltacting lnc FEiN: Barred Until t 1-2502563 11/07/2006 Address City 53 13th Avenue MIn~ole Fiscal Officer Notes: DOL Falsified payrolls and kickbacks of wages and supplen~ats State Zip Code NY 11501 Company Name J T Painting Corp FEIN: Barred Until 06-1260246 02J26/2009 Address City State Zip Code P O BOx 337 Burlingham NY 12722 Fiscal Officer Notes; DOL Falsification of records Company Name James Avallone FEIN: Barred Until 08/07/2008 Address City State Zip Code Fiscal Officer Notes: As an individual - see James Avallone Tile & MaPdie - debarment period extended Tuesday, February 08, 2005 Page l4of30 't. LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name James Avalinan Tile & Marble FEIN: Barred Until 0%5336752 08/07/2008 Address City 217 Christie S~'cet Ridgefield Park Fiscal Officer Notes: DOL Multiple willful violations - debarment period extended Company Name State 'Zip Code NJ 07660 Address City State Zip Code James J Ne9, Jr FEIN: Barred Until 10/05/2009 1655 Elrnwond Awnue C~anst~n RI 029i0 Fiscal Officer Notes: DOL As an individual, See International Environmantal Services lac and [ES Environmental Company Name ~BC Industries of Parish FEIN: Barred Until 16-1470149 07/24/2007 Address P O Box 728 - CR44 Fiscal Officer Notes: DOL M~ldple willful violations City State Zip Code Mexico NY 13114 Company Name Address JoBeth Inc 795 Pmtland Avenue FEIN: Barred Until Fiscal Officer Notes: 16-1441129 04/19/2005 DOL Stipulated to debarment City StYe Zip Coda .Roches~r NY 14621 Company Name John Varelakis FEIN: Barred Until 02/20/2007 Address City 2063 Maple Street Wantaugh Fiscal Officar Notes: As an individual - See ,Sprucewood Painting Co~ State Zip Code NY 11793 Company Name. JRC Aris Electric Contn~ctors FEIN: Barred Until 09/13/2009 Address City Fiscal Officer Notes: See JRC Elcc~ic Control S~rvlee [nc Company Name JRC E[eetric Control Service Inc. FEIN: Barred Until 11-3199418 · 09/13/2009 Address City State Zip Code State Zip Code Company Name Julius and Gita Behrend FEIN: Barred Until 516 East 51st Street Bmoldy~ NY 11236 Fiscal Officer Notes: NYC a/ida JRC Aris Electric Contractors ~ multiple willfufl violations Address City 5 Emes Lane Monsey Fiscal Officer Notes: See Eraes Heating & Plumbing Contractor, Inc State NY Zip Code 10952 Tuesday, February 08, 1008 Page 15 of 30 L 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 lO l 0 FEIN: Barred Until Fiscal Officer Notes: l 1-3350553 04/14/2005 NYC Falsified r~cords Company Name Address City State Zip Code Keith Grimes Inc Fairlawn Dr - P O Box 964 Montauk NY 11954 FEIN: Barred Until Fiscal Offlcar Notes: 11-2938037 03/21/2006 DOE Falsified records Company Name Address CRy State Zip Code Kenneth Mcrz 62 Nealist Avenue Port Washington NY 11050 FEIN: Barred Until Fiscal Officer Notes: 07/17/2009 As an individual. Sen Bat-Jac Construction Company Name Kcvin C Marlowe FEIN: Barred Until Address Fiscal Offcar Notes: See Hi Tenh Insulation City State zip Code Company Name Address City State Zip Code Keystone Construction Coq~ 9945 Fort Hamilton Pkwy Brooklyn NY 1 t 209 FEIN: Barred Until Flacal Officer Notes: 16-1402500 08/20/2008 DOL And Nicholas Margaritis as an individual Company Name Kingston Tracking & Rigging Corp FEIN: Barred Until l 1-3540715 02/19/2008 Address CRy State Zip Code 99 St Nicholas Avenue Brooklyn NY 11237 Flacal Offcer Notes: DOL As a sutmandally own~d-affiFmmd ~ntity end/or succ~sor of Cavalier Construction Corp. Falsification of records ComPany Name Kloepf~s Floor Coveting FEIN: Barred Until 16-1234359 10/06/2009 Address City State 248 Lein Road West Seneca NY Fiscal Officer Notes: DOL And Ca'egot7 Kinepfer aa en individual. Multiple willful violations Zip Code 14224 Company Name . Komas Construction Corporation FEIN: Barred Until I 1-2691706 01/09/2006 Address City State 162 85th Street Brooklyn NY Placal Offcar Notes: NYC Falsified payrolls Zip Code I 1209 Tuesday, February 08, 2005 Page 16 of 30 I' LIST .OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT 1' Company Name Address City State Zip Code · L & T Plumbing Corp FEIN: Barred Until 11-3223496 01/11/2010 367 Vet~'~s Memorial Hwy Commack Fiscal Officer Notes: DOL And Rob~ DeMonte as an individual. NY 11725 Company Name. Address Lake Consb-uction sad Development Corp FEIN: Barred Until Fiscal Officer Notes: l t-2678816 See George Lucey City State Zip Code Company Name Address City State Zip Code Linda Williams cio M JAB Construction lnc 183 Washington Avenue New Rochelle FEIN: Barred Until Fiscal Officer Notes: 04/22/2009 DOE As an individual. See M~AB Construction Inc Company Name Address City 10801 State Zip Code FEIN: Barred Until 01/08/2009 Company Name Lounsbury Erectors Inc FERN: Barred Until 05/27/2009 1850 Steinway Street Long [sland City Fiscal Officer Notes: DOL As aa individual. S~e Vardo Construction Corp Address City Fiscal Officer Notes: Sec D~mls Lounsbury Buildem NY 11105 State Zip Code Company Name Address City LTS Cons~uction 24 Miller S~rect Rochester FEIN: Barred'Until Fiscal Officer Notes: 16-1463105 06/30/2009 Sec Thomas L. Smalls Company Name ' Address M & H Climat~ and Ener~ Mena~ement Ltd FEIN: Barred Until Fiscal Officer Notes: 58-2152185 04/17/2007 Sen Hector Colon Company Name Address M & S Pipeline Excavation Company Iuc 784 Conklin Road FEIN: Barred Until Fiscal Officar Notes: 16-0926714 05/06/2009 · DOL Multiple willful violations State Zip Code NY c~ State Zip Code city Binghamton State Zip Code NY 13903 Tuesday, February 08, 2005 Page 17 of 30 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name 'Address City State Zip Code Mac St-finger Painting 250 Lake Avenue Rochester NY 14608 FEIN: Barred Until Fiscal Officer Notes: 16-1008740 12/18/2006 DOb Falsification of racords Company Name Manbro Construction Corp FEIN: Barred Until 02/19/2008 Address City State Zip Code 1439 Wood Road Bronx NY' 10462 Flecel Ofllcer Notes: DOL Also at 201-203 E 22nd Street, New York 10010. As a subatantially ownad-affiliamd entity and/or successor of Cavalier Construction Corp. Falsification of records. Company Name Manuel P. Tobio FEIN: Barred Until Address Fiacal Officer Notes: See Gen~ge Luccy City State Zip Code Compahy Name Manuel Tobio FEIN: Company Name Barred Until Address Fiscal Officer Notes: Sen George Lucay City State Zip Code Address City State zip Code Marianne Ogden FEIN: Barred Until 04/19/2005 795 Portland Avenue Roohe~t~r NY Fiscal Officer Notes: DOL Multiple w~,llfals - President and Treasurer of Jobeth - stipulaled to debarment 14621 Company Name Mary Ncwsorn FEIN: Barred Until 05/24/2009 Address City 1537 Union St~e~ Schenactady Fiscal Offcer Notes: DOL As an iadivid~l. See Pachydorm State Zip Code NY 12309 Company Name Mas-Ann Mechanical [nc FEIN: Barred Until 16-1357694 07/12/2007 Address City 35 Rcg~cy Oaks Blvd Roch~er Fiscal Offcar Notes: DOL State Zip Code NY 14624 Company Name Masuiarolli Construction Co FEIN: Barred Until i 6-0902053 05/06/2009 Address City 784 Conldin RoM Binghammn Fiscal Officer Notes: DOL Multiple wilifal violations State Zip Code NY 13903 Tuesday, ]February 08, 2005 Page 18 of 30 I. LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Addreaa CRy State Zip Code Ivlerchants I & S Corp Inc 7732 Victor Me. don Road Victor NY 14564 FEIN: Barred Until Fiscal Officer NOtes: 16-I405450 11/22/2007 DOL DEoarment extended after additlonal violation Company Name Merit Fence Co FEIN: Barred Until 06-1350241 08/06/2008 Company Name Michael Falgiano Jr. FEIN: Barred Until Company Name Address City State Zip Code 130 Old Route 6 Carmel NY t 0512 Fiscal Officer Notes: DOL Multiple wlti~ul violations Address City State Zip Code Fiscal Officer Notes: Principal officer-partner and/or shareholder- See M Falgiano Consmtction Co Inc Address City State Zip Code .! Mictmel Falgiano Sr FEIN: Barred Until Fiscal Officer Notes: Principal officer-partner and/or shar~older - see M Fal~iano Construction Co h}c Company Name Michael R Palmer FEIN: Barred Until · I 1/22/2007 Address City State Zip Coda Fiscal Officer Notes: As an individual - See Commteeh Communications lac and Cottontech Elecuical Construction Corp Company Name Mi(la Pa~fing Ltd FEIN: Barred Until 08/07/2008 Address CRy. State Zip Code 159 92nd St~et Brook]y~ NY' 11209 Flacal Officer Note~: NYC and Franco Paints, l~c. and Nichola~ Kallergis and Stamatia Kallergis, ns individuals. Assurance of DiscontinuancedSettlement Agreement Company Name M JAB Construction lnc FEiN: Barred Until 58-2620937 04/22/2009 Address City State 183 Washington Avenue New Rochelle NY Fiscal offcar Notes: DOL end Linda Williams as an individual. Falsification of payroll records Company Name Mona'eh Construction Corporation FEIN: Barred Until 13-2808501 07/26/2005 Addreas CRy 1057 Jackson Avenue Long [alsnd City Flacal Offcer Notes: NYC And C'harlas Saliba - falsified payroils State Tuesday, February 08, 2005 Page 19 of 30 Zip Code 10801 Zip Code llIOl L LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Muhammad A Berg 142 East Mm'ket Street Long Beach NY 11561 FEIN: Barred Until Fiscal Officer Notes: 10/21/2007 DOL As an individual - falsified payrolls Company Name Address City State Zip Code Musa Pacuku FEIN: Barred Until Fiscal Officer Notes: 04/14/2008 As an individual - Sec Vic~ry Roofing & Contrac~ng Co [nc Company Name Addr~s City State Zip Code Navan'o Special Cleaning Sc~viccs lac - 85-12 Sixty-Sevc~th Ave Quos NY 11374 FEIN: Barred Until Fiscal Officer Notes: t 1-2946101 04/16/2006 . NYC Falsified payrolls Company Name Address City State Zip Code Neptune Construction Co FEIN: Barred Until Fiscal Offcer Notes: 11-2779916 Sec Wayne Vitaie Inc Company Name Address City State Zip Code Nicholas Kallc~gis 159 92nd Street Brooklyn NY 11209 FEIN: Barred Until Fiscal Officer Notea: 08/07/2008 As an individual. Se~ Franoo Paints, lnc.and Mida Painting Ltd Company Name Nicholas Margatifis Fi=iN: Barred Until 08/20/2008 Address City State Zip Code Fiscal Officer Notes: S== Keystone Constxuctioa Corp. Company Name Nikolaos D. Vaselakis FEIN: Barred Until 02/20/2007 Address C~ty 94 Cleveland Avenue Maasepequa Placel Officer NOt~: As an individual - Sc~ Spmccwood Painting Corp State Zip Code NY 11758 Company Name Address City Not'thcast Regional Communications [nc 232 Main Street Vestal FEIN: Barred Until Fiscal Officer Notes: 16-1470036 03/24/2005 DOL Also P 0 Box 573 Appalach[n NY 13732 - multiple wHIfuls 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 Compahy Name Address City State Zip Code Nu-Look Painting & Wallpapering lnc 151-60 ?th Avenue Whitestoue NY 11357 FEIN: Barred Until ' Fiscal Officer Notes; l ! -3389457 08/04/2009 AG and TI: Painting Corp. and Tm'cisio Ferreira, individually. Plea sgreement with the A.G.'s Company Name Oiib Construction Company [nc FEIN: ' Barred Until 22-3200661 11/14/2006 Addreaa City State Zip Code 120 South Broadway Red Hook NY 12571 Flacel Officer Notes: DOL Company Name Olympic As~miates lnc FEIN: Bared Until 16-1444097 01/08/2007 Address City State zip Code 2843 U.S. Route 11 Lafayctt~ NY' 13084 Fiscal Officer Notes: DOL Multiple willful violations Company Name Address City State Zip Cede 'Olympic Window inatallen lnc FEIN: Barred Until 22-3034903 07/21/2008 174 Lincoln Avenue Hawthorne Fiscel Offcer Notes: DOL and Carl and Russell Babb as individuals Company Name NJ 07506 Address City State Zip Code 14617 Ontario Flooring Company 296 Rogers Parkway Rochester FEIN: 16-1554554 Barred Until Fiscal Officer Notes: 02/06/2008 DOL See George J I.=va Sr. Debarment period ~xt~dad afl= additional violation Company Name Oswego Trucking & Leasing FEIN: Barred Until 16~1371814 07/21/22008 Address City State Zip Code 258WashingtenBlvd Oswego NY 12801 FlacalOfflcer Notes: DOL Fal~ficd~rds Company Name P & H Supply Company Inc FEIN: Barred Until 13-3868727 05/25/2009 Address City State Zip Code 241 -A Hardson Avenue Harrison NY 10528 Fiscal Officer Notes: DOL . Multiple willful violations = deban~ent pe~od extended after additional willfial violations Company Name Address City 'State Zip Code Pachyderm Enterpfisca Mc FEIN: Barred Until 00-1386527 05/24/2009 1537Union Street Schenectady NY 12309 Flscal.OffcerNotes: DOL AndWiUieJoneaandMaryNcwsomasindividuals-Mulfiplewillfulviolafions 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 1nc P O Box 8808 Baltimore MD 21224 FEIN: Barred Until Fiscal Officer Notes: 52-1764775 03/07/2007 DOL Falsified payrolls Company Name Address Pardee Construction FEIN: Barred Until Fiscal Officer Notes: 16-1557064 03/12/2009 See Dalton Steel Inc. City State Zip Code Company Name Address City State Zip Code · Patrick Bistrian Jr Inc 175 Springs Fire-place Rd Ee~ Hampton NY 11937 FEIN: Barred Until Fiscal Officer Notes: I 1-2590480 06/06/2005 DOL Falsified records Company Name Address CRy State Zip Code Paul M Maintenance Inc 7 Getc-wood Drive Hauppague NY I 1788 FEIN: Barred Until Fiscal Officer Notes: l 1-3287638 07/02/2007 DOL Falsified Imyrolls Company Name Pete Forakis FEIN: Barred Until 03/07/'2OO7 Address City State Zip Code P O Box 8808 B~ldmqre MD 21224 Fiscal Officer Notes: DOL Multiple willfuls - Paint City Contractors lnc and Panagiotis Forakis dba Pete Forakis Company Name Price ConU'actlng Corp FEIN: Barred Until 11-2540761 08/10/2005 Addr~s CRy 271 58th S~reet Brooklyn Flecal off~m' Not~: DOL one willful with NYC and one willful with DOL State Zip Code NY 11220 CompanyNsme Pipejauk~Inc FEIN: Barred'Until II-2209596 06/26/2007 Address CRy State Zip Code [ 5 East Barflet~ Road Middle Island NY 11953 Flecal off,er Notes: DOL Company Name Port Ewen Truetdng Corp FEIN: Barred Until l 1-3484639 02/19/2008 Address CRy State Zip Code 2013 Flatbush Avenue Brooklyn NY 11234 Fiscal Officer Notes: DOL Alsoat 99 St. NicholmAveaue, Brooklyn, Ny 11237. As aasubstantially owned- affiliamd entity and/or suce, e~anr of Cavalier Construction Corp. Falsification of records Tuesday, February 08, 2005 Page 22 of 30 '1- I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City 'State zip Code Professional Fence Co ofWNY Inc 6479 Willow Drive North Boston NY 14075 FEIN: Barred Until Fiscal Officer Notes: 16-1425254 07/08/2005 DOL multiple willfuls Company Name Address City State Zip Code Rainbow Mechanical Systems inc 42-49 Colden St - Suite 3 Flushing NY I 1355 FEIN: Barred Until Fiscal Officer Notes: 01/28/2007 NYC Plea agreement Company Name Address City State Zip Code .Rapid Demolition Co lac 2550 West 13th Street Brooklyn NY l 1223 FEiN: Barred Until Fiscal Officer Notes: 11-2869485 11/18/2007 NYC And successors Company Name Address City State Zip Coda Rebecca Gatto-Wood FEIN: Barred Until 05/18/2009 Fiscal Officer Notes: As an individual. Sec Diracon Comm~-cial Contractors. Company Name Addreee City Republic Construction & ManaSemeni inc 8111 7th AVenue Brooklyn FEIN: Barred Until Fiscal Officer Notes:. 11-3178177 12/10/2007 NYC and Azam Ali Chandl~ - falsified pain.lis - plea agreement State Zip Code NY 11228 Company Name Robbye Bissesar FEIN: Company Name Robert Amendola FEIN: Barred UnUI Address CRy 89-51 Springfield Blvd Queens Village Fiscal Off, car Notes: As an individual. See Star International lnc Address City 1084 Sumise Highway ~nityvilin Fiscal Officer Notes: As an individual. Scc Wcstwood Feace Corp. State . Zip Code NY 11427 State Zip Code Barred Until 03/19/2008 NY 11701 Company Name E0bert De. Monte 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 Og, 2005 Page 23 of 30 [_ LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Russell Babb FEIN: Barred Until 07/21/2008 Address City Fiscal Officer Notes: As an individual - $cc Olympic Window Installers lnc State Zip Code Company Name Address S & B Construction & Contracting Ltd 78 Wohseepee Road FEIN: Barred Until Fiscal Officer Notes: ! 1-2987611 04/15/2007 DOL City State' Zip Code Bfightu~ters NY ! 1718 Company Name · SavoTa Construction Co~) FEIN: Barred Until 06-1421004 09/21/2006 Address City State Zip Code 13-15 371h Avenue Long Island City NY' 11101 Flacel Officer Notes: DOL a Joint Vantm'e with United Pain!ins and Contracting Inc. - falsified payrolls - debarment p~iod extended Company Name Savvas .~ Savva FEIN: Barred Until !0/14/2008 Address City Flacel Officer Note~: See Euro Crai~ Restoration Inc State Zip Code Company Name Scott Bendersky FEIN: Barred Until 04/!5/2007 Address City State Zip Code 78Wohseepee Road Briffhtwaters NY 11718 Fiscal Officer Notes: DOL Individually and as Officer and/or Shareholder of S & B Construction and Contracting Ltd Company Name Seen Campion FEIN: Barred Until 10/14/2008 Address City P O Box 82 Va!adc Flacel Offoer Notes: dba Everlasting Slam - 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 11 Cantral Square NY Flacel Officer NOteS: As an individual. See Dalton Steel Inc dba Pardee Construction. Zip Code 13036 Company Name Address Southwastem Cnmcral Conlracting [~c 1586 Oowans Road FEIN: Barred Until Fl-cal.Offcer Notes: 16-1569822 10/08/2009 DOL Falsification of records City State ZIp Code Angola NY 14006 Tuesday, February 08, 2005 Page 24 of 30 L_LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT 'f Spider Construction and Waterproofing Inc 806 53rd Street City State . Zip Code CompanyName FEIN: Barred Until 11/19/2006 Address Fiscal Officer Notes: NYC Falsified p~ymll ~ecm'ds Brooklyn NY 11220 Company Name Sptucewood Painting Cot~ FEIN: Barred Until 11-2949533 02/20/2007 Addrces City State Zip Code 94 Cleveland Avenue Massapequa NY 11758 FIscBI Officer Notes: and Nikolans D. Vnrelakis, Susan E. Vmlalds and John Varelalds, as {ndiv/duals. Multiple willful violations and falsif~d payroll records. Assurance of D/scontinuanee/Settlement A~'ee~ant. .Company Name Sterna.fie Kstlergis FEIN: Barred Until 08/07/2008 Addmes City State · 159 92nd Street Brooklyn NY* Fiscal Officer Notes: As an individual. See Fnmco Paints, Inc. and Mi~ Painting Ltd Zip Coda 11209 el Company Name Star international ~nc FEIN: Barred Until 00-1613496 Addrcea City State 89-51 Spring,eld BIvd Queens Village NY' Fiscal Offcer Notes: DOL Also Eobbyn Bissesar. Falsified payroll - perman~tiy debated Company Name · State Env~ranmeatal Set~ces [nc FEIN: Barred Until 11-3164259 02/25/2008 1801 Stillwell Avanue Fiscal Offcer Notes: NYC Plea agx~nant . Zip Code 11427 Company Name State of the An Constmciion FEIN: Barred Until 11-2653210 10/06/2005 City State Zip Code Brooldyn NY' . 11223 Company Name Stephan Potter FEIN: Barred Until 10/16/2006 Address City .State 140 Marine Street Fm'mlngdsle NY Fiscal Officer Notes: DOL Multiple willful, violations Company Name Stevc J Nictas c/o J Barr Cons~' FEIN: Barred Until 12/14/2009 Address City State 112 Summerville Drive Rochester NY Fiscal'Offlcar Notes: DOL ' dba Drywall Wizard State Tuesday, February 08, 2005 . Page 25 of 30 Address City 119-51 Metropolitan Ave Jamaica Fiscal Officer Notes: DOL As an individual - See .1' Bart Construction Corp. Zip Code 11735 Zip Code 14617 Zip Code 11415 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT company Name Address City State Zip Code Steve Manzer 62 Neulist Avenue Port Washington NY I 1050 FEIN: Barred Until Fiscal Officer Notes: 07/17/2009 As an individual. See Bat-Jac Construction Company Name Super Structure Builders lnc FEIN: Barred Until 11-3487355 02/19/2008 Addr~s City State Zip Code 99 St Nicholas Avenue Brooklyn NY 11237 Fiscal Officer Notes: DOL Also at 2013 Flatbush Avenue, Brooklyn, NY 11234, As a substantially owned-afl'fiiated antity and/or successor of Cavalier Construction Corp. Falsification of records Company Name SuperioT.Jamastoum Corporation FEIN: Barred Until 16-1381131 03/17/2008 Address City State Zip Code 55 Jonas-Gifl~rd Avenue Jamastown NY' 14701 Fiscal Officer Notes: NYC Falsified payroll r~:nds Company Name Susan E. Varelakis FEIN: Barred Until 02/20/2007 Address City 94 Ci~vcland Avanue Massopcqua Fiscal Officer NOteS: AJ an individual - See Spmcewood Painting Carp State Zip Code N~ 11758 Company Name T J Wilson £1ec~c lnc FEIN: Barred Until 13-3615112 02/10/2007 Address 263 Wavcrly Avenue Fiscal Officer Notes: Falsified pa~olls City State Zip Code Mamaroneck NY 10543 Company Name Tarcisio Fee~cira FEIN: Barred Until 08/04/2009 AddreSs City State Zip Code 151-60 7th Avenue WMmatonc NY l 1357 Fiscal Offlcar Notes: AG and Nu-Look Painting & Wallpapering inc and TF Painting Corp. Plea agreamant with A.G.'s Office. Company Name Telc-Dam-Com Solutions Inc FEIN: Barred Until 52-2216924 03/24/2005 Address City 597 Tracey Creek Road Vestal Fiscal Offcar NOtes: DOL alter ego of Northeast Regional Communications lnc State Zip Code NY 13850 Company Name TF Painting Carp FEIN: Ban'ed Until 08/04/2009 Address City State Zip Code l 51-60 7th Avenue Whiteatone NY [ 1357 Fiscal Ofltcar Nates: AG sod Nu-Look Painting & Wallpapering Inc. and Tarcisio Ferreira, individually. Plea agreement with A.G.'s Officc. 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 CRy TGR Corpo~tion 22'Troy Lane Umcoln Park FEIN: Barred Until Fiscal Officer Notes: .. 22-2671011 07/31/2006 DOL' Multiple violations State Zip Coda NJ 07035 Company Name Thomas Henlon FEIN: Company Name Barred Until 09/11/2008 Address City Fiscal Officer Notes: As an individual. See Hanmx Construction Corp State Zip Code Address City Stats Zip Code .Thomas K Falsieno FEIN: Barred Until Fiscal Offlcar Notes: Principal officer-partner and/or shareholder - see M Falgieno Construction Co Inc Company Name Address City State Zip Cods Thomas L Smalls FEIN: Barred Until 06/30/2009 24 Miller St~et Rochast~ NY Fiscal Officer Notes: DOL dba LTS Construction - also as mt individual. Falsified pa:~Tolls. 14605 Company Name Thomas Masonry & Concrete Inc FEIN: Barred Until 16-1535306 08/18/2009 Address City 803 West Avenue, Sic 207 Rochester Fiscal Officer Notes: DOL Multiple willful violations Zip Coda 14611 Company Name Thomas. Masonry Enk,.t,,[~e lac FEIN: Barred Until 73-3103284 08/18/2009 Address · 955 Buffalo Road Fiscal Officer Notes: DOL Multiple willful viol~oni~ city Company Name Tobie'R Gutley FEIN: Address City P 0 Box 11304 Rochastar Fiscal Officer Notes: DOL Dba Gulley Terrs~o Tile & Roofing Co. - multiple willfuls State NY State NY Zip Code 14624 Barred Until 04/06/2005 Zip Coda 14611 Company Name Topo-Metfias lnc FEIN: Barred Until I t-2465550 04/22/2009 Tuesday, February 08, 200~ Address City 432 Park Avenue South New York Fiscal Officer Notes: DOL Falsification of payroll records State NY Page 27 of 30 Zip Code 10016 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 Flecal Officer Notes: 16-1590680 04/27/2009 DOL Falsified payrolls Company Name Address City Tower Building Maintenance and Mgmt 347 IGngslend Avenue Brooklyn FEIN: Barred Until Fiecal Officer Notes: l 1-3042307 11/24/2008 DOE ' Additional willful violations - debarment pex'iod extended State Zip Code NY I [222 Company Name · Tri-Stat~ Building Conu'aators lnc FEIN: Barred Until 14-1765905 05/24/2009 Address City 108 Sparrow. Ridge Road Cannel Fiscal OffiCer Notas: DOL · Falsified payroll records State Zip Code NY 10512 Company N~me Address City Two By Four Carpentry and Conatr Lc 132 W 129th St-Sle 4W New York FEIN: Barred Until Flacel Officer Notes: 08/12/2009 AG dba of Hah'isdn Jervis. Plea agreemcnt with A.G.'s Office. State Zlp Code NY 10027 Company Name Addre~/e City State ZIp Code U~lein Property Services and Contracting 209 Paddock Street Watertown NY 13601 FEIN: Barred Until .FIscal Officer Notes: 16-1372913 08/10/2005 DOL John C. Uhlein Ill dba Uhlcin Pt'operW Services and Contracting - consent by sfipu!ation Company Name United Painting and Contracting Inc FEIN: Barred Until 09/21/2006 Address City State Zip Code 13-t5 37th Avenue Long Island City NY I 1101 Fleoal Officer Notes: DOL a Joint Venture with Savoyn Conatmction Corp. - falsified payrolls - debarment per/od extended Company Name Vardo Construction Corporation FEIN: Barred Until 11-2694892 01/08/2009 Address City 1850 Sminway Street Long Island City Fiscal Officer Notes: DOL And Lorenzo DeVardo as an individual. Falsified payrolls state Zip Code . NY l 1105 Company Name VICO Mechanicals Syst~ns FEIN: Barred Until 01/28/2007 Address c/o S.Zeidin 50 Court St FlacaJ Officer Notes: Pica agl~ement cr~ Brooklyn State Zip Code NY 11201 Tuesday, February 08, 2005 Page 18 of 30 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY ·PUBLIC WORK CONTRACT ] Victory Roofing & Contacting Co Inc Address City 265 Victu~ Boulevard Stuten Island Fiscal Officer Notes: DOL and Musa Pacuku as in individual. Falsification of records State Zip Code Company Name FEIN: Barred Until 38-0100331 ' 04/14/2008 NY 10301 Company Name W J C~inder Eoo~mg Company FEIN: Barred Until · 16-0846854 10/18/2009 Address · CRy State Zip Code 1765 Mt Eesd Bouleva;d Eochester NY 14606 Fiscal Officer Notes: DOL As a substantially affiliated employer. See A A Geaeral Contractors, Inc. Multiple violations Company Name W Proper~ Ec~omcca Inc FEIN: Barred Until 13-3462866 08/16/2006 Address 123 West 126th Su~e~ Fiscal Officer Notes: NYC Multiple will~uls City State Zip Code New Yo~ NY 10027 Company Name Address City State Zip' Code Wayne Vitale [~c FEIN: Barred Until I 1-2779916 11/08/2005 Company Name West Electficlnc FEIN: ' 16-1496979 P O Box 325 Port Jefferson Fiscal Officer Notas: DOL Dba Neptune Construction Co Address City P 0 Box 83 BloasvaJc Ban'ed Until Fiscal Officer Notes: 07/19/2006 DOL Multiple willful violations 11777 State Zip Code 13308 Company Name Address W~tchcst~ T0m~ Works Coqx)rafion 65 Pla~ Avanue FEIN: Ban'ed Until Fiscal Officer Notes: 13-~-59763 03/02/2006 NYC Volunta~ debarm~t City State Zip Cods New Rochelle NY 10801 · Company Name Address City State Zip Code Wastwood Fence Corp 1084 Sundae Highway Amityvillc NY 11701 FEIN: Barred Until ' Fiscal Officer Notes: l 1-3084236 03/I 9/2008 A~d Robert Amendola as an individual. Fslsitied payrolls. Pica agreemant antefed into with SuffOLk County D.A.'s Office. Company Name Address City State Zip Code Wiley Development Co Inc 235 Nmth~pton Stzeet Buffalo NY 14208 FEIN: Barred Until Fiscal Office[' Notes: 16-1363561 08/11/2009 DOL Falsitied payroll records · Tuesday, February 08, 2005 Pa~e 29 of 30 I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Z~p Code William M Stringer FEIN: Barred Until Fiscal Officer Notes: l 2/18/2006 See Mac Stringer Painting Company Name Address CRy State Zip Code William Valentine FEIN: Barred Until Fiscal Officer Notes: 09/l 1/2008 As an individual. See Hamax ConsW~ction Ctnp Company Name Address City State Zip Code ·Willic Jones 1537 Union Street Schenectady NY 12309 FEIN: Barred Until Fiscal Officer Notes: 05/24/2009 DOL As an individual. Sen Pachyderm EntetTnlSes lnc Company Name Addresa City State Zip Code Wilson Tank Builders Inc 646 North Broad Stroet Grove City PA 16127 FEIN: Barred Until Fiscal Officer Notes: 25-1773019 05/08/2006 DOL Falsified reeofds Company Name Address City State Zip Code Wintach Contracting Inc 1950 E Ma'tn St -Stc 205A Mohegan Lake NY 10547 FEIN: Barred Until Flacal Officer Notes: 13-3139312 07/22/2009 DOL Falsified payroll reeords Tuesday, February 08, 2005 Page 30 of 30 .'i '1 STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS IlgSURANCE IDEN'IIFICATION: TH~: BI]) NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Censultant, is an independent contractor and covenants and agrees that it,' its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not l/m/ted 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 i~lsurance. WORKERS' COMEENSATI,ON: Contractor/vendor shall take out and maintain during the hfe of this contract, such insurance as will protect both the owner and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property 'damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the TOWN OF SOUTHOLD. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/candor shall take out and .ma_intain_d_urin~g~_e~antire_~m~ of_the~:ontraetamy~di~biht3~hanefitsand unempt~tinsurance~as required by law. Copy of Certificate to be provided to the TOWN OF SOUTHOLD. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage l/ability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It 'shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficiant 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 milliou dollars) on account of all accidents (general aggregate). EXCESS/LrMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/umbrella insurance policy in an mount of not less than $2,000,000 (Five million dollars) each occurrence and aggregate. OTHER coNDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: 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 LIABIIiTY 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). O'rH¥: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 INSIJllANCE: 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. CERTn*ICATE OF INSURANCE: The contractor/vendor shall, file with the TOWN OF SOUTHOLD prior to commencing work under this contract, a certificate of insurance'. L -C~rtifieate-o¥ insuran~ ~hall ta¢lude: C. E. G. Name and address of insured Insurance company name Policy number Limits of liability for all policies 'included on certificate B. Issue date of certificate D. Type of coverage in effect F. Inception and expiration dates of policies included on certificate. °l If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire during the hfe 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 1. Definitions of Terms 2. Standards of Workmanship 3. Samples 4. Manufactured Materials 5. Laboratory 6. Shop Drawings 7. Permits 8. Plans and Specifications 9. Cutting, Patching and Digging 10. Errors, Omissions and Discrepancies 11. Temporary Toilet 12. Proper Method of Work and Proper Materials 13. Inspect/on 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 _ Xgam/~g Sigr~ - - - 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. Subcon~actors and Suppliers 31. Penal Law ol 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 per~alnln§ to the work or to any structure connected therewith. SPECIFICATIONS: The body of directions, requi~ments, 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 &performing the work and/or to the quantities and quality of materials to be famished and accepted under this Contract. OWNER: Shall mean Town Board, Town of Southold. ENGINEER {ARCHITECT): L.K. McLean Associates as engaged by the Owner and 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 entrusted to .1 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. 12ONTIIACTOR: The partyofdaeeecnnd~part hereto; wkether corporafio~"~'m Ofin~iw~uaI, bi any successor, personal representatives, executors, combination thereof, and adnlinistrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place .I 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 famished 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 '1 3. SAMPLES: The Contractor shall fum/sh 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 cons/der the samples submitted and, if necessary, to permit a resubmiasion of samples to the Engineer until approval is given. Work and material shall be tim/shed and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, beating material, name and quality, Contractors 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 l~om Engineer. 4. MANUFA~D 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 Conlxactor sh:}ll,...fi..lmi. '. 'sh_.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. IJales~particularly SlX~ified othemfse, a~manufactured articles, materi~s arrffequlp~-en~t s2mll Be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by thc manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufactureds 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 uaits. All labor shall be performed in the best and most work'manlike 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. $. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. 6. SI-lOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of al/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 °1 ol .1 °1 o[ 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 (b) deviations from Plans and Specifications unless the Contractor, at the time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PERMITS: 7.1 Municipal: All work in connection with the installation of pipes or other underground structures Of a like nature either within or without the limits of the highway, shall follow all the provisions as contained herein together with the provisions, as they apply, of the Highway Law,. Roads Opening, Section 149, and Section 198 Town Law, with all subsequent changes, additions or corrections thereto. A. The Contractor shall obtain from the Building Department a certificate of occupancy, whenever the scope of work of the Contract provides for the construction ora building or structure, or for modification or alteration of a building or structure, so that a certificate of occupancy, ?r a revised certificate of occupancy is required under state and/or local law. The Owner shall be responsible for obtaining the building permit and permit(s) pre-requisite thereto, including but not limited to the following, unless ContraCtor is specifically required to obtain the same pursuant to other provisions of this document: (1) Building penuit (2) Fire prevention petmlt (3)' Health Department/Application to construct a) b) sanitary system including SPDES permit Hazardous materials storage The following additional pemdts when required'under law shall also be obtained by the Owner: (1) (2) (3) NYSDEC permit(s) Town Division of Enviroumental Protection U.S. Army Corp of Engineers The Contractor shall give all notices, and comply with all'laws, ordinances, rules, regulations and conditions of the permits, beating 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. °1 GENERAL CONDITIONS ol On projects' involving multiple contracts, it 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 in that event, have the option to exercise "The owners right to stop work or terminate contract" as provided for in the conditions of the contract. B. Pipes and Underground Structures: All work in connection with the installation of pipes or other underground stmctm'es of a like nature either within or without the limits of the highway, shall follow all the provisions, as they apply, of the Highway Law, Roads opening,' Section 149, and . Section 198 Town Law, with all subsequent changes, additions or corrections thereto. C. Any work to be performed w/thin the Town Highway right-of-way will require _a~ Town Highway Department mad-opening permit. Obtaining of the permit and subsequent release/approval shall be the responsibility of the Contractor. J _ Acc.~ptanne of the contmetor~spefformanee-bond/~ien of theContractors roadzopening-bonffsh'alI · be at the option of the Highway Department. °1 1 7.2 SuffoLk County: All p,tmits required for opening County ro~cl~ and making connections with County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. (a) Department of Public Works All permits required for opening County roads and making connections with County 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 Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this p~mdt. The Contractor shall be responsible for conformance to all conditions of the permit and for the subsequent release/approval. (b) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department permits described in paragraph 7.1.A. o} I ol °1 GENERAL CONDITIONS 7.3 State of New York: The Contractor shall obtain all necessary New York State highway permits whenever the Contract requires any work to be done within or upon existing State h/ghway right-of- ways. These permits shall be obtained from the District Office in Hauppauge prior to the · performance of the work. Upon application for the permit, the Contractor will be required to supply the following: (1) Three (3) copies of a sketch or print showing description and location of the 'proposed work. The Engineer will supply these prints to the Contractor. ' (2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be furnished in mounts and manner as required bythe 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 Supe~ntendent of Public Works covering liability arising with respect to all operations through highway permits by permittee or by anyone acting by, through or for the permittee, including omissions and supervisory acts of the State", in the amount of personal injury (including death) and property damage as required. 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans-~''' and Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything. shown on the Plans and not mentioned in 'the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the-work aeoording ~o the/ntent~d meaning ofXl~e Co~tract-sTaall be fiHmished, ' 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 workraanship, 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 Fragineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". Additional copies of Plans and Specifications, when requested, will be furnished tO the Contractor at cost of reproduction. GC - 6 '1 .1 '1 _GENERAL CONDITIONS The Contmct0r shall furnish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. 9. CUTTING~ PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon or reasonably implied by Drawings and Specifications for the completed structure, and he shall make good af~er 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 fi'om receiving such Drawings, Specfficatio~s 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 ~ make it/mpossihie to prodtme -a Ttrst ~lass~te2:-e ot~ WoHq or stiould discrepancies appear between the Drawings and/or Specitieations,. 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 E~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/~r 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 E~neer, 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 all times. Upon removal of the temporary outside toilet, the vault shall be disinfected, filled and all evidence of the toilet removed from the site. 12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have the power in general to direct the order and sequence of the work, which shall be such as to permit the.entire work under this Contract to be begun and to proceed as rapidly as possible and such as to bring the several parts of the work to a successful completion at shout the same O.me. °1 GENE ,RA_L 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 from h/s 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 bythe 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 ~oreman 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 tho Owner ha any .way nor reteasinKthe ConWactor'from Ihe-fatfillmenf bf the terms of the Contract. The 'Contractor shall be conclusively presumed to be acquainted with all existing conditions and to guarantee that all work and materials shall; upon final completion of the work, be tamed over to the Owner in a complete and perfect condition and he shall be responsible for the proper care, maintenance and protection of all work and material until his entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and accepted by the Engineer and the Owner. The Contractor shall, at all times, provide the Owners, Engineer, assistants and inspectors under him with necessary facilities for determining both on the work and at tho 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 impection by the Owner or Eng/neer 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 °1 GENERAL CONDITIONS °1 employees shall operate as a waiver of any provision of this Contract or of any power herein reserved to the Owner or any fight to damages herein provided; nor shall any waiver of any breach of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract shall be construed as cumulative; that is in addition to each and every remedy herein provided. 15. WATER AND ELECTRIC POWER: All water' and elec~ic power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACltlNERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in the prosecation 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 of issuance of the Final Certificate, any portion of the work shall, in the opinion of the Owner, require repairing, replacing, or rebuilding, the Contractor shall start such repairs within five (5) days at~er the receipt of notice from the. Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days, · the Owner may employ such other person or persons as they deem proper to make such ~pairs and pay the expense thereof out of any stun retained by them, provided nothing herein contained shall limit the liability of the Contractor or h/s-Surety-co-the~ ~Tvfi~r For fibhperf6fin-ance o3-the Contractor's obligations at any time. 18. SCHEDULE OF OPERATIONS: Within 5 days after the Signing of the Contract, the Contr~or 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 p~mfit 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 dihgence 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 fonvard 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 te~minste the Contract. · q _G. ENERAL CONDITIONS OtI ol 21. WARN~G SIGNS: Contractor shall provide and main~in 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 bum/rig from one-hal/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 pre, cautious for the protection of persons and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all other physical hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Consmtction 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. ff any operation, practice or condition is deemed by the Engineer to be un.qafe, he shall notify the Contractor in writing to take corrective actior~ Where, in the opinion of the En~.'~.ger, 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 I - in' °ases °f emergencY it *hall have theright-t° remedy anY rteglect w~tti0uf~bfide' an-d-in eith~ fiase 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 0fthe work. o} 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or.materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whalever, occurring upon or arising out of the Contract. 24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary structures where necessary, prepare the roads so there will be minimnrn interference with tral'fic, set up and maintain a competent organization as directed by the Engineer, to keep the highways 'in first class condition for ~raffic, and take every precaution to prevent any aamage or unreasonable deterioration of the work during the time it is dosed. C_*C-10 °1 °1 °1 GENERAL CONDITIONS ol 25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall prepare the cons~'uction 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, consmaefion 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. Ail monuments or land markings exposed to view when the work is first undertaken shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of position of the same. The unit price of all items shall include the cost of restoring to its former condition any sidewalks or curbs, as well as restoring any trees, shrubs or lawns .tim.. t may be rtamaged during this construction. No additional payment will be made. The Contractor is required at his own expense to obtain any and all pernn'ts 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 origiml coadition- - - ....... 27. PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work, and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to car~ 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 fight-of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall ennduet his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town or any of its representatives, and agrees that any such claim shah be fully compensated for by an extension of time to complete performance of the work as GENERAL CONDITIONS provided herein. This provision shall not apply to any act or omission to act of the Town or any of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. 29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract term and for six (6) years thereafter. 30. SUBCONTRACTORS AND SUPPLIERS: Within five days at~er receipt from the Engineer of notice to begin work, the Contractor will fumiab written notice of names of all subcontractors to be employed on the project and the general item~ of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of supphers 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 w/thin 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 bythe Owner. ~:,, ..... 31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blasting near pipes conveying combustible gas · -1 .- No-person shalt discharge explosivesin the ground, nor ~hall any pefs~Sn oth-er-than ~t ~tat~ 6~ 66unty employee regularly engaged in the maintenance and repair' thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours.in advance to the person, corporation or municipality engaged in the distribution of gas in such territory. The person hamg direction or control of such work shall give such notice, ) and further he shall ascertain whether there is within one hundred feet in such street, highway or · '1 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 mtmicipality conveying combustible gas, and if thereby any such pipe, he shall also give such notice to any other such i person, corporation or municipality. Provided, however, that in any emergency involving danger to · life, health, or property it shall be lawful to excavate without using explosives if the notices · .~ prescribed herein are given as soon as reasonably possible, and to discharge explosives to protect a person or persons from an mediate 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. °1 GC- 12 *} .1 *1 .} 2. 3. 4. 5. 6. 7. 8. 9. 20. 22. 23. 24. 26. 27. 28. 29. 30. 32. 33. 34. 35. 36. 37. 38. 39. 40. 42. 43. 44. 45. 46. CONDITIONS OF CONTRACT INDEX Contract Documents and Definitions Scope of the Work Compensation to be paid to the Contmctor Time of Essence · Co~a~lencement of Work Time of Completion Liquidated Damages for Delays Extension &Time. No Waiver Weather Contract Security Laws and Ordinances Qualifications for Employment Non-Discrimination Payment of Employees Estimates and Payments Acceptance of Final Payment Constitutes Release Cons~-uction Reports Inspection and Tests Plans and Specifications: Interpretations '" Subsurface Conditions Found Different Contractor's Title to Materials Superintendence by Contractor Protection of Work, Persons and Property Representations of Contractor PathSt Rirghts- ' ' ' Authority of the Engineer Changes and Alterations Correction of Work Weather Conditions The Owner's Right to Withhold Payments The Owner's Right to Stop Work or Terminate Contract Contractor's Right to Stop Work or Terminate Contract Responsibility for Work Use of Premises and Removal of Debris Suits of Law Power of the Coniractor to Act in an Emergency Provisions Required by Law Deemed Inserted , Subletting, Successor and Assigns General Municipal Law Clause Grades, Igmes, Levels, and Surveys Insurance Requirements Foreign Contractors Lien Law Refusal to Waive Immunity Exemption f~om Sales and Use Tax Minority and Women's Business Enterprises/Equal Employment Opportunity, State Revolving Fund .} CC- 1 '1 CONDITIONS OF CONTRACT 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Instmcrions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings, together with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto, as if they were herein fully set forth. The table of contents, rifles, heading, headlines, and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light upon. the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean and include the Notice to Bidders, Instructions to Bidders, Proposal Form, 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 Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and includes all work required by . the Owner, which in the judgement of the Engineer involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form and which is not covered by a specific unit price in the Form of Bid. . Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying labor and material for work at the site of the project but not including the pa~des to this Contract. Notice: The term "notice", as used herein, shall mean and include written notice. Written notice shall be deemed to have beeax dulyservedc when delivered to; 6f ~t last kno~vn-bnsines~ ~tddress 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", "orde~d", "designated", "prescribed", and wordS .of like import shall imply the direction, requirement, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactory'.', "in the judgement of', and 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 '1 CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that'the Contractor will accept as payment in full the summation' of products of the actual quantities in place upon the completion of the work, as determined by the Engineer's measurements, by the unit prices bid, no allowance being made for anticipated profit or for reasons of variations from the estimated quantifies set forth in the Form of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be det,~mined as follows: 1) By such apphcable 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 bythe 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 require~b~'law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty (20) pement as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Worlmaen's Compensation Insurance, materials used in temporary structures, allowances made by the ~Contractor to subcon~xactor% -additional~preminms upmr thepefformance bond ~f the Co/~tr~ctor and the use &small tools. 4. TIME OF ESSENCE INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF ENABLING ~ 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 TttlRTYNINE {39) WEEKS from the date the contract is signed by al/parties. The date of such completion shall be the date of the Certification of Completion here'm specified. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. CC - 3 '1 CONDITIONS OF CONTRACT The Owner reserves the right to order the Contractor to suspend operations, when in the opinion of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during which such suspension of work is in force are not chargeable against the specified completion date. 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Hundred Dollars ($100.00) per day which mount is hereby agreed upon, fixed and determined by the parties hereto as the l/quidated damages, including overhead charges, services, iuspectofs wages and interest on the money invested, that the Owner will suffer by reason of such default, for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6 - Time of Completion, provided, however, that the Owner shall have the right to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER If the ConWactor 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.£reight embargoes, the period hereinabove~specified for completion-of his work shall be extended by such time as shall be fixed by the Owner. No such extension o f 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. WEAT~II~R 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 ~he 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 faith_fid 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 time the Owner shall be or become dissatisfied with any surety or sureties, or if for any other reason such bond shall cease to be adequate security to the Owner, the Contractor shall within five (5) days 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. ! 1. LAWS AND ORDINANCES In the execution of the Contract, the Contractor shall comply and obey all federal, state, county and local laws, ordinances, codes and regulations relating to the performance of the Contract, including but not limited to, labor employed thereon, materials supplied, obstructing streets and highways, mainta{nlng signals, storing, handLing and use of explosives, and all ohSer 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 requirements of the labor laws of the State of New York. The Contractor shall comply with the provisions of Sections 291- 299 of the Executive Law and Civil Rights Law, shall furnish all information and reports deemed necessary by the. State Com. m/ssion for-Human Rights,, the Attome~Generat and the Industrial" Comm/ssioller for purposes of investigation to ascertain compliance with such sections of the Executive Law and Civil Rights Law. The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these laws. The Contractor hereby expressly agrees to comply with all the pmvisious of the Labor Law and any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor Law, as amended, provides that no laborer, workman or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be permitted or required to work more than eight (8) hours in any one (1) calendar day, except in cases of extraordinary emergency caused by fire, flood or danger to life or property;, that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week expect in such emergency; that the wages to be paid for a legal day's work as herein before defined, to laborers, workmen or mechanics upon the work called for under this Contract or upon any material used upon, or in cormeetion 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 fzom the provisions of the Labor Law wkich require...the payment of the prevailing rate of wages andthe eight (8) hour day. · Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months mediately prior to the commencement of their employment. Each person so employed shall furnish satisfactory proof of residence in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner, .the Contractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollar~ ($500.00) or by imprisonment for not less than thirty nor more than ninety days, or both fine and imprisonment. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State ofan~ city, county,.town or village or other civil division of the state of any sums due on account of a contract for a public improvemelit, 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 satisfactoD' 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 thepemons whose wages are unpa/d and the amount-due eachxespeetive~y. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof of the 'sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any contractor or subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. Section 220-C of.the Labor Law, as so emended, 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 contr~, ting to do the whole or part of the ·work contemplated by the CC - 6 CONDITIONS OF CONTRACT Contract, and the Contract shall contain a stipulation 'that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fmc of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by fmc and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor bas been .convicted of second offense in violation of the provisions of this section. The minimum wage rotes established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of "Instructions to Bidders". 1'2. OUALIFICATIONS 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 unde[ this. person age or physical as to employment. · Contract. No whose condition is such make his · 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 employment of physically handicapped persons, otherwise employable, where each the person may be safely assigned to work which they can ably perform. · 13. NON-DISCRIMINATION .r There shall be no discrimination because of race, creed, color, national origin, age or sex in the employment of persons for work under this Contract, whether performed by the ContraCtor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin; age or sex. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violatiOn of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact may be canceled or tenuinated 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 ~e Employee) and not less often than once each week. CC - 7 _CONDITIONS OF CONTRACT '1 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 esl/mated and paid for. The five percent (5%) of the mount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee that the Contractor will faithfially and completely f~llill all obligations imposed by the Contract and Specifications, and agaln~t any damages.caused the Owner by mason of any failure on the part of the Contractor to fulfill ail Conditions and obligations herein contained. (b) Finai Estimate: One month after the completion and acceptance of the work specified and contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the Owner will pay the full amount, less prior payments, less any amounts retained to complete the work according to the pmvisiom of the Specifications, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfiffiy and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. .... (c) Measurement for Payment: The -Engineer shall makextuemeasurementofwork donerdtr, dng the progress of the work and his estimate shall be final and conclusive evidence of the amounts of work performed by the Contractor under, and by virtue of, this agreement and shall be taken as full measure of compensation to be received by the Contractor. When requested by the Contractor, the Engineer shall measure, remeasure or re-estimate any portion of the work, but the expense of such remeasurement or re-estimating shall, unless material error be proved, be paid for by the Contractor. (d) No payments will be made for materials delivered to the site which have not been incorporated into the work. (e) Contractors and subcontractors are reqU/red to submit to the Town, within thirty days after iss, m~ce's of the first payroll, and every thirty days thereafter, a transcript of the original payroll record, subscribed and affirmed as tree under the perm/ties ofpexjury. 16. ACCEPT ,ANCE OF FI2qAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall be, and shall operate as a release to the Owner fi'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 'l '1 .) ./ CONDITIONS OF CONTRACT release the Contractor or his sureties from any 0bligafions under this Contract or the Performance Bond. 17. CONSTRUCTION REPORTS The Contractor shall submit to the Engineer prior to commencing any work under this Contract, a detailed' schedule and plan of operations indicating the manner in which the Contractor proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to bind the Contractor to a pre-determined plan or procedure, but rather to enable the Engineer to coordinate the work of the Contractor with work required of; and to be performed by others. The detailed schedule shall include a list of the subcontractors and material supphers 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 e~mate 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 rogutatiolls.- 18. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the F_zgineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make. any tests required by the Engineer and/or required by the Specifications. If at any time before final acceptance of the entire work, the Engineer considers necessaxy or advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, fitmish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expense for such examination and of satisfactory reconstruction. If, however, such approval and consent shall have been given and such work is found to meet the requirements of this Contract, the Contractor shall be recompensed for the expense of such CC - 9 .CONDITIONS OF CONTRACT examination and reconstruction in the manner herein provided for the payment of cost. of extra work. The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or equipment shall be subject to the approval of or designated by the Owner. Satisfactory documentary evidence that the material has passed the required inspection and tests must be furnished to the Engineer prior to the ineorporatiun 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 ~hall 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 Engineerwhose decision thereon shall be conclusive. 20. SUBSURFACE CONDITIONS.FOUND DlleI~RENT Should the Contractor encounter subsurface conditions at the site materially differing from those ~ ~ho_vzn onlhe Plans or hadieatedin the Specifmation~, he shal~/.n~,n, ediately give notice to the · I - Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly investigate the conditions and if he finds that they materially differ from those shown on the Plans or indicated on the Specifications, he shall at once make such changes in the Plans and/or Specifications as he may find necessary. Any increase or decrease of cost resulting from such changes will be adjusted in the manner provided herein for adjustment as to extra and/or additional work and changes. 21. CONTRACTOR'S TIT!,E TO MATERIALS No materials or supplies for the work shall be purohased 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 wan'ants that he has good title to all materials and supplies used by him in the work. 22. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the Contractor shall give his constant, personal attention to the work or employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be able to read and speak the English language. CC - 10 °1 °1 I I CONDITIONS OF CONTRACT 23. PROTECTION OF WORI~ PERSONS AND PROPERTY Precaution shall be exercised at all times for the proper protection of all persons, property and work. The Contractor shall give notice to the owners of utilities which may serve the area and request their assistance in predetermining the location and depth of various pipes, conduits, manholes, and other underground facilities. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. The Contractor shall furnish entirely at his own expense any and all additional safety measures deemed necessary by the 'Owner or his Engineer to adequately safeguard the traveling public. The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent property fi:om 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 Con~'actor 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 warrauts: (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under tb/s 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 1/mited 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 ol 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 &any infringement of patent rights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an infringement of a patent. 26. AUTHORITY OF THE ENGIi~. ER 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.. Engineer shall determine the amount, quality, acceptability, and fituess 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, _. judgementr discretion or detcafdaation of be Engineer shal} control or innathich work shall be performed to his satisfaction or subject to his approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and performed, but without exception all the work shall be governed and so.performed. 27. CHANGES AND ALTERATIONS The Owner, upon the Engineers recommendation, reserves the right to make alterations in location, line, grade, plan, form or dimensions of the work, or any part thereof, either before or after the commencement of construction. If such alterations diminish the amount of work to be done, no claim for damages or anticipated profits will be warranted on the work, which may be dispensed with. If such alterations increase the amount of work, such increases shall be paid for according to the quantity of work actually done and at the prices for such work as contained in the schedule of prices. 28. CORRECTION OF WORK All work and all materials whether incorporated into the work or not, all processes of manufacture and all methods of cons~._ction shall be at all times and places subject to the' inspection of the Engineer who shall be the final judge of qnallty, 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 ol 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 Con~-act 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 · equi .ruble. The Contractor expressly warrants that his work shall be fi:ce fi:om any defects in mater/als 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. WEATlffl~,R 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 agaln~t damage or injury from the weather. If in the opinion of the Engineer any work or material shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to protect his or their work, such work and materials shall be removed and replaced at the expense of the Contractor. 30. TH]E 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 fi:om loss due to defective work not remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of · other contractors or 'subcontractors or others, caused by the act or neglect of the Contractor or any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such applications of such money shall be deemed payments for the account of the Contractor. 31. TIrE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT (a) The Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors; or Co) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall CC- 13 CONDITIONS OF CONTRACT not be dismissed within 20 days after such appointment, or the proceedings in connection therewith shall not be stayed on appeal within the said 20 days; or (c) The Contractor shall refuse or fail, after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials; or (d) The Contractor ~hal! refllse or fail to prosecute the work or any part thereof with such diligence as will insure its completion w/thin 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 fall to make prompt payments to persons supplying labor or materials for the work; or (f) The Contractor shall fall or refuse to regard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then and in any such event, the Owner, without prejudice to any other rights or remedy it may have, may by seven (7) days' notice to the Contractor, t~m,;nato 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 othervAse, 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 .qhall exceed the expense of so completing the work (including compensation for additional managerial, arlministrati~e_and im'peclion ~4ces and any-rlamages~ fo~ delay),-such excess shatM~e-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 necessa~ thereof, ff the Owner does not so terminate the right of the Contractor to proceed, the Contractor shall continue to work. 32. CONTRACTOR'S RIGHT TO ST. OP 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 det~,uined 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 '1 .I 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 W°rk. 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (a) T° store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his . subcontractors; (b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; (c) Before final payment hereunder to remove all surplus material, temporary structures, plants of any description and debris of every nature resulting from his operations. 35. SUITS OF LAW The Contractor shall indemnify and save harmless the Owner from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the construction of the work or any part thereof, or any commission or omission of the contractor, his employees or agents of any subcontractor, and in case of any such action shall be brought against the Owner, the Contractor shall [mmediately take charge of and defend the same at his own cost and expense. 36. POWER OF TI:IE 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 peimitted 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 Conlxactor has not taken action but has notified the Engineer of an emergency indicating injury to persons or damage to adjoining property or to the work being accomplished under this Contract, then upon authorization from the Engineer to prevent such threatened injury or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Contractor on account of any such action shall be determined in the manner provided herein for the payment of extra work. CC - 15 '1 CONDITIONS OF CONTRACT 37. PROVISIONS REQUIIIED 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 other, vise, any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be forthwith be physically mended to make such insertion. 38. SUBLETTING, SUCCESSORA.ND 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 transaction or contract had with the State, any political subdivision thereof, a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of iml~aunity agaln~qt subsequent ~riminal prosecution orlo answer aayrelevant qn~m_'onconceming such transaction or contract, such person, and any finn, partnership, or corporation of which he is a member, partner, director or officer shall be disqnalified 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 Deparmaent, agency or official thereof on or after the first day of July, 1959, by such person, and by any finn, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 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 '1 '1 '1 D CONDITIONS OF CONTRACT .41. INSURANCE REQUIREM~ENTS The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold fi.om and agaln~t all losses and all claims, demands, payments, suits, actions, recoveries and judgmants of every k/nd or nature, brought or recovered against the Town of Southold by reason of any act or omission of the Contractor, his agent or employees in the performance of the Contract. The Contractor shali not pemdt any subcontractor to commence any work under this contract until satisfactoD' proof of carriage of the required insurance has been posted with and approved by the Town. 42. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for'the performance of this work. The certificate of the New York State Tax Commission to the effect that all taxes have been paid by the foreign contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws ora state other than the State of New York. 43. LIEN LAW .~ttention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. 44. REFUSAL TO WAIVE IMMUNITY Pursuant to the provisions of Section 103-A of the General Municipal Law, in the event that the bidder or any member, partner, director or officer of the bidder, should refuse when called before a grand jury to testify concerning any transaction or contract had with the State, any political · subdivision thereof, a public authority or with any public department, agency or official of the 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, parmership 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 fi.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 t~m,inated by the municipal corporation without CC - 17 '1 °1 .t -I CONDITIONS OF CONTRACT incun-ing any penalty or damages on account of such cancellation or temdnation, 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 TAXlgS In accordance with Chapter 513 of the laws of 1974 adopted bythe New York State Legislature, amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political subdivisions, as described in subdivision (a) paragraph (L) of section 1116 of the tax laws, of the State of New York are exempt f~om 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 pmpen~y, property or land of such an organiTation, 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 pa~t of such structure, building or real property. (16) Tangible personal property sold to a contractor or repairman foi' 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 componentpart of such structure~building oJc realproperty. Contractors entering into Contract with the Town of Southold shall be exempt 15om payment of sales and use tax as described above. Procedures and forms are available to the Contractor direct f~om the Instructions and Interpretations Unit, State of New'York, Department of Taxation and Finance, State Campus, Albany, New York, 12227. 46. NEW YORK STATE ENVIRONMENTAL FACILITIES .CORPORATION MINORITY AND WOMEN'S BUSINESS ENTERPRISESfEQUAL 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 EnterDrise(s~ for the combined Federal and State Funded portions of the Project. The established MBE/WBE-EEO goals shall be in conformance with NYS Executive Law, Article 15-A. Failure to attain these objectives or demonstrate positive good faith efforts to do so may lead to appropriate actions by the Clean Water State Revolving Fund (CWSRF) Drinking Water State Revolving Fund (DWSRF) loan recipient. Within ten working days of the award of a prime contract, the Contractor shall submit to the CWSRF/DWSRF loan recipient's Minority Business Officer and 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 CONOmONS OF CONTRACT 'l MBE/WBE-EEO goals herein stated are the goals which have been included in the CWSRF/DWSRF loan recipients approved MBE/W'BE Utilization Plan. The 'CWSRF/DWSRF Minority Business Officer shall review and approve the Prime Contractor's Utilization Plan within ten working days after receipt of such plan if it clearly delineates methods to achieve the estabhshed 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 completion of the project within the spec'ffled contract time. and any conslzuction sequence requirements of the contract. Within thirty days of approval of the Contractor's MBF_JWBE 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: Actual Dollar Amount; Job Description; Signatures of Both Parties (Pr/me and MBFJWBE); and Date of-Execution ..... NOTE: Purchase orders must be accompanied by copies of both sides of legally signed and cancelled checks. The Contractor is advised that failure to submit the referenced MBE/WBE support documentation within the time stipulated may be grounds for the withholding of progress payment by the CWSRF/DWSRF loan recipient. Such withholding of progress payments shall not relieve the Contractor of any requirements of the contract documents includihg the completion of the project with in the specified contract time and any construction sequence requirement of the contract. SUPPLY POLICY ,r Contractors shall receive credit for the use of MBE/WBE suppliers as follows: Suppliers receive 25 percent credit if they only provide supplies, and do not manufacture or fabricate them. Suppliers receive 100 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 matcuSal or equipment that is supplied. CC - 19 .} CONDITIONS OF CONTRACT "Commercially useful functions" normally include: 1.) 2.) 3.) Providing technical assistance to a purchaser prior to a purchase, daring 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 funetious other than just accepting and referring requests for supplies or equipment to another party for direct shipment to a contractor. Haulers receive 100 percent credit if they provide the material that is hauled. NOTE: For those contracts in which an ex~raordinmy proportion of the conlXact price is for equipment or supplies, the contractor may purpose a lower project goal than otherwise would be required, or request the applicant/recipient to increase the twenty-five percent (25%) limit for . supplies, or a combination of the two. Only NYS Certified Minority/Women Business Enterprises may be utilized for MBF_AVBE Program crediting purposes. Contractors must ensure that firms proposed for MBE/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 Pwgram for approving firms wishing to participate as MBEs/WBEs under New York State agency ..programs. See attached Exhibit on how to access the dimctow for certified M/WBE finns on the Website. EQUAL EMPLOYMENT OPPORTUNITY The contractor agrees to take affirmative actioq to utilize at least 10% minority employees and at least 10% female employees in the workforee(s) associated with the Construction and/or service Contract. The established EEO goals shall be attained in conformance with NYS .Executive Law, Article 15-A. The NYS Environmental Facilities Corporation requires at least one, or two weeks notice be given prior to pre-bid and pre-construction meetings to allow for the NYS Environmental Facilities Corporation officials' attendance and review MBE/WBE compliance requirements. Failure to meet the provisions for this notice may be grounds for resehedullng the meeting. CC - 20 Town of Southold TRANSFER STATION AND RESIDENTIAL DROP-OFF PROPOSAL PACKAGE BID OPENS: APRIL 21, 2005 REMINDER NOTE!II: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder' s response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package Thank you ! Proposal Package 1 of 22 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Ten Percent of Bid Price as required in the Invitation to Bid. As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional insured, to be on file in the Town Clerk's Office. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 22 ENDOR NAME: ~Jq~ LL~ VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY #: DATE OF ORGANIZATION: PARTNERSHIP IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) INDIVIDUAL LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3. of 22 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: E-MAIL: ~'~t~['fil~¥'~iltl/'~v ha,~10,,e.llC. ..... tOW ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: CONTACT: ONLY if different - MAIL PAYMENT TO: ' -ADDRESS: TELEPHONE: CONTACT: FAX: .E-MAIL: Proposal Package 4 of 22 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; ff a partnership, by one of the panners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Town Clerk. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipality bid on contracts only that such interest be revealed when they do bid.) · INSURANCESTATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Cenificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ~ Insurance Certificate filed on DATE . PROVIDE SPECIFIED INSU S L DI ALIFY BIDDER. FAILURE TO AUTHORIZEf5 SIGNATURE · Proposal Package 5 of 22 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my finn 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: l. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. $. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to an3' firm or person, and has not been promised or paid cash or anytlxing 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. ?. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. s ning bid, under t e penalties of perjury, affirms the tmth tlttereof. /~.~ ' SWORN TO BEFORE ME THIS S~'~ature & IE~mp~ly ~[sltion T'y~ Name ~ ComPany Position Cffn~pany Ni~ I I NOTARY PI~BLIC Dt t aeS Federal I.D. Number NO~ EDITH MUFIDOCK. ~ Public, St.t..of New YOrK No. 01M~6(~510 Oualitled In ~uffolk County Commission Explms'S~pt. ~, 2007 ProposaiPackage 6 of 22 PROPOSAL FORM TRANSFER STATION AND RESIDENTIAL DROP-OFF DESIGN VENDOR NAME: .~__~ IOU.~'(:~ VENDOR ADDRESS: TELEPHONE NUMBER: 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 an_y 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 Project No. 04-050. ITEM DESCRIPTION OF ITEM ESTIMATEE UNIT UNIT PRICE BID EXTENDED AMOUNT BiD NO. (Fill in Unit Price Written in Words) QUANTITY I General Conditions and Mobilization I LS Dotiars Cents 1. The lump sum pdce bi~ under Payment Item 1 shall include supewlsion and management, ongoing pmject-mlat~ e~ensesl insurances, under Division 1, comply with a~l conditions set fo~ in the Conditions 0~ Contract and General Cond~ons of ~e Contract and dem~ilize from the a. Fi~ Percent (50%) upon ~omp[ete mobilization to ~e sife. 2 Site Demolition - Pavement Su~es 184,000 SF I Dollars Cents 2. Ati costs ass~iat~ w~ demolEion of ~vement, mis~llaneous demolit~, removals, dis~l fees, all labor, mateflals, ~uipment and specifications anWor as dir~ by the Engineer ~all be inclu~ in the pflce bid for this Item. 3 Site DemolEion - Conorete I LS 4 S~e Demolition - Buildings & Stru~ures I LS ~or~ ~P ~o ~s ~ollars Cents 5 Sits Demolition - SEe Fe~ur~ I LS IOjooo~ lO, GoO Dollars Cents 1. Measurement and Payment: The Contra~r shall receive the lump sum unit pdce for De~li~on and Removal of all Site Features ~in ~e 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. 04-050. DESCRIPTION OF ITEM ESTIM/~TE~ UNIT UNIT PRICE BID EXTENDED AMOUNT BID ITEM NO. (Fill in Unit Price Written In Words) ' QUANTITY 6 Building Relocation - Administration Building 1 LS D(~llars Cents I. Measurement and Payment: The Contractor shall receive the lump sum unit price for Relocation of the Existing Administration Building thcluding site prep, Anchoring System, Wooden Ramps, Stairs, Insulated Skirting WaiL. Underground LP Gas Tanks, and the Modular Lifting end Relocation of the building to its new location as specified, end shown cn the Contract Drawings and approved by the Engineer. 2. All costs associated with d[sconnection of utilities, demolition of any st~ctures, miscellaneous demolition, excavation and removal, disposal tees, all labor, materials, equipment and incidentals necessary to satisfactedty remove the existing t ranster'stetion leatures necessary to complete the relocation of the administration building ~ccordlng to the plans, specitications and/or as directed by the Engineer shall be included in the price bid for this Item. 7 Building Relocation - Scalehouee Building I LS Dollars Cents 1. Measurement and Payment: The Contractor shall recek, e the lump sum unit phce for Relocation of the Existing Scalehouse Building Including site prep, Ancho ,ring Systam, Installation of Steel Angles to Frame, Expansion Bolts to Foundations, and the Modular Lifting and Relocation el the Building to its New Location as Specified. and Shown on the Contract Drawings and approved by the Engineer. 2. AIl costs associated with disconnection et utilities, demolition et any st ructures, miscellaneous demcttiion, excavation and removal, disposal fees, all labor, materials, equipment and incidentals necessary to sa§sfactpely remove the existing transfer station toatu~es necessary to complete the relocation of the scalehouse building according to the plans, specifications and/or as directed by the Engineer shall be included in the pdce bid for this Item. 8 Site Excavation & Grading 188.000 SF for Dollars I Cents 1. Measurement and Payment: The Contractor shall receive the unit b~d phce for each square foot el Bite Excavation and Grading Restoration pedormed as specified, shown on the Contract Drawings and as approved by the Engineer. 2, All costs associated with layout, earthwork, compaction, all labor, matedals, equipment and innderdats necessary to satistsntodly complete the work according to the plans, specifications and/or as directed by t~e Engineer shall be included in the unit pdce bid for this item. 9 Proposed Site Sanitary Systems 3 EA /E^ 15,ooo: Zl ,oo 3.oo Dollars Cents 1. Measurement and Payment: The Contractor Shall Receive the Unit Bid Ptice ~or Each Sentry System Installed as specified, and shown on the Contract Drawings, and as approved by the Engineer. Including ali piping associated with the system up until the cast iron wastelthe 5' from the building. 2. All costs associated with layout, earthwork, compaction, all labor, mateita[s, equipment and incidentals necessary to satistsctorily complnte the ark according to the plans, specE~catJons and/or as directed by the Engineer shall be included In the unit pdce bid foe this Item. 10 Road Byetem - Recycled Concrete Aggregate Subbase Material 124,700 SF ,or Dollars Cents 1. Measurement and Payment: The Oontrantor shall receive the unit pdce per Situate Foot of Recycled Ooncrets Aggregate (RCA} Subbase Marshal installed and measured by survey, as sbecitied, and show~ on the Contract Drawings ar~l approved by the Engineer. 2, All costs associated with stakeout, finegrading, compaction, subbese preparation, RCA, all labor, marshals, equipment and incidentals necessary to safistsctodly complete the work according to the plans, specifications and/or as directed by the Engineer shall be included in the unit price Did for this Item. 11 Road System - Type 3 Asphalt Binder Course 124,700 SF DoLlars Dents 1. Measurernent and Payment: The Contractor shall receive the unit bid price for each square foot of asphalt baying r~ce 3 asphall binder course installed and measured at the finished asphalt s~Rsce as shown on the Contrant Drawings and as approved bythe Engineer. 2. All costs associated with layout, proofrolling of RCA asphalt, milling, transitions, all labor, materials, equipment and incidentals necessary to satistantodly complete the work according to the plans, specifications and/or as directed by the Engineer shag be included in the unit price bid for this Item. CONTINUED ON NEXT PAGE Proposal Package 9 of 22 TOWN Ur SOUTHOLU TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT A- GENERAL CONSTRUCTION Itemized Proposal for: Town of Southold LKMA Pro~ect No. 04-050. ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNiT PRICE BID EXTENDED' AMOUNT BID NO. (Fig in Unit Price Written in Words) QUANTITY 12 Road System - Type 6F Asphalt Top Course 135,700 SF Dollars Cents 1. Measurement and Payment: The Contractor snell receive the unit bid price for each square loot of asphalt paving type 6F asphalt top course Installed and measured at the finished asphalt surface as Shown on the Conlract Drawings and as approved by the Engineer. 2. All costs associated with layout, proofrolling of RCA asphalt, milling, transitions, all Jabot, materials, eduipment and incidentals necessary to saris factadly complete the work accoriting to the plans, specifications and/or as directed by the Engineer shall be included in the unit pdce bid for this Item. 13 Site Concrete - Curb System 5,900 LF lS-o 88 oo,oo DolJars Cents 1. Measurement and Payment: The Contractor shall receive the unit bid price for each linear foot DJ Concrete Curbs instalJed and me&sured along the top ol curb as shown on the Contract Drawings and as approved by the Engineer. 2. All costs associated with layout, earthwork, forms, hardware, all labor, materials, equipment and incidentals necessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shell be included in the unit price bid for this Item. 14 Site Concrete - 4" Sidewalk 6,815 SF Dollars Cents I. Measurement and Payment: The Contractor shall receive the unit bid prfce for each square foot of 4' thick concrete walkway installed in designated locations, and measured, as shown on the Contract Drawings and as approved by the Engineer. 2. All costa associated with layout, formwork, earthwork, all labor, materials, splices, equipment artd incidentals necessary to satisfactorily complete the work according th the plans, specifications and/or as directed by the Engineer shall be included in the unit price bid for this Item. 15 Site Concrete - S. Reinforced Concrete Slab 1,725 SF · Dollars Cents~ 1. Measuremerd and Payment: The Contractor shell receive the unit 13id price for each square foot of 6" thick reinforceq concmta slab installed in designated locations, and measured, as shown o~ the Contract Drawings and as approved by the Engineer. 2. All costs associated with layout, formwork, earthwOrk, all labor, materials, splices, equipment and incidentals necessary to saitsfactoHly complete the work according to the plans, specifications and/or as directed by the Engineer shall be included in the unit phce bid for this item. 16 Site Concrete - 8" Reinforced Concrete Slab 2,800 SF 1. Measurement and Payment: The Contractor shelt receive the unit bid pdce lot each square foot of 8" thlck relnforceq concreta slab installeq in designated locations, and measured, as shown on the Contract Drawings and as approved by the Engineer. 2 All costs associated with layout, fom~.work, earthwork, all labor, materials, splices, equipment and incidentals necessary to satistactodly complete the work according to the ptans, specifications and/or as directed by the Engineer shall be included in the unit pdce bid for this Item. 17 Site Concrete - 10" Reinforced Concrete Slab 2,160 SF 1. Measurement ~nd Payment: The Contractor shall receive the unit bid pdce for each square foot of 10" thick relrdorced concreta slab installeq in designated locations, and measured, as shown on the Contract Drawings and as ~koproved by the Engineer. 2. Ali costs associatad with layout, formwork, earthwork, all tabor, materials, splices, eduipment and incidentals necessary to satisfactorily complet, the work according In the plans, specifications and/or as dlmcted by the Engineer shall be included in the unit pdce bid for this Item. CONTINUED ON NEXT PAGE Proposal Package 10 of 22 IU..,, ~'~ TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT A- GENERAL CONSTRUCTION Itemized Propoeal for: Town of Southold LKMA Project No. 04-050. ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT BID NO. (Flll in Unit Price Written in Words) QUANTITY Site Concrete - 10" Reinforced Concrete Slab 18 with Surface Hardener 14,600 SF 19 Site Concrete - Reinforced Structural 720 CY 20 S~e C~cret~ ~ Pr~ Bilk Re~ining Well 4~ EA Dollars Cents 21 Building Structures * Transfer S~ion 20,400 SF ' D~ars Cents 22 Building Stru~ures - Home Exchange ~0 SF Dollars ~nts 23 Bulling Stru~ures - A~endant B~h I LS Dollars Cents CONTINUED ON NEXT PAGE Proposal Package 11 of 22 TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT A- GENERAL CONSTRUCTION Itemized Proposal for: Town of Southold LKMA Project No, 04-050. ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT BID NO. (Fill In Unit Price Written in Words) QUANTITY 500 Gallon Double Wall Above Ground Waste Oil 24 I 0 Dollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum bid pdce to install a pm-engineered double wall above ground waste oil tank. This item will include all utilities, concrete slab installation, and anchohng of the structure in its proper location, installation of prefabricated steps, all mechanical and electrical systems spec[fled on the construction drawings to meet SCHDS regulation, and as approved by the Engineer. 2. AIl costs associatsd with stakeout,excavation, grading, cornpaction, subbase preparation, concreta pred, constn~ction, anchohng of tank in place, all required safety equipment, all fees associaled with inspection by SCDHS, and all labor, materials, equipment and incidentals necessary to satisfactoribJ complete the installation al the 500 gallon double wall above ground waste oil tank work in according to the plans, specifications and/or as directed by the Engineer shall De included in the unit price bid for this Item. Site Drainage- Structures, Rings, Inlet Boxes,--'q~'"/'""7~'~ '~~ 25 ~ Covers and Grate~ I t.S ~ Dollars JkJ~ Cents + 26 Site Drainage- 18" Diam~er HDPE Corrugated 1,600 LF Drainage Pipe for 'J"U.,~[~ ~ g ~-F 'Z,O.- 27 - ' S' Sign ge I LS 28 Line etriping - 4" Wide 13,000 - / Do,,,rs Chain Link Fence and Gates Dollars Cents '~ CONTINUED ON NEXT PAGE ~'roposa~ HacKage 12 22 TOWN OF SOUTHOLD TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT A- GENERAL CONSTRUCTION Itemized Proposal for: Town of Southold LKMA Project No. 04-050. ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDED AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 30 Site Fencing - 4' High Vinyl Coated Galvanized 530 LF Chain Link Fence ~'~.~ Doila~s Cents 1. Measuremen~ and Payment: The Contractor shell receive the unit bid price for each linear foot of 4' High Black v[hy~ chain link fencing with hardware installed and measured as shown on the Contract Drawings and as approved bythe Er~jineer. 2. All costa associated with layout, earthwork, footings, hardware, afl labor, materials, splices, equipment and thcldentals necessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shall be included ih the unit pdce bid for this Item. 31 Topsoil 94,500 SF 1. Measu re2 entDa¢:;a ~say~ent; the Co~ter:Ic~or shalJ receive the unri bid phce for each square foot of topsoil, graded and prepared for hydroseed,tlg as specified, and measured by survey, as shown on the Contract Drawings and as approved by the Engineer. 2. The unit bid shall include all fees to amend soil with the town provided compost to make a topsoil product, transportation fees, any miscellaneous fine grading required, laboratory testing of the material any ferdlizer or lime required to amend the soil prior to hydroseeding, scadfing of soil prior to placement of hyclroseed[hg and all labor, matadals, equipment and incidentals necessary to satisfactorily compidta the work according to the plans, specifications and/or as directed by the Engineer. 32 Hydroseeding 94,500 SF Dollars Cents 1. Measurement and Paymenh The Contractor shall receive the unit bid pdce for each square foot of Hyd/oseeding pedormed as specified, measured by suwey, as show~ on the Contract Orawlngs and as approved by the Engineer. 2. Upon completion of all seeding operations, the Contractor shall be paid 7fi% of the unit phce bid for each square yard of seeding completed. The remaining 25% shall be paid to the ConVactor when a uniform stand of grass appro)dmately two and one hagf (2-1/2) inches high has been obtained and the maintenance period is complete. 3. The unit bid shall include any miscellaneeus fine grading required,, hydroseeding, fa~tiizer, Ih'ne, and ali labor, matadals, equipment and incidentals necessan/to sarisfactodly ¢ompfata the work according to the plans, sppciflcarions and/or as directed by the Engineer. 33 S~sca~ and Shrubs 57 EA ~)"~- fo,-' ..... ~ .. [Iff lEA ' '"'~o11='] ,t.: Cants' 1. Measurement and Payment: The Corsractor shall receive the unit bld pdce for each Planting, installed and measu£ed as shown on the Contract Drawings and as approved by the Engineer. 2. AIl costa assocfatad with layout earthwork, fertilizer, staking, wataring, all idbor, matadals, equiPment and incldentals necessary to smisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shall be included in the unit pdce bid for this item. :34 Proposed Scale System- Weighbrldge Furnished 2 EA ~nd Installed Dollars Cents 1. Measurement and Payo~enh The Contractor shall receive the unit bid price for each 11' wide truck weighbridge fumished and installed as shown on the Contract Drawings and as approved by the Engineer. 2. All costa associated with excavation and backfilling, earthwork, conduIt, delivery, installation, inspections, calibration, hardware both mechanical and electhc components, all labor, materials, equipment and incidentals necessary to satisfactorily completa the work accenting to the plans, specriicarions and/or as directed by the Engineer shall be included in the unit pItce bid for this Item. 35 6" Bollarde, Steel S, jJ~ports & 20' High Pole I LS Dollars Cents t. Measurement and Payment: The Contractor shatl receive tho lump sum bid price to install all of tho 6" concrete filled steel bollards, steel supports ;or video monitoring system, radiation detection system and a 20' high pcte as shown On the Contract Drawings and as approved by the Engineer. 2. Ail costs associated with layout, excavation, backfilling, concrete, hardware painting, and all labor, materials, equipment and Incidenrsls necessary to satisfactorily complete [he work according to the pfams, specifications and/or as directed by the Engineer shall be included in the unit pdce bid for this item. CONTINUED ON NEXT PAGE Proposal Package 13 o[ 22 TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT A- GENERAL CONSTRUCTION Itemized Proposal for: Town of Southold LKMA Project No. 04-050. ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EX'rENDED AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 36 ~' Steel Stairs & Railing I LS 1. Measurement an~ Pa~ent: The Contractor shsH receive the lump sum bid pn~ to instil the steel s~im on ~e intedor of the transfer s~ation as well as be~een ~e fuel dispensing s~tem an~ main pa~ing area. Includ~ in this item are all steel ~ilings as sho~ on the Contract Drawings inciden~ls neces~ to satisfac~oHJy complete the work acco~ing to the pla~, sp~ificafions en~or as dir~ted by the Engineer shall be [nclud~ in the unit p~ce bid for ~is item. 37 Radi~ion ~t~ion Sy~em I LS for ~, . J . ~M /LS Dollars ~ Cents ~. Measurement a~ Pa~ent: The Contractor shall receive the lump sum bid pdce to ~mlsh~ and instil ~e radiation det~tion s~tem as 38 Methane ~te~lon Sy~em I LS Dollars Cents 39 S~e Video Mon~oring System 1 · LS 1. Measurement end Payment: The Contractor shall receive ~e I~mp sum bid price to ~mished and in.Il a four ~mem ~eo mon~oang system 40 Gas Vent Modification I LS 41 Domestic Water Service. Comolete 1 CONTINUED ON NEXT PAGE Proposal Package 14 of 22 TRANSFER STATION AND RESIDENTIAL DROP-OFF FACILITY CONTRACT A- GENERAL CONSTRUCTION Itemized Proposal for: Town of Southold LKMA Proiect No. 04-050. ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE BID EXTENDE~ AMOUNT BID NO. (Fill in Unit Price Written in Words} QUANTITY 42 Fire Suppression Water Well and Fire I LS Sup_pression Equipment- Complete for ,~. ..... ~. Il~. ILS Dollars Cents 1. Measurement and PaymenI: The Contractor shall receive the lump sum bid price to furnished and install a fire suppression water werl and fire suppression equipment within the transfer station as shown on the Contract Drawings and as approved by the Engineer. 2. All costs associated with excavation and backfilling, earthwork, drilling, piping, installation of hydrant, fire hose reel installation, well pump and pump control installation, all labor, materials, equipment and incidentals necessaq/to satisfactorily complete the work according to the plans, specifications and/or as directed by the Engineer shall be included in the unit price bid for this Item. 43 Fuel Dlspensi. J3.g System- Complete 1 LS for ~J _L~__ ~J"~ /LS Dollars Cents t. Measurement and Payment: The Contractor shall receive the lump sum bid pede to install a t,000 gallon fuel dispensing system. This itm will include all utilities, concrete slab installation, and anchoring ct the stmctur, th its proper location, installation o! prefabricated steps, eli mechanical and electrical systems specitieq on the tionst~uct~on drawings to meet SCHDE regulation, and as al~otoved by the Engineer. 2. All costs associated with stakeout,excavation, grading, ¢ompectm, subpase preparation, concrete preparation, Construction. anchoring ol tank in place, all required safety equipment, all fees associated with inspection by SODHS, and ali labor, materiels, equipment and incidentals necessar to satisfactoriti/complete the installation of the t,000 gsllon ~uel dispensing tank work in according to the plans, ~eclfications and/or as directed by the Engineer shall be included In the unit pr[ce bid for thi~ Item. 0" Cruahed Stone Pavement with Non- 44 Woven Filter Fabric 3,.500 SF Dollars [Cents 1. Measurement and PAyment: The Contractor shall receive the unit price per Square Foot of crashed stone pavement with 8cz non woven tilter fabric ins~alleq and measured by survey, as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with mobilization, transportation, placement, grading, all labor, materfals, 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 me price bid for this item. 45 _ . CQnce. te Curb Stop 21 EA I Cents 1. Measurement and Payment: The Contractor shall receive the unit price per concrete cur stop installed and measured by field measurmerd as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with installation, placement, and hardware, all labor, materials, equipment and incidentals neceseafy to satisfactorily complete the w~rk According to the plans, specifications and/or as directed by the Engineer shell be included in the pdce bid for this Item. WRIt-FEN 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 OFITEM ESTIMATED UNIT UNIT PRICE BID EXTENDE[~AMOUNT BID NO. (Fill in Unit Price Written In Words) QUANTITY A1 Modified.~omestic Water Service 3" SDR 9 HDPE~,~.i.~ '~'~ ~[~0d~[~) I LS 52)~0 0-' ~)~ ~). O O fort~, .e }.~t ~,J3t/~ ~.k~ /LF Dollars Cents t. Measurement and Payment: The Contractor shall receive the unit bid pdce for each square foot of metal canopy A with foundations as specified, shown on the Contract Drawthgs and as approved by the Engineer. 2. All costs associated with layout, formwork, earthwork, compaction, concrete, fabrication and all labor, materials, equipment and incidentals necessa~/to satisfactorily complete the work according to the plans, spaciflcatfons and/or as directed by the Engineer shall be included in the unit pdce b~d for this [tern. A2 Metal Canopy A 1,500 SF G~- O ~ {~'~ SO O. OD k3b Dollars Cents 1. Measurement and Payment: The Contractor shall receive the unit bid pdce for each square foot of metal canopy A as specified, shown on the Contract Drawings an~ as approved by the Engineer. 2. All costs associated with layout, for~nwork, earthwork, compaction,, foedcation and a~l labor, materials, equipment and incidentals necessa~/to sat[stactodly complete the work according to the plans, specifications and/or as directed by the Engineer shall be included in the unit price bid for th~s item. A3 Metal Canopy B 2,700 SF for ~o;Doll~ ~JD Cents /SF ~/ ~'7~ ~ ~:) · O ~..~ 1. Measurement and Payment: The Contractor shall receive the unit bid price for each square ~ool of metal canogy b as specified, shown on the Contract Drawings and as approved by the Engineer. 2. All costs associafed with layout, formwork, earthwork, compaction, fabdcation and all labor, materiats, equipment and incidentals necesss~/to sa[isfactsrily comptste the work according to the plans, specifications and/or as directed by the Engineer shall be included in the unit pdce bid for this Item. Dollara Centa WRITTEN 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 I L$ for /LS Dollars Cents 1, The lump sum price bid under Payment Item 1 shall include supervision and management, on-going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals necessary to mobilize to the construction site, meet all of the general requirements set forth under Division 1, comply with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and demobilize from the construction site upon successful completion of the project. 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 Pement (25%) upon successful completion and acceptance of the project. 2 Proposed Water Service Connection at Main I LS for ./L$ Dollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum price to hook up the main water service at the SCWA main.as specitied, and shown on the Contract Drawings and approved by the Engineer. 2, Ar[ costs associated with insulation of water meter, SCWA tap fees, RPZ vault setup, copper piping, heat tracing, 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. 3 Interior Plumbing- Transfer Station I LS for /L$ Dollars Cents 1. MeasurementandPayment:TheC~ntract~rsh~receivethe~umpsumpricet~h~kupa~interi~rp~umbingwithinthetransferstati~ as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with Installation of bathroom fixtures, water main hookups, sanitary system connection and hookups, hose bib, copper piping, all labor, materlais, 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. 4 Interior Plumbing- Administration Building I LS for /LS Dollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum price to hook up all intedor plumbing within the administration building as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with water main hookups, sanitary system connection and hookups, hose bib, copper piping, heat tracing, 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 17 of 22 1 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 LS for /LS Dollars Cents 1, Measurement and Payment: The Contractor shall receive the lump sum price to hook up all interior ptumbing within the weigh facility as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated.with water main hookups, sanitary system connection and hookups, hose bib, copper piping, heat tracing, 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. 6 Interior Plumbing- Employee Trailer 1 LS for /LS Dollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum price to hook up all intedor plumbing within the employee trailer as specified, and shown on the Contract Drawings and approved by the Engineer, 2. All costs associated with sanitary system connection and modifications and hookups, 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. '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 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 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 Dollars ~ ~Cents 1. The lump sum pdce bid under Payment Item 1 shall include supewision and management, on-going project-related e~enses, 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 1 and Division 16, comply with all conditions set fo~h in the Conditions of Contract and General Conditions of the Contract and demobilize from the construction site upon successful completion of the p~ject. 2. Payment for this item will be made in ~o (2) payments; a. Fifty Percent (50%) upon complete mobilization to the site. b. Twen~ Five Percent (25%) upon second padial payment request. c. Twen~ Five Percent (25%) upon successful completion and acceptance of the project. 2 Proposed 600~p Electric So.ice I LS Dollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum pdce to hook up a new 600 Amp sewice to the site as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with electdc conduit runs, wires, panel insulations, terminations, and tie in to LIPA se~ice, and ell 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. 3 Transfer Station - Interior Ele~ric I LS Dollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum pdce to hook up all the interior electric w~hin the transfer station as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with eiectdc conduit, wires, connections to electric doors openers, firs suppression system, interior lighting, receptacles, outlets, and emergency lighting, and ail labor, materials, equipment and incidentals necessa~ to satisfa~orily complete the wo~ according to the plans, specifi~tions an~or as directed by the Engineer shall be included in the price bid for this Item. 4 · Weigh Facili~,Electric ~ I ~S Doltars cants I. Measurement and Pa~ent: ~e commotor s~al~ rec~iv~ t~a lump scm pd~ to hook ~p all electric within the weigh facility as specified, and shown on the Contract Drawings and approved by the Engineer. 2. AH costs associated with electric conduit ~ns and spare runs, wires, provide new sewice ~ns, tie into radiation dete~iov system, methane detectio~ system, video monitoring system basement vent fan, tie in of weigh scale power, and all labor, materials, equipment end ~ncidentals 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 ~tem. 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 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 Administration Building Electric 1 LS Dollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum price to hook up all electHc within the administration building as specified, and shown on the Contract Drawings and approved bythe Engineer. 2. All costs associated with electric conduit runs, wires, provide new se~ice runs, and spare conduits, connection to mains and all labor, materials, equipment and incidentals necessa~ to satisfactorily complete the work according to the plans, specifications and/or as dire~ed by the Engineer shall be included in the price bid for this Item. 6 Home Exchange Electric I LS 1. Measurement and Pa~ent: The Contractor shall receive the lump sum phce to hook up all electric within the home exchange building as specified, and shown on the Contact Drawings and approved by the Engineer. 2. All costs associated with ele~fic conduit ~ns, wires, provide new se~lce ~ns, connection to mains, light~ng hookups with photocells, cutlet installations, and a~l labor, materials, equipment and incidentals necessa~ to sat~sfa~orily complete the work according to the plans, specifications an~or as dire~ed by the Engineer shall be included in the price bid for this Item. 7 Site Lightin~ 25 EA Dollars Cents 1. Measurement and Ps~ent: The Contractor shall receive the unit bid cost to hook up all site lighting within facili~ as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with electric conduit runs, wires, provide new sewice runs, and spare condu~s, connection to all street light figures with photocells, connections of bases and footings, ins~llafion of light figures, and all labor, materials, equipment and incidentals necessa~ to satisfactorily complete the work according to the plans, specifications an~or as dire~ed by the Engineer shall be included in the price bid for this Item. 8 Exterior Building Lighting I LS Dollars Cents 1. Measurement and Pa~ent: The Contractor shall receive the lump sum p~ce to hook up all e~edor building Jighting within faciJi~ as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with electdc conduit ~ns, wires for the installation of e~erior wall light figures, and all labor, materials, equipment and incidentals necessa~ to satisfa~odly complete the work according to the plans, specifications and/or as directed by th~ 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 D- ELECTRICAL 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 Fuel. Dispenser Electric 1 LS t,o o.oo for /LS Dollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum price to hook up of the fuel dispensers electric service as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with electric conduit runs, wires, Installation of alarm panels, connection of power to fuel pumps, 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. 10 Electric toRPZ Vault I LS Dollars Cants 1. Measurement and Payment: The Contractor shall receive the lump sum price to hook up all electric to the RPZ vault as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with electdc conduit runs, wires, provide new service runs, outlet installations, and all labor, materials, equipment and incidentars 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. 11 Attendants Booth Electric I LS Dollars ~ Kl~Cents 1. Measurement and Payment: The Contractor shall receive the lump sum price to hook up all power to the attendants booth as specified, and shown on the Contract Drawings and approved by the Engineer. 2. All costs associated with electric conduit runs, wires, spare conduit, provide new service runs, outlet installations, tie in to panel 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 pdce bid for this Item. 12 Emergency Ge. nera.~r Fslec, t,ri~ I LS Dollars Cents 1. Measurement and Payment: The Contractor shall receive the lump sum price to hook up all power to the Emergency Generator 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, tie in to panel, disconnection of generator from location, provide temporary power during relocation, mounting of all hardware isolation breakers and ail 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 pdce bid for this Item. Dollars IP~,O Cents warn'RE IN WORDS t~ [~2,~'l ~'O, OO 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 ACKNOWLEDGMENT STATE OF NEw YORK, COUNTY OF ~ ~/c ) ss.: appeared, ,~[ _flt£.~V~ C ! KJl*k~ ,~[.0/t. 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 signatu?e(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. N]OTARY PUBLIC/'~ Proposal Package 22 of 22 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBM/)~-I ED BY: PRINCIPAL OFFICE: PKINCIPAL OFFICERS: 'rH'LB NAME A Corporation A Partnership or Entity BACKGROUND ADDRESS PROFESSION/TRADE I. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? List trades that you organization normally, performs below: .r 3. Have you ever failed tn complete any work awarded tn you? MO . If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your rum or its officers? If yes, please provide details, k.~O QS-1 °/ Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. ~0 Name of: Engineer/ Project Owner Architect Name Telephone # Telephone List the major construction projects your organization has underway at this date: Contract Percent Scheduled Amount Complete Completion 7. List five major projectsDSqR or~g_aniza'don ha~ completed inlhe pa~t five y~r~' Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Completion % of Work QS-2 *1 List the construction experience of the principal individuals of your organiTation (particularly the anticipated project supervisors): Individual' s Name Present Type of Work Position Years of For Which In What 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 Contract Time? ~ 11. Trade Association Membership: lot 60-.-. ~ ~'~ 12. Has your firm ever been investigated by the New York State Depatttnent of Labor for prevailing wage rate violations7 If yes, when? What was the outcome of the investigation? ~C) QS-3 13. Attach current state of financial conditions showing assets, habilities 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. ST^'rE OF ) COUNTY OF ) ~C~_C ,,~l, 0X ~ being duly sworn d~poses and says ~t he is · e ~l ~~ of ~~~ - con~ctor~d~t ~wers to ~e f~e~g questions ~d ~1 s~t~en~ ~ere~ cona~ed ~e ~e ~d co~ect. (Silage ofpgson who ~ea bid) · Sworn ~ before mc ~s q~ ~y of~ 20~ Comssion E~kafi~ Date~ Qs-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of AD Two Thousand and Five by and between the Town of Southoid, 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 fumish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work of constructing the TRANSFER STATION AND RESIDENTAL DROP-OFF AS DESCRIBED 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 21, 2005, and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Fo.nn (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 't .I ,I *1 Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or .part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner ag.d Contractor each binds himself, his part. ers, 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, mended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid forty ~ tho~tt, ~ ~ fifty doll~,rs att 00 ca'lB Dollars Written in Words $ 1'42,750-.U0-- Written in Figures TOWN OF SOUTHOLD Y Hort~m, S~-~visor CONTRACTOR (COP,.PgR T S XL) ,.1 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ~bo._/..~-.,e- I ss.: / 0// On the /~ da).' of .~xt'A/°'a'~ inthe year 2005 before me. the undersigned. personally appeared,~ ~ . personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. 8uffolk County, N~v York · 1,4o. 01VM.45072780 ~.ommteMon Expire~ 2-1007 STATE OF NEW YORK, COUNTY OF '~ t~_-~L"cJ ~. K. )ss.: On the'~' ' day of ~ ~ 5~7/-- in the year 2005 before me, the undersigned, personally appeared,_'~'-o.5/,~x ~. fi{t~'l~ ~ , personally known to me or proved to me on the basis of satisfactoo' 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. KIERAN M. CORCORAN Notary Public, State of N~n No. 02C051 Qualified in Suffolk Coun~ Commission Expires December 6, 201/~ A-3 HAWKEYE Hawkeye, LLC 100 Marcus Boulevard · Suite ~ Hauppauge, NY 11788 Tel (631) 447-3100 Fax (631) 447-3830 August 15, 2005 COP"( To whom it may concern: Resolved that effective this day, August 15t~, 2005, Michael Conklin of Hawkeye, LLC. is an authorized signatory for contract signing with the Town of Southold on behalf of Hawkeye, LLC for the Transfer Station Electrical Contract. Should you have any questions, please feel free to contact me at 631-447-3100 x105 Sincerely, Executi~eJ~i/:e President Hawkeyc~,' LLC. - No. O~ldlJ~OO~BtO ~;omml;don r~lfe~"8~pl. ~, L~O07 www. HAWKEYELLC.com '1 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 DIVISION 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, 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. 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 attentiotrto the Minority and Women's- -'- Enterprises/Equal Opportunity, State Revolving Fund clause found in Item 46 of thd Conditions of Contrac~ DWISION 1 - Page 1 of 17 DIVISION ! - GENERAL REQUIREMENTS SECTION 01010 - GENERAL S,!.,TE The site of the proposed general construction for the TRANSFER STATION AND RESIDENTAL DROPOFF is located in the Town of Southold, on Middle Road (CR 48) in Cutehogue, County of Suffolk, State of New York and more particularly shown on the Contract Drawings. SCOPE The work to be performed under this Contract shall include all labor, materials, equipment, services and incidentals required to perform the proposed construction as indicated in the Specifications, shown on the Contract Dra~vings 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 · Truck 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 Divisions of the Construction Specifications Institute as follows: 1. General Requirements 2. Site Work 3. Concrete 4. Masonry. 5. Metals 6. Wood 7. Iherma[ and Moisture Protection 8. Doors and Finish Hardware · 9. Finishes l 0. Specialties 11. Equipment l 2. Furnishings DIVISION I - Page 2 of 17 DMSION 1 - GENERAL REQUIREMENTS 13. Special Construction 14. Conveying Systems 15A. H.V.A.C. (Not Used). 15B. Plumbing 16. Electrical D. The work covered under these Divisions shall be bid under four (4) separate Contracts: Contract A - General Construction Contract B - HVAC (Not Used) Contract C - Plumbing Contract D - Electrical Each Prime Contractor shall be responsible for coordinating their contractual construction schedules with each other. Each Prime Contractor shall submit a computer generated critical point method schedule indicating ail items of work under their respective contracts and in accordance with each Prime Contractor's associated work. It shall be each Prime Contractor's responsibility to update the schedule as required to reflect changes in schedule of any or al~ Prime Contractors. SHOP DRAWINGS The Contractor shall make_ or provid~ any shgl~ drawings, cuts or_sam~les_w_hich the__Engineer may require for the approval of details and to show the construction as it will be installed. No shop drawing shall be issued or used until it has been approved by the Engineer or his 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. All workmen must have sufficient skill and experience in such work to properly and satisfactorily perform it and operate the equipment involved. Any person employed by the Contractor whom the Engineer may deem incompetent or unfit to perform the work, shall be at once discharged and shall not be aga'm employed. DIVISION 1 - Page 3 of 17 DIVISION 1 - GENERAL REQUIREMENTS INSPECTION All proposed work under this Contract shall be performed during mad 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 public traffic; and he must take every precaution against accidents happening to said vehicles, pedestrians and other traffic because of his operations. The Contractor shall enforce regulations and restrictions as may be necessary or required for the protection of fire, accidents, property damage and public nuisance. He shall provide and maintain such toilet facilities at or adjacent to the site as may be required. The Contractor shall erect and maintain such signs, channel and obslraction markers and barricades as may be required for the protection of traffic. The Contractor shall not deposit or store any equipment or materials within the Site Area except with written permission from the Engineer. MAINTENANCE AND PROTECTION OF UTILITIES The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations' on or adjoining the site of the work and give reasonable opportunity to and cooperation with the owners of Xhese~utilities inthe 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. additional cost of various items of work because of these utilities shall be included in the price bid for these items. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure owned by a public utility corporation without the approval of the Engineer. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right- of- way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. GRADES~ LINES~ LEVELS AND SURVEYS The Owner's Engineer will establish one (1) bench mark and location of the work lines 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 DMSION 1 - GENERAL REQUIREMENTS Re-establishment of the reference points by the Engineer for the Contractor shall be done at the Contractor's expense. The Contractor shall verify all grades, lines, levels and dimensions as shown on the drawings, and he shall report any errors or inconsistencies in the aforementioned to the Engineer before commencing work. Commencement of work shall be corrected by the Contractor at his expense. 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 amendatory and supplementary thereto; and to all other laws, ordinances and legal requirements applicable thereto. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. The standards of the work required throughout shall be of such grade as will bring results of the first class only. QUALIYICATIONS All bidders must have been established in the type ofconstruefiomof whicheverPrimeContraet 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 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 fn-m 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, statin~ 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 DMSION 1 - GENERAL REQUIREMENTS STANDARD SPECIFICATIONS Where reference is made in these Specifications to a society, the portion referred to shall be read into and shall be a part of this Contract and Specifications. Materials, methods and equipment shall conform 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 SglED This Contractor shall, at all times, provide and maintain a watertight office xvhere directed, for his use and the use of .his Subcontractors, and the use of the Engineer. Waiver of the temporat? office requirements shall only be granted by the Engineer. Temporary office shall be' removed from the site upon completion of all work and the office site restored to original conditions. The Contractor shall provide and maintain on the premises, where directed, watertight storage sheds for storage of all materials which might be damaged by weather, and shall remove them from the site at the completion of the work. Restoration of the shed site shall be done by the Contractor to the condition prior to erection of sheds. CONTRACT DRAWINGS The Contract drawings which accompany and form part of these Specifications, bear the general title TOWN OF SOUTHOLD TRANSFER STATION .~ND RESIDENTAL DROPOFF, Suffolk County, 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 I 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 1 - Page 6 of 17 DMSION 1 - GENERAL REQUIREMENTS 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-2 WD-1 B B-2 Administration Building Ramp/Stair Plan and Details Transfer Station Foundation Plan Transfer Station Foundation Wall Sections Transfer Station Foundation Details Transfer Station Foundation Notes and Schedules Transfer Station Tip Floor Plan Transfer Station Floor Plan Transfer Station Add Alternate Floor Plan and Sections Transfer Station Mechanical And Bathroom Plan Transfer Station Roof Plan Transfer Station Elevations Transfer Station Building Sections Transfer Station Plumbing Plan Transfer Station Electrical Plan Home Exchange Plan and Details Attendant's Booth Plan and Details Grading and Drainage Plans Weigh Scale Retaining Wall Striping and Signage Plan (North) Striping and Signage Plan (South) Planting Plan Si~e Details Site Details Site Electric Plan (South) Site Electric Plan (North) Site Electric Details Fire Well Plan Sanitary Overall Site Plan Sanitary Plans Sanitary Details Waste Oil Tank Plan and Details Waste Oil Details Plan Water Distribution Plan Test Boring Plan Test Boring Charts Test Boring Charts CLEAN-UP The Contractor shall at all times keep the construction area, including storage areas used by him, free from' accumulation of waste material and rubbish and prior to completion of the work, remove 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 · DIVISION 1 - GENERAL REQUIREMENTS GUARANTEES Before issuance of the final certificate, the Contractor shall deliver to the Owner the following guarantees in addition to those specifically required in the General Conditions and in the various technical sections. The Contractor hereby guarantees that all materials and xvorkmanship 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 for 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 workmanship, the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. Such repairs and corrective work, including the cost of making good all other work damaged by or otherwise affected by making of the repairs or corrective work shall be done without any cost or expense to the owner, and at the entire cost and expense of the Contractor, within five (5) days aider 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 owner the cost of such work if the Contractor fails to respond as required. PAYMENTS Payment(s) made under this Contract will be made on the basis of actual work completed in accordance with the ConWact Documents. Payments will be computed from the urdt and lump sum bid. Payment will only be made for the items shown in the Proposal Form. END OF SECTION 01010 - GENERAL DIVISION 1 - Page 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 ESTIMATE OF QUANTITIES The ENGINEER'S estimated quantities for unit price pay items are approximate only and are included solely for the purpose of comparison of Bids. The OWNER does not expressly or by imPlication agrees that the nature of the materials encountered below the surface of the ground or the actual quantities of material encountered or required will correspond with the estimated quantities. PAYMENTITEMS The method of payments and measurement of payments for each contract item shall be described' on the Proposal Form (PF) section of the bid specifications END OF SECTION 01025 - MEASUREMENT AND PAYMENTS DIVISION 1 - Page 9 of 17 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SCOPE Work shall include but not be limited to the following: A. Temporats' Utilities - Electricity, lighting, heat, ventilation, telephone service (including fax machine), water and sanitary facilities. B. Temporary 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. TEMPORARY ELECTRICITY A. All Comractors shall, be responsible for providing temporary electric power for all construction activities associated with their contracts with the exception of the Proposed Transfer Station & Residential DropoffBuilding area. TELEPHONE SERVICE A. The Contractor shall arrange with .the local teleph6ne company for all telephone services for construction needs at locations as required. B. Contractor 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 time 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 necessary, paper, toner and maintenance during the course of the Contract. TEMPORARY WATER SERVICE A. The Contractor shall provide temporary water service for construction purposes, san/taD' facilities, fire protection and for cleaning. B. Potable water shall be fumisbed for construction personnel by portable containers. C. Water setwice shall be protected fi.om freezing, and the sen'ice shall be extended and relocated as necessary to meet temporary water requirements. DIVISION 1 - Page 10 of 17 DMSION 1 - GENERAL REQUIREMENTS D. The Contractor shall install a meter and pay for all expenses associated with temporary water service during the course of the work, including furnishing all necessary permits and fees required for temporary water service. E. Comply with all applicable codes and arrange for all necessary inspections and approvals. F. Upon completion of all work, the Contractor shall disconnect and remove all temporary connections and fixtures. TEMPORARY SANITARY FACILITIES A. The Contractor shall provide at the site suitable enclosed toilet facilities for the use of construction personnel. The ConWactor shall observe and enforce all sanitary regulations and maintain satisfactory sanitary conditions around and on all parts of the work. B. Adequate washing facility shall be provided for the construction personnel. C. The Contractor shall maintain, service, clean, and disinfect facilities in a satisfactory manner and enforce proper use of the sanitary facilities. The Contractor shall be subject to a frae and prosecution if any human excrement is · deposited in or around the construction site. E. The Contractor shall pay for all expenses associated with temporary sanitary facilities during the course of the work, including furnishing all necessary petunias and fees .. required'for temporary sanitary facilities. F. Comply with all applicable codes and arrange' for all necessary inspections and approvals. FIRST-AID FACILITIES AND ACCIDENTS A. First Aid Facilities and Accidents B. The Contractor shall provide, at the site, such equipment and facilities as are necessary to supply first-aid to any of his personnel who may be injured in connection with the work. C. Accident 1. The Contractor shall promptly report in writing to the Engineer all accidents and whatsoever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witness. DIVISION 1 - Page 11 of 17 · DMSION 1 - GENERAL REQUIREMENTS If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Ox~uer and the Engineer. If any claim is made by anyone against the Contractor or a Subcontractor on account of any accidents, the Contractor shall promptly report the facts in x~Titing to the Engineer, giving full details of the claim. WATERCONTROL A. ' Grade site to drain. Maintain excavations t~ee of water. Provide, operate and maintain pumping equipment. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. Provide temporary control of surface water, stormwater runoff and discharge from pumping in accordance with Contractor's approved soil erosion and sediment control plan. SECURITY Provide security and facilities to protect work, and existing facilities, and O~ner's operations from unauthorized entry, vandalism or theft. Coordinate with Owner. C. Furnish security during the course of the work. ACCESS ROAD A. Maintain roads accessing construction area as shown on the Construction Drawings. Extend and relocate as work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and ma'mtain access to fire hydrants, f~ee of obstructions. Provide means of removing mud from vehicle wheels before entering public and private streets. Clean all mud and debris from construction traffic at no additional expense to the Owner. Comply 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 io existing site roads as a result of this Contract will be the responsibility of the Contractor. DIVISION 1 - Page 12 of 17 DMSION 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 flee 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 designat~l by the Owner. REMOVAL OF UTILITIES~ FACILITIES AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities, materials, prior to Final Applications for Payment Inspections. B. Clean and repair damage~aused by installation or use of temporarya~ork. - - C. Restore existing facilities used during construction to original condition. Restore permanent facilities used during cbnstruction to specified conditions. END OF SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS DIVISION l - Page 13 of 17 · DIVISION 1- GENERAL REQUIREMENTS SECTION 01501 - HEALTH AND SAFETY PROVISIONS REQUIREMENTS The Contractor shall be responsible to maintain a safe workplace and to monitor working conditions at all times during construction and, as necessary, to provide appropriate protective clothing, equipment and facilities for his personnel, and/or to establish work place procedures to ensure their safety, and to enforce the use of these procedures, equipment and/or facilities in accordance wit the following guidelines: Safety and Health Regulations Promulgated by the U.S. Department of Labor OSHA, 29 CFR 1910 - Occupational Safety and Health Standards, and 29 CFR 1920 - Safety and Health Regulations for Construction. 2. U.S. Environmental Protection Agency Medical Monitoring Program Guidelines. If, at any time, the Owner or the Engineer is apprised of a safety hazaxd which demands immediate attention because of its high potential for harm to public travel, persons on or about the work, or public or private property, the owner of the Engineer shall have the right to order such safeguards to be erected and such precautions to be taken as necessary and the Contractor shall comply with such orders. If, nnder such circumstances, the Contractor does not or cannot or his representative is not upon the site so that he can be notified immediately of the insufficiency of .safety precautions, the Owner may 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 Owner or the Engineer does not observe a safety h, Tard or does not order the Contractor to take remedial measures shall in no way relieve the Contractor of the entire responsibility for any costs or clain{s'~g~' loss, damage, or injuu, by or against any part sustained on account of the insufficiency of the safety precautions taken by him or by the Owner acting under authority of this Section. k 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 safety precautions, facilities, personnel and equipment as shall be necessary to protect life and property from whatsoever conditions of hazard are present or may be present. END OF SECTION 01501 - HEALTH AND SAFETY PROVISIONS DIVISION 1 - Page 14 of 17 DMSION 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 GENERAL A. Existing and/or permanent facilities shall not be used for field office or for storage. B. Fill and grade sites for temporary structures to provide drainage away 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 landingsa~t entrancedoors. _ B. Construction - Structurally sound, secure weather tight enclosures for office and storage spaces. Maintain during progress of work; remove at completion ofw0rk. C. Temperature Transmission Resistance of Floors, Wails and Ceilings - Compatible with occupancy and storage requirements. D. Exterior Materials - Weathei' resistant and finished. E. Interior Materials in Office - Sheet type 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 do~rs. G. Fire Exfmguishers - Appropriate type fire extinguishers at each office and each storage area. ENVIRONMENTAL CONTROL A. Heating, Cooling and Ventilating for Office - Automatic equipment to maintain 68 degrees F. heating and 76 degrees F. cooling. B. Storage Spaces - Heating and ventilating for Office - Automatic products in accordance with Contract Documents; adequate lighting for maintenance and inspection products. DIVISION 1 - Page l 5 of 17 · DIVISION 1 - GENERAL REQUIREMENTS CONTRACTOR OFFICE AND FACILITIES A. Size - For Contractor's needs and to provide space for project meetings. B. Telephone - As specified 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 Project Record Documents. D. Other Furnishings - Contractor's option. ENGINEER OFFICE A. Separate space for sole use of Engineer, with separate entrance door with new lock and four keys. B. Area for Engineer only - Minimum 240 square feet, minimum dimensions 12 feet x 20 feet x 7 feet tall. C. Windows - Minimum three, minimum total area of 10 percent of floor area, with operable sash and insect screens. Locate to provide view of construction area. Electrical Distribution Panel - Two circuits mlnlmum,,410 vok, 60 Hz service. Minimum six, 110 volt duplex convenience outlets, one on each wall. Telephone and Fax - as specified in Section 01500. Sanitary Facilities - Refrigerated bottled water drinking fountain and private lavatory facilities. H. Furnishings 1. One desk 54" x 30: with three drawers. 2. One drafting table 36" x 72" with one equipment drawer and a full width parallel straight edge. 3. One metal, double door storage cabinet under table. 4. Plan rack to hold working Drawings, shop drawings, and record documents. 5. One standard four-drawer legal size metal filing cabinet with locks and two keys per lock· 6. .Twenty linear feet of metal bookshelves. E. F. G. DIVISION 1 - Page 16 of 17 DIVISION 1 - GENERAL REQUIREMENTS 7. Two swivel ann chairs. 8. Two straight chairs. 9. One drafting table stool. 10. One tack board 36" x 30". 11. One waste basket per desk and table. Equipment - Six adjustable ~band protective helmets for visitors, one recording high/low outdoor weather thermometer, recording high/low barometer, and anemometer. One plain paper photocopy machine. Provide all necessary paper, toner, and maintenance during course of contract. Computer and Printer- Pentium ILl (rain), 350 MHz (rain), 128 MB RAM (min), 6 GIG hard drive (rain), 100 MB ZIP Drive (IOMEGA), VGA Monitor and HP Laser Jet printer or equivalent. Software - Windows 2000, Microsoft Office 2000 or XP. __ _ MAINTENANCE AND CLEANING A. Daily janitorial services for offices, periodic cleaning and ma'mtenance for office storage areas, B. Maintain approach walks free of mud, water and snow. REMOVAL At completion of work, remove build~gs, foundations, utility services, debris and restore areas as found prior to mobilization. END OF SECTION 01590 - FIELD OFFICE DIVISION 1 - Page 17 of 17 DMSION 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 - DIVISION 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 Strip~g 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 DIVISION 2 - SITE WORK SECTION 02050 - DEMOLITION DESCRIPTION Under this Section, the Contractor shall supply all labor, materials, equipment and incidentals necessary to complete the Demolition work and Debris removal as specified herein, shown on the Contract Drawings and/or as directed by the Engineer. INTENT The intent of the section titled "Demolition" is to properly identify all existing site features and to appropriately define 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 this specification. SCOPE. In general, the work to be done shall include but not be limited to the following: B. C. D. E. Pavement and curb removal Steel transfer building Buildings foundations Weigh scales Weigh scale foundations and approaches. F. Diesel fuel tank G. Waste oil tanks H. Pavements and slabs I. Drainage structures J. Signage K. Retaining 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 Dram Storage (Haz-Store) Building (by Owner) DEMOLITION DF.~CRIPTION AND DETAII,S The Contractor shall completely remove all steel, asphalt, concrete and debris to allow for the proposed construction as shown on the Contract Drawings and directed by the Engineer. 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 shall be at a facility approved by · the New York State Department of Environmental Conservation. All costs, perm)ts, etc., for proper.disposal shall be home 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 §hall 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 onsite where the posts and rail can be stacked. The Town shall remove all exposed precast concrete retaining wall blocksfo~:reuse. The Contractor shall be responsible for removal of embedded or buried pre. cast 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 Health 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 DIVISION 2 -.SITE WORK Health Services regulations. The Contractor shaft be responsible to include but not limited to the following: a. Disconnect power and make safe b. Remove pump, screen and riser c. Removal of exposed well head d. Backfill material and plug Coordination, inspection, documentation and notification of the SCDHS shall be the responsibility of the Contractor. PETROLEUM TANK REMOVAL A. The petroleum tank(s) shall be removed by a qualified contractor in accordance with the Suffolk County Department of Health Services regulations. B. Tanks located above and below grade shall be included contents included heating oil, diesel fuel, and waste oil. C. The Contractor shall be responsible to include but not limited to the following: 1. Disconnect power and make safe (if applicable) 2. Pump tank of existing liquids by a qualified contractor 3. Proper abatement tank and clean for disposal 4. Removal of tank to an approved disposal facility 5. Clean surrounding slabs and equipment in contact with the remove tank or petroleum residue. Coordination, inspection, documentation and notification of/.he SCDHS ~l~all bede~' 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 gxubbing 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 work in such a manner as to. injure, sear, or kill such trees and shrubs, which are to remain, is prohibited. The Contractor shall remove all trees,.brush, stems, branches, stumps, stubs, roots, dead wood, undergrowth and other objectionable material in the area shown on the contract drawings and/or as directed by the Engineer. REMOVAL AND DISPOSAL All materials cleared and grubbed shall be disposed of as follows: Off-Site Disposal: Cleared and grubbed material shall be disposed of off-site at an 'approved New York State Department of Environmental Conservation Facility. All fees associated with off-site disposal shall be borne by the Contractor. All uprooted vegetation from the land clearing operations shall be removed or properly disposed of within 15 days. - - ~ - 3. Burying or burning of cleared and grabbed material is strictly prohibited. The Contractor shall take care to remove any bushes or shrubs located along the project limits and damaged during the construction. .GRADING The area cleared shall be rough graded to the lines and limits as shown on the plans and shall be left with a neat and finished appearance. The area shall be rough graded in a manner so not [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, necessa~.' to complete the construction, protect structures, and prevent the loss of ground or caving of embankments, as shown, specified or required, and shall meet all applicable building and safety codes. Pressures on sheet'mg and the stability of the sheeting and bottom of the excavation are dependent not only on soil conditions but upon many procedures and options available 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 investigate, d 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. Constructiotv Safety and Health Regulations, U.S. Department of Labor, Occupational Safety and Health Administration. In trenches, the sheeting shall be designed so that the lowest brace is no closer than 12 inches above the base of the structure to be installed. 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. Any review or comments by the Engineer shall not relieve the Contractor of his responsibility for sheeting and bracing. QUALITY CONTROL During the installation of the sheeting and bracing and as long as the excavation is open, the Contractor's Professional Engineer shall monitor the work to ensure that it is carded out in accordance with his design and procedures. For this purpose, level/ng 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 DMSION 2 - SITE WORK MATER/ALS Steel Sheet Piling 1. Steel sheet piling shall conform to the requirements of ASTM A328. B. ' Timber Sheeting The timber, unless otherwise noted, may consist of any species which will satisfactorily stand driving. It shall be sawn or hewn with square comers and · shall be flee form worm holes, loose knots, wind shakes, decayed or unsound portions, or other defects which might impair its strength or tightness. VERIFYING EXISTING CO .NDITIONS Before commencing, work, the Contractor shall check and verify all governing dimensions and elevations, including field measurements of existing and adjoirfing work on which his work is dependent, to assure proper fit and clearance of each part of the Work to the new and existing sumctures. 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 All sheeting, whether steel or timber, 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 pan of the sheeting or bracing shall be allo~ved to extend into the structure without written permission of the Engineer. DIVISION 2 -Page 7 of 67 DIVISION 2 - SITE WORK If the Engineer is of the opinion that, at any point, any proper supports have not be provided, he may order additional supports put in at the expense of the Contractor, and compliance with such order shall not relieve or release the Contractor from his responsibility 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 xvhe~e sheeting is installed to protect existing structures, it shall remain in place unless otherwise 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. Ail material cut off shall remain the prope~' of the contractor shall be disposed of by him. Temporary Steel or Timber Sheeting 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 backfill, 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, whether public or private. The Engineer may direct that steel or timber used for sheeting and bracing be cut off at any 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 right 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 failure on the part of the Contractor to leave in place sufficient sheeting and bracing to prevent any caving or moving of the ground. No sheet ig to be completely withdrawn if driven below mid-diameter of any pipe or structure footing, and under no circumstances shall any sheeting be cut off at a level lower than 1 foot above the top of any pipe. DIVISION 2 - Page 8 of 67 DMSION 2 - SITE WORK REMOVAL OF SHORING AND BRACING MATER/ALS .Whether the Contractor elects not to remove shoring and bracing material, all such material shall be removed to the extent that the top of the material shall be a minimum of 5 feet 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 alter removal. Protection of structures during the removal of the shoring and bracing shall be the sole responsibility of the Contxactor, 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 enfomed by the Contractor. METHOD OF PAYMENT The Contractor shall not receive separate payment for the cost of shoring and bracing. All costs for shoring and bracing shall be included within the unit payment item for related items listed on the Proposal Form. END OF SECTION 02160 - SHORING AND BRACING DIVISION 2 - Page 9 of 67 DIVISION 2 - SITE WORK SECTION 02170 -ADMINISTRATION BUILDING RELOCATION WORK INCLUDED The Contractor shall furnish labor, materials, equipment and appurtenances necessary, or required to perform the building relocation and complete all work including, but not limited to 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, layout, and elevations necessary to perform the building relocation. Surveying shall be performed by a Licensed Land Surveyor acceptable to the Engineer. All insmanents, equipment, stakes and any other material necessary 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 propogal. 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 all 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 correcmess prior to lifting of the building from the existing foundation system. PERFORMANCE The Contractor shall exercise diligent care to protect existing trees, shrubs, surrounding structures, utilities within proximity of the building to be relocated and shall replace at his own expense any such damage. B. The Contractor shall perform the building relocation in one work day. Multiple lifts and temporary setting of the building on cribbing or wheels 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 tile proposed foundation system shall be in accordance with the construction plans and as ordered by the Engineer. PROTECTION OF EXISTING BUILDIN'G The Contractor shall remove all connected porches, steps and exterior appurtenances on the building that may be damaged during the building relocation. All associated pipes, wires and tubing for the building utilities shall be secured to the building and protected during the relocation. The Contractor shall remove or protect the 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, equipment 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 necess~, to perform the intended comtmction. Surveying shall be performed by a Licensed Land Surveyor acceptable to the Engineer. All instruments, equipment, stakes and any other material necessary to perform this work satisfactorily shall be provided by the Contractor and approved by the Engineer.' QUALITY ASSURANCE Location and stakeout work shall be performed by a Professional Engineer or Land Surveyor duly licensed in the State of New York. The Contractor shall, at their own expense, secure and pay for all pennits, inspections, fees and give all legal notices that may be required in connection ~x4th the work, includ'mg the notification of owners ofexisfmg subsurface gas and other utility, l'mes. INSPECTION The Contractor shall visit and thoroughly familiarize themselves with the site and with the scope of work to be done. 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 utility companies, prior to start of work and ascertain location of all existing utilities. DIVISION 2 - Page 12 of 67 DMSION 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 visifmg the site of the proposed work and examining the actual condition prior to the beginning of the work. PERFORMANCE The Contractor shall exercise diligent care to protect existing trees, shrubs and under- 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 brush shall be legally disposed of by the Contractor at their own expense. ADJUST AND CLEAN The' Contractor shall clean up and remove from the site all rubbish and surplus material as fast as it accumulates and shall not permit it to be scattered about the project site. PROTECTION OF EXISTING VEGETATION A. Top soil cover over root systems of existing trees and shrubs shall be minimized and never exceed 6 inches in depth. Trenching across tree root systems should be a minimum distance to the tree diameter in inches, converted to feet, from the tree trunk. (e.g. 10 inch caliper tree shall have a minimum of 10 feet distance between trunk and trench.) Tunnels under the root system should start 18 inches or deeper below existing grade. Tree roots which must be severed should be cut clean. Backfill material around roots shall be topsoil. Construct sturdy fences, wood or steel barriers, or other protective devices surrounding valuable vegetation from coustmction equipment. Place barriers far enough from tree so that all equipment such as backhoes and dump tracks 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 equipmem 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 DMSION 2 - SITE WORK Obstructive and broken branches should be pruned properly. The 3 cut method should be used on all branches larger than two inches at the cut. The branch collar on all branches whether living or dead should not be damaged. First cut the underside of the branch partly through 6 inches or more from tree. Cut through the branch 2 inches or farther out from trunk. The final cut should be made by placing the shears or saw in front of the branch bark ridge and cutting downward and slightly outward. Do not paint the wounds. Any trees damaged during construction shall be repaired by an approved tree surgeon. Any tree erroneously removed or damaged beyond satisfactory repair shall be replaced with the same species, 6 inches in caliper, which 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 ruots 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 Under 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. IN'TENT 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 actiyity within the proposed site shall generate an excess of clean granular soil material. The importation of clean granular fill from off-site soumes shall be done only when all construction activity has not yielded the required volume of acceptable fill material on-site. 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 1-inch 100% No. 40 0-70% No. 200 0-10% The Engineer reserves the fight to randomly test for conformance any material that arrives at the site. All costs associated with laboratory testing of the material shall be borne by the Contractor. CONSTRUCTION DETAILS · The Contractor shall furnish and place clean granular fill material as directed by the Engineer. The fill material shall be placed in 6" to 9" lifts and thoroughly compacted with a vibratory tamper or other approved means. The fill material shall be compacted to 95% of maximum density at optimum moisture content in accordance with ASTM D698 Standard Proctor. Testing fees shall be borne by the Contractor. END OF SECTION 02222 - CLEAN GRANULAR FILL DIVISION 2 - Page 15 of 67 DIVISION 2 - SITE WORK SECTION 02320 - UNCLASSIFIED EXCAVATION AND GRADING CLASSIFICATION Classification of excavation: Excavation shall be unclassified, and the tem~ "unclassified excavation" shall be understood to mean an), and all materials encountered during excavation work including structures, pavement, trees and stumps, foundations, retaining walls, earth, piping, demolition, drainage systems, etc. GENERAL SITE EXCAVATION A4 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 and/or as approved by the cng'meet. Material, which is unacceptable to the Engineer, shall be disposed of at the Contractor's expense. B. Unstable soil shall be removed and replaced with on-site sand or gravel and shall be thoroughly compacted. C. Adequate provision shall be made to intercept or divert all surface water from the areas of construction operations and designated wetlands. The Contractor shall estab['~sh 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 Lieens~l Land S$rve, yor acceptable to the Engineer. All instruments, equipment, stakes and any other material necessary 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: Carry footing and foundation walls to undisturbed soil. E.. Loose Material and Debris: Keep out of excavation so footings will rest on solid, undisturbed soil. F. Protect against frost until concrete is poured. G. Soil Bearing Capacity: Do not proceed with pouting ~'ootings until nature of soil under footings 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 drawings and or as directed by the engineer. EXCAVATION FOR PIPES, STROMWATER AND SEPTIC SYSTEMS Excavation to depths and. widths as indicated on the contract drawings and or as necessary for installation of the precast concrete structures and associated piping. END OF SECTION 02320 - UNCLASSIFIED EXCAVATION AND GRADING DIVISION2 - Page 17 of 67 DIVISION 2 - SITE WORK SECTION 02231 - SCREENED ANGULAR STONE DESCRIPTION Under this Iteru, the Con~ractor 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. All angular stone material shall be free of any debris, chemicals or waste materials. CONSTRUCTION BETAII,S The Contractor shall furnish, transport and place the screened angular stone material as shown on the construction plans or as directed by the Engineer. END OF SECTION 02231 - SCREENED ANGULAR STONE DIVISION 2 - Page 18 of 67 DIVISION 2 - SITE WORK · SECTION 02232 - SCREENED SUBANGULAR STONE DESCRIPTION Under this Item, the Contractor sl~all transport, place and compact screened subangular stone material in accordance with the plans and specifications and/or as directed by the Engineer. MATERIALS Screened subangular stone shall be available from the onsite composting facility. The Town will not transport the material. CONSTRUCTION DETAILS The Contractor shall transport and place the screened subangular stone material as shown on the construction plans or as d'trected by the Engineer. END OF SECTION 02232 - SCREENED SUBANGULAR STONE DIVISION2 - Page 19 of 67 · DIVISION 2 - SITE WORK SECTION 02371 - PRECAST CONCRETE RETAINING WALL BLOCK DESCRIPTION Work includes furnishing and installing concrete reta'ming ~vall units to the lines and grades designated on the construction drawings and as specified herein. MATERIALS The precast concrete retaining wall blocks shall be as manufactured by Redi-Rock(g, International, 05481 South US-31, Charlevoix, MI 49720, 1-866-222-8400, ~'.redi- rock.com or approved equal. REFERENCE STANDARDS ASTM A615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM C94 Ready-Mixed Concrete ASTM C1372 Segmental Retaining Wall Units DELIVERY~ STORAGE~ AND HANDLING Contractor shall check the materials upon delivery 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 un/ts. Contractor shall protect the materials from damage. Damaged material shall not be incorporated in the project. CONSTRUCTION DETAII,S 1. WALL UNITS Wall units shall be made with Ready-Mixed concrete in accordance with ASTM C94, latest revision, and per the following chart: Climate Air Content 28 Day Strength PSI Slump* Negligible l'/2%-4½% 3,000 5" +/- I 1/2" Moderate 3%-6% 3,000 5" +/- 1 1/2" ~evere 4t/2%-7½% 3,000 5" +/- 1 1/2" DIVISION 2 - Page 20 of 67 DIVISION 2 - SITE WORK NOTE: For critical wails, 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 admixtures. Notwithstanding anything stated above, all material used in the wall units, steps, and pavers must meet applicable ASTM and local requirements for exterior concrete. Exterior block dimensions shall be uniform and consistent. Maximum dimensional deviations shall be 0.50 inch or 2%, whichever is less, excluding the architectural surface. Maximum width (face to back) deviation including the architectural surface shall be 1.0 inch. Exposed face shall be 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 DMSION 2 - SITE WORK A. B. C. FOUNDATION SOIL PREPARATION 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 shown on the construction drawings. Leveiing 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 surfacb on which to place the first course blocks. Pad shall be consumcted 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 entire base row shall be placed and compacted to fmnly lock them in place. Check all 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 uniform lifts not exceeding 8 inches. Employ methods using lightweight compaction equipment that will not disrupt the stability 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 1 inch in 10 feet horizontally. END OF SECTION 02371 - PRECAST CONCRETE RETAINING WALL BLOCK DIVISION 2 - Page 23 of 67 DMSION 2 - SITE WORK SECTION 02373 - ANGULAR RIP=RAP STONE DESCR.II~TION Under tt~s Item, the Contractor shall supply all labor, materials, equipment and incidentals necessary to furnish and place rip-rap at the locations and as indicated on the Cun~ract Dra~vings. SUBMITTAL The Contractor shall provide the Engineer, for approval, a 5-gallon bucket filled with the proposed dp-rap prior to delivery to the site. MATERIALS A. Rip-rap shall consist of hard, durable, non-calcareous, angular field or quarry 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 geotexfile filter fabric and in a manner which will not damage the filter fabrie. No rip-rap shall be dropped from a height greater than 12 inches above the geotextile filter fabric. Rip-rap may be placed in location by equipment; however, care shall be taken in placing to obtain a good gradation of materials and a level surface. END OF SECTION 02373 - ANGULAR RIP-RAP STONE DIVISION 2 - Page 24 of 67 DIVISION 2 - SITE WORK SECTION 02456 - WHEEL STOPS WORK INCLUDED A. Furnish and installation of all specified equipmem and materials in strict accordance with the approved 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 DMSION 2 - SITE WORK SECTION 02512 - PVC WATER PIPE AND FITTINGS DESCRIPTION Furnish and installation of all specified plastic water pipe and fittings required for approved installation of the water distribution system as indicated on the Contract Drawings SUBMITTALS Product Data: Manufacturer's specifications with detailed information regarding dimensions, pressure rating, fittings and installation instructions. Manufacturer's data must indicate coinpliance 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., www.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., www.ipexinc.com or approved equal. All PVC pipe fittings shall bear the approval seal of the National Sanitation Foundation (NSF) for potable water pipe. VALVES- All valves shall be the manufacturer's standard design for the service intended and shall bear the maker's name and pressure rating cast on the body, also the valve type, size, flow direction arrow, if applicable. Valves shall open left (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 resilient seat type meeting the requirements of AWWA C500/C509. These valves shall have non-rising stems, shall be furnished with 2-inch square AWWA operating nuts, and shall open when 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 screxv and yoke (OS&Y) flanged joint type. Valves shall be Ken-Seal as manufactured by Kennedy; Metroseal by U.S. Pipe; or approved equal. See Exhibit W- 7. Tapping Valves- Tapping valves shall be mechanical joint outlet, non-rising, stem, resilient seat gate valves meeting the applicable requirements of AWWA C509. Tapping valves shall be specifically designed for pressure tapping with sufficiem seat opening to allow full diameter taps to be made. Tapping valves shall be manufactured xvith an integral tapping flange having a raised lip design. DIVISION 2 - Page 26 of 67 DMSION 2 - SITE WORK Tapping Sleeves- Tapping sleeves for size-on-size connections shall be mechanical joint split cast iron units and rated for 150 psi working pressure in accordance with AWWA Cll0. For less than size-on-size connections, tapping sleeves shall be fabricated steel units with a fusion-bonded epoxy coating and shall be pressure rated as above. The contractor shall determine the outside diameter of the existing ma'm before ordering the sleeve. Tapping sleeves shall have an outlet flange per ANSI B16.1, 125 lb. standard. Service Saddles- Service saddles shall have a ductile iron body, be equipped with double tie straps, and be suitable for either wet or dry installation. The sealing gasket shall be the O-ring type suitable for the applicable service. Outlet flange shall be ANSI B16.1, 125 lbs. standard. Tie straps and bolts shall be a corrosion resistant alloy steel. Service saddles shall be Type 313 or 323 as manufactured by Rockwell, or approved equal. Valve Box- Valve boxes for all valves installed below ground shall be cast iron. They shall be adjustable to fit the depth of earth cover over the valve and shall be designed so as to prevent the transmission of surface loads directly to the valve or piping. Valve boxes shall have a minimum interior diameter of 5 inches; Valve box extension shall be installed to reserve a minimum of 50% of the adjustment for a future extension. The operating nut should not exceed 36 inches below finished grade. However, if conditions require that the operating nut exceeds 36 inches, then an extension, mechanically attached to the valve, shall be added, .and the top of the-extension shall not exceed 18 inches below finished grade. The cover of the valve box shall be marked "Water" and shall be securely installed as to prevent tipping or rattling. INSTALLATION Install pipe as indicated on the Drawings. Pipe in Trenches: 4. 5. 6. Keep trenches flee 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 f'mished grade unless otherwise shown on the drawings. Cut pipe as recommended' by the manufacturer. Lay pipe on a continuously rising grade from low points to high points at service lines, air release valves or hydrants. At each joint, dig a bell hole sufficiently wide and deep to allow the pipe barrel to bear uniformly on the trench bottom. Construct concrete thrust blocks behind bends, tees, caps and plugs. Minimum block size shall be 2 cubic feet in volume and cast concrete against undisturbed earth. DIVISION 2 - Page 27 of 67 DIVISION 2 - SITE WORK PROTECTING PIPE During the progress of the Work keep pipe clean from all sediment, debris, and other foreign material. Close all open ends of pipes and fittings securely with removable plugs at end of Work day, during storms, when the Work is left at any time, and at such times as the Director's Representative may direct. All water piping shall have a suitable elecl~onic locator tape (metallic) buried over the water main approximately one foot below grade. The tape shall be continuous between 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 l- 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 .DMSION 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 A. Tubing': ASTM B 88, Type K soft temper unless otherwise noted on the drawings. B. Fittings: Cast Bronze, Flared Type; ANSI/ASME 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. Flaring and AssombLing 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. D4 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 period of 30 minutes. 3. All tests shall be made in such manner as the Director's Representative shall direct and in his presence. END OF SECTION 02513 - COPPER TUBING AND FITTINGS {UNDERGROUND) DIVISION 2 -Page 29 of 67 · DIVISION 2 - SITE WORK SECTION 02514 - HIGH DENSITY POLYETHYLENE PIPE DESCRIPTION Under this item, the Contractor shall furnish and install 1" diameter high density, polyethylene pipe in accordance with the plans and specifications and/or as directed by the Engineer. MATERIALS The high density polyethylene pipe shall be SDR-9 with an inside diameter of 1" and meet ASTM D2737 minimum requirements. The pipe shall be able to with stand an operating pressure of 200 psi at 73°F. All splices and connections shall be brass mechanical type 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 the Engineer. The cost of excavation and backfill shall be included in this item. The proposed HDPE water line shall be installed to a depth of 54" below' finished grade and muted as indicated on the plans. Piping may be backfilled with suitable excavated material and thoroughly compacted. The Engineer reserves the right to reject backfill material if in his opinion contains dele.terious material. The Engineer shall determine if the compaction effort is sufficient to complete the installation. In instances where the HDPE water line passes through foundation walls, slabs or other hard structures, the HDPE pipe shall be inserted through a 2" diameter PVC sleeve. The PVC sleeve shall extend a minimum of 1" past the structure surface. END OF SECTION 02514 - HIGH DENSITY POLYETHYLENE PIPE DIVISION 2 - Page 30 of 67 DMSION 2 - SITE WORK SECTION 02517 - WATER MAIN BLOW OFF HYDRANT DESCRIPTION Under this item, the Contractor shall furnish and install blow-offhydrants in accordance with the plans and specifications and/or as directed by the Engineer. MATERIALS The blo~v-off shall be non-freez'mg and self draining as manufactured by Kupferle foundry Co. of St Louis, MO., model #7500 - 4" Mainguard Blow-off or approved equal. Blow-off shall be furnished with a 4" MJ inlet, a non-turning operating rod and open to the left. Ail 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. When open, the valve shall be 100% unobstructed and drain hole shall be covered. Outlet shall be 4" FIP with plug and extend a minimum of 12" above fmal grade. All connections shall be water fight fit. CONSTRUCTION DETAII,S Ail excavation and backfill shall be in accordance with Section 206, Trench and Culvert Excavation of the NYSDOT Standard Specifications of January 2, 1995 as amended. Material to be used as backfill shall be clean, granular material as approved by the Engineer. The cost of excavation and backfill shall be included in this item. The proposed blow-offs shall be installed to a depth of 54" below finished grade and routed as indicated on the plans. Blow-off shall be backfilled with suitable excavated material and thoroughly compacted. The Engineer reserves the right to reject backfill material if in b_is 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 with SCDHS and manufactures requirements. The Contractor shall install the proper thrust blocking required. END OF SECTION 02517 - WATER MAIN BLOW OFF HYDRANT. DIVISION 2 - Page 30a of 67 DIVISION 2 - SITE WORK ' SECTION 02540 - SEPTIC SYSTEMS WORK INCLUDED A. The Contractor shall be responsible to furnish and install a complete sanitary system including all extension and connection work as specified herein, indicated on the contract drawings and / or directed by the engineer. B. The entire installation shall b~ performed in accordance with the standards and requirements of the Suffolk County Department of Health Services (S.C.D.H.S.) and all necessary installation approvals shall be obtained by the Contractor prior to final acceptance. C. See Division 15 and 16 for detailed specifications of work under other trades. SEWAGE DISPOSAL SYSTEMS A. Sewage disposal systems shall be' installed as indicated on the contract drawings and shall meet the requirements oftbe S.C.D.H.S. Sewage disposal systems shall be connected to the waste lines to be installed by the Plumbing Contractor. The waste line shall extend approximately 5'-0" out from the foundation line and be cast iron or PVC pipe. B. Materials for the sewage disposal system not specifically specified under this section shall conform to the material specifications in other sections of the specifications as indicated on the contract drawings. C. Pre-cast concrete items shall be as manufactured by Carlson Precast Inc., Picone Brothers, Carbro Industries, Inc., or approved equal, and shall be designed to meet the standard specifications of the S.C.D.H.S. D. SePtic tank shall be as indicated on the contract drawings, complete with precast concrete pad, pre-cast concrete sections, cast iron manholes, frames and covets set flush with finished grade. E. Each sanitary leaching pool shall be installed as indicated on the contract drawings. F. Suitable backfill material shall conform to the specifications of the SCDHS. 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 prior to completion, 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 notify the Engineer upon receipt of the approval. D. The Contractor shall be required to excavate to acceptable leaching soils as determined by /he S.C.D.H.S. In the event that a sufficient quantity 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 DMSION 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 S~ate 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 traffic. 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 DIVISION 2 - SITE WORK SECTION 02595 - GEOTEXTILE FILTER FABRICS 8oz. DESCRIPTION The Contractor will be responsible for furnishing and installing the geotextile filter fabric into the various components indicated on the Contract Drawings. The Contractor shall provide all labor, materials, equipment and incidentals necessary to imstall the Geotextile Filter Fabric as specified, shown on the Contract Drawings, and as directed by the Engineer. The Contractor shall be prepared to install geotextile filter fabric in conjunction with the site drainage system. SUBMITTALS The Contractor shall furnish certificates fi:om the company manufacturing the geotextile attesting that the geotextile meets the chemical, physical, and manufacturing requirements specified. The Contractor shall furnish the manufacturer's quality control certificates, for rolls delivered to the site, which shall include: 1. Roll numbers and identification 2. Sampling procedures 3. Certified results fi:om manufacturer quality control tests verifying each minimum average role property specified MATERIALS Geotextile - 8oz. shall be a needle panched non-woven polypropylene fabric and be "Geotex 861" manufactured by SI Geosolutions (423-899-04~.4), www. fixsoil.com or approved equal. The geotextile-8 oz. shall demonstrate the following properties: PROPERTY I TEST METHOD MIN.AVE. ROLL VALUE Grab Tensile Strength ASTM D4632 220 lbs (min) Puncture Strength ASTM D4833 135 lbs (mtn) Mullen Burst ASTM D3786 420 psi (min) Trapezoidal Tear ASTM D4533 95 lbs (mia) Apparent Opening Size ASTM D475 l 80 US Std Sieve (max) Permittivity ASTM D4491 1.50 sec- 1 (min) Permeability. ASTM D4491 0.38 cra/sec (min) Water Flow Rate ASTM D4491 110 gpra/sf (min) Mass Per Uait Area ASTM D5261 8.0 oz/sy (rain) UV Resistance (%retain. 500hr) ASTM D4355 70% (min) DIVISION 2 -Page 34 of 67 DWISION 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. Co The fabric shall be placed in the manner and at the localiions as indicated on the Contract Drawings. Fabric placed on slopes shall be placed so that the upper strip of fabric overlaps the next lower strip by eighteen (18) inches. Fabric shall be laid smooth and free of tension, stress, folds, wrinkles or creases. If geotextile should be damaged during any step of installation, a piece of geotextil~ material shall be cut and placed over the damaged area and overlap the undamaged material a minimum of 3 feet in each direction. At~er unwrapping the geotextile from its opaque cover, the geotextile shall not be lefl 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 WORK SECTION 02621 - 6" PERFORATED DRAIN PIPE SUBMITTALS 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: l. Install pipe in accordance with the manufacturer's recommendations and as specified in ASTM D 2321. 2. No. 2 course aggregate shall be used for bedding and backfill to the depth shox~aa on the drawings for perforated pipe. 3. Cushion material shall be used for bedding and backfill to the depth shown on the drawings for non-perforated pipe. DIVISION 2 - Page 36 of 67 DIVISION 2 - SITE WORK INSTALLATION Lay pipe to indicated line and grade with firm uniform bearing throughout its length. 1. Lay pipe with a uniform pitch between high and low points. 2. Position bells upstream. 3. Provide sufficient clearance at each bell or coupling to allow uniform bearing along the pipe barrel. Fill excess excavation with bedding material and tamp. Jointg: Wipe inside of sockets and outside of pipe to be jointed, clean and dry. Assemble elastomeric-gasket joints in accordance with the pipe manufacturer's recommendations and ASTM D 3212. Assemble solvent-cement joints in accordance with ASTM D 2855. Assemble other joints in accordance with the pipe manufacturer's recommendations. C. Bends: Use two 45 degree fittings for each 90 degree mm. END OF SECTION 02621 - 6" PERFORATED DRAIN PIPE DIVISION 2 - Page 37 of 67 DMSION 2 - SITE WORK SECTION 02623 - POLY-VINYL CHLORIDE (PVC) PIPE DESCRIPTION Under this item the Contractor shall furnish and install Schedule 80 PVC pipe in conformance with the plans, these specifications and orders of the Engineer. MATERIAL PVC pipe and fittings shall be polyvinyl chloride (PVC) manufactured from a PVC compound meeting the requirements .of Type 1, Grade 1 PVC in accordance with ASTM D1784, D1785, and D2241. The PVC pipe shall be gray, or white in color and shall be equal to Schedule 80 in wall thickness, unless otherwise indicated on the Drawings. 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 with ASTM D2466. C. Solvent Cemem: PVC solvent cement shall be in accordance with ASTM D2564. Pipe shall be clearly marked with type, class and thickness as applicable. Lettering shall be legible and permanent under normal conditions of handling and storage. All pipe and duct placed shall be in good condition with no splits, crocks 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 govem 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 leugth, depth and width required for marking the particular type 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 DIVISION 2 - SITE WORK In cases where 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 mainta'med between the concrete encasement and a paralleling utility. No utility shall be contained within the concrete encasement. Pipe jointing shall be completed as the pipe is installed. Ail joints shall be made secure and capable of allowing compressed air to be used for installing a pull line. Field pipe bends shall have a maximum bend of 22 degrees unless otherwise accepted by the Engineer. Where a bend is less than the allowable field bend is indicated on the drawings, factory bends shall be used unless otherwise accepted by the Engineer. Where directional changes are required, the pipe shall be bent in smooth, uniform bends. The Contractor shall provide equipment to bend pipe when the radius of bends is less th~ the radius of allowable material design stress. Bends shall be made with approved pipe bendIng tools and pipe manufacturers approved methods of procedure. END OF SECTION 02623 - POLYoVINYL CItLORIDE (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 corrugated polyethylene pipe (smooth interior) in accordance with the plans and specifications and/or as directed by the Engineer. MATERIALS The corrugated polyethylene pipe (smooth interior) shall meet AASHTO M294 minimum requirements. The pipe shall be as manufactured by Hancor, inc., Type Hancor Hi-Q, or as manufactured by Advanced Drainage Systems, Inc., Type 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 DETAILS All excavation and backfill shall be in accordance with Section 206, Trench and Culvert Excavation of the NYSDOT Standard Specifications of January 2, 1995 as amended. Material to be used as backfill shall be clean, granular material as approved by the Engineer. The cost of excavation and backfill shall be included in 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. 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. END OF SECTION 02624 - CORRUGATED POLYETHYLENE PIPE (SMOOTH I TERIOR) DIVISION 2 - Page 40 of 67 DIVISION 2 - SITE WORK SECTION 02630 - STORM DRAINAGE ~VORK 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 Subnfit complete and accurate shop drawings, catalog cuts, details for the Engineer's approval. No installation shall 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 wall 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 gate) - The frame and grate shall be heavy-duty type flame and grate as manufactured by Campbell Foundry Company or an approved equal. Frames and grates shall receive two (2) coats of asphaltic paint prior to installation. Frames and Covers (circular solid cover) - The frame and solid cover shall be heavy- duty type frame and cover as manufactured by Campbell Foundry Company or an approved equal. Frames and covers shall receive two (2) coats of asphaltic paint prior to installation. Solid Covers (precast concrete) - The solid cover shall be precast concrete be as manufactured by Suffolk Precast Inc., Calverton, NY or an approved equal. DIVISION 2 - Page 41 of 67 DMSION 2 - SITE WORK Trench Drain - The trench drains shall be constructed of reinfomed precast concrete 16" high and 6' long sections. Each six-foot increment shall be furnished 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 with 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 DMSION 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 DETAII,S 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 fme 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 · DIVISION 2 - SITE WORK SECTION 02723 - RECYCLED PORTLAND CEMENT CONCRETE AGGREGATE BASE COURSE WORK INCLUDED This work includes furnishing 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 this material. The cost for all laboratory testing of the material shall be borne by the Contractor. CONSTRUCTION DETAILS Upon approval of the compacted soil subbase by the Engineer, the Contractor shall furnish, place and compact the recycled concrete aggregate to the specified lines and grades. Tolerance of the compacted RCA base course shall be plus/minus ¼ inch. END OF SECTION 02723 - RECYCLED PORTLAND CEMENT CONCRETE AGGREGATE BASE COURSE DIVISION 2 - Page 44 of 67 DMSION 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. MATERIALS Tack Coat - The bituminous tack coat shall meet all requiremems 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 Depashnent of Transportation Standard Specifications of January 2, 1995 for Item 407.17 Asphalt Concrete-Type 6F Top Course (High Friction) Marshall Design. INSTALLATION A. All Construction Details requirements of the New York State Department of Transportation Standard Specifications of January 2, 1995 shall apply except as herein modified. B. No asphalt concrete courses shall be place prior to Engineer's. acceptance of the base course. C. Tack coat shall be applied to curb faces abutting proposed asphalt concrete pavement immediately prior to placement of the new pavement. DIVISION 2 - Page 45 of 67 ' DMSION 2 - SITE WORK D. Existing asphalt placement to be resurfaced shall be machine swept by the Contractor prior to the placement of the new pavement. It shall be the Contractor's responsibility to insure that the pavement is thoroughly clean, free of all mud, dust and other loose material, and m the satisfaction of the Engineer, immediately prior to the application of the bituminous mixture. All loose material shall be removed with power operated sweepers and/or hand brooms as may be required and trucked from the construction site to the disposal areas 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 shown on the plans. END OF SECTION 02740 - ASPHALTIC CONCRETE PAVEMENT DIVISION 2 - Page 46 of 67 DMSION 2 - SITE WORK SECTION 02772 - CONCRETE CURB WORK INCLUDED A. Under this Item, the Contractor shall construct a Conventionally formed concrete curb in accordance with the Details, Specifications and/or as directed by the Engineer. B. The construction of the concrete curbs shall meet the requirements of the Town of Southold Highway Department Specifications and New York State Department of Transportation Standard Specifications of January 2, 1995, as amended for Item 609.04 Conventionally Formed or Machine Formed Concrete Curb except as herein modified. MATERIALS The materials shall meet the requirements of the following subsections of Section 700 - Material: Portland Cement Fine Aggregates Coarse Aggregates Premolded Bituminous Joint Filler Wire Fabric For Concrete Reinforcement Polyethylene Curing Covers Water 701-01 703-01 703-02 705~07 709-02 711-04 712-01 The material requirements and composition shall comply with the Specifications for Class "A" concrete in Section 501-2 under "Portland Cement Concrete - General". Cohcrete shall be proportioned in accordance with the aggregate weights specified for Class "A" concrete in Table 501 ~3, Concrete Proportions. C. The concrete cement shall have a minimum compressive strength of 3500 psi at 28 days. CONSTRUCTION DETAILS A. The curb shall be conventionally formed to the size and shape shown on the Details or as directed by the Engineer. B. Curbs shall no..~t be poured monolithically with the sidewalk unless otherwise directed by the Engineer. Casting Segments - Curb shall be cast in segments having a uniform length of approximately 20 feet. Segments shall be separated by contraction scoring. Contraction scoring shall be 1/4" wide x 1" deep - "V" shaped. · D. Expansion Joints - Expansion joints 3/4 inch in width shall be formed with "Premolded Bituminous Joint Filler", Section 705-07 placed at twenty (20) foot intervals as shown on the DIVISION 2 - Page 47 of 67 DIVISION 2 - SITE WORK Plans and specified by the Engineer. The filler material shall be cut 1/4" below top of the curb. E. Forms - Forms shall be steel or woOd, straight, free from ~varp, 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 Vibiating - 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 vibrafmg 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 has 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 with the requirements of Table 502-2. H. Protection - The Contractor shall keep the curb clean, aligned and protected from damage until final acceptance of the work. Any curb damaged prior to the tm_al acceptance of the work shall be repaired or replaced at the Contractor's expense. END OF SECTION 02772 - CONCRETE CURB DIVISION 2 - Page 48 of 67 DIVISION 2 - SITE WORK SECTION 02775 - CONCRETE WALKS WORK INCLUDED A. This ~vork includes all labor, materials, equipment, and incidentals necessary, to consm~ct 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 fi) Fine Aggregates Coarse Aggregates Premolded Bituminous Joint Filler Wire Fabric for Concrete Reinforcement Polyethylene Curbing Covers Water Section 701-01 Section 703-01 Section 703-02 Section 705-07 Section 709-02 Section 711-04 Section 712-01 The material requirements and composition shall comply with the Specifications or Class "A" concrete in Section 501-2 under "Portland Cement Concrete General". Concrete shall be proportioned in accordance with the aggregate weights specified for Class "A" concrete in Table 501-3, Concrete Proportions. C. Concrete shall have a minimum compressive strength of 3500 psi at 28 days. CONSTRUCTION DETAILS The general construction details 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 DIVISION 2 - SITE WORK L The wire fabric shall consist of No. 6 gauge ~4re at 6" centers traversely and longitudinally. Transverse construction joints shall extend to the full depth of the slab and spaced 20 to 25 feet apart. The edges of such joints shall be fm/sbed with an edging tool having a 1/4- inch radius. The concrete surface shall be scored as approved by the Engineer so that the finished walk will be marked in squares. The 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 sidewalk ~vork, the contractor shall cover the sidewalk overnight during the first night of curing with a polyethylene cover or an equal to the approval of the Engineer. No sidewalk shall be left uncovered overnight during the first night of curing. The contractor at all times provides access to homes and businesses in a manner approved by the Engineer. New sidewalk area shall be barricaded using ropes, horses, flagging, etc., in a manner approved by the Engineer to protect the public during the curing period until the sidewalk is sufficiently cured to allow pedestrian traffic. The Contractor shall protect the sidewalk and keep it in first class condition until the completion of the contract. Any portion of the sidewalk, which is damaged or vandalized at any time before the final acceptance of the work, shall be removed and replaced with satisfactory sidewalk at the Contractor's expense. END OF SECTION 02775 - CONCRETE WALKS DIVISION 2 - Page 50 of 67 DIVISION 2 - SITE WORK SECTION 02820 - VINYL CHAIN LINK FENCE AND GATES WORK INCLUDED TMs work includes all labor, materials, equipment, and incidentals necessary to famish and install 9 gauge wire core, black vinyl clad, 2" mesh, 4' and 6' height chain link fencing. SUBMITTALS A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of components, accessories, and post foundations. B. Product data: Manufacturer's catalog cuts indicating material compliance and specified options. CHAIN LINK FENCE FABRIC PVC coated over galvanized wire: ASTM F 668, Class 2b, 7 mil thermally fused polyvinyl chloride in Black. ASTM A 641, galvanized steel core wire, tensile strength 75,000 psi with 6 gauge core wire. Size: Helically wound and woven to height of as indicated on plans with 2" diamond mesh, 6 gauge core wire with a wire diameter of 0.192" and a break load of 2170 lbs. C. Selvage of fabric shall' be knuckled at top and bottom STEEL FENCE FRAMING Steel pipe - Type I: ASTM F 1083, standard weight schedule 40; minimum yield strength of 25,000 psi (170 MPa); sizes as indicated. Hot-dipped galvanized with minimum average 1.8 oz/fV (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 ovemoat, 0.9 oz/ft: (275 g/ma) minimum zinc coating with chromate conversion coating and verifiable polymer fill. Internal coating Type B, minimum 0.9 oz/ft2 (275 g/m2) zinc or Type D, zinc pigmented, 81% nominal coating, minimum 3 mils (0.08 mm) thick. Formed steel ("C") sections: Roll formed steel shapes complying with ASTM F 1043, GrouplI, produced t~om 45,000 psi (310 MPa) yield strength steel; sizes as indicated. External coating per ASTM F 1043, Type A, minimum average 2.0 oz/ft2 (610 g/m2) of zinc per ASTM A 123, or 4.0 oz/ft2 (1220 g/m2) per ASTM A 525. DIVISION 2 - Page 51 of 67 DIVISION 2 - SITE WORK Steel square sections: [ASTM A 500, Grade B] Steel having minimum .,field strength of 40,000 psi (275 MPa); sizes as indicated. Hot-dipped galvanized x¥ith minimum 1.8 oz/ft2 (550 g/m2) of coated surface area. F. End and Comer 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/ft or aluminum tubular members, 2" square, weighing 0.94 lb/fi. Weld connections forming rigid one-piece nnit.(no substitution) Vinyl coated frames thermally fused with 10 to 15 mils of PVC per ASTM 1043. (If gate frame is not to be vinyl coated, eliminate reference to PVC coating. Chain link fence fabric: PVC thermally fused to metallic coated steel wire, ASTM 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 parts (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 allow opening and closing without binding. Non-lift-off type 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 when necessary. "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. (Where top rail is used, provide tops to permit passage of top rail.) C. Top rail and brace rail ends: Pressed steel per ASTM F626, for connection of rail and brace to terminal posts. DIVISION 2 - Page 52 of 67 DIVISION 2 - SITE WORK D. Top rail sleeves: 7" (178 mm) expansion sleeve with spring, allowing for expansion and contraction of top rail. E. Wire ties: 9 gauge [0.148" (3.76 mm)] galvanized steel 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 I9 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 str&ngth of '75,000 psi (517 MPa). I. Tress rods & tightener: Steel rods with minimum diameter of 5/16" (7.9 mm). Capable of withstanding a tension of minimum 2,000 lbs. J. Nuts and bolts are galvanized. SETTING MATERIALS Concrete: Minimum 28 day compressive strength of 3,000 psi (20 MPa). EXAMINATION A. Verify areas to receive fencing are completed to final grades and elevations. B. .Ensure property lines and legal boundaries of work ~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 tmiforrrdy 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" deeger than post bottom. Excavate deeper as required for adequate support in soft and loose soils, and for posts with hea~y lateral loads. Set post DIVISION 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 around post. Slope to direct water away from posts. E. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. F. Bracing: Install horizontal pipe brace at mid-height for fences 6' and over, on each side ofterminalposts. Firmly attach with fittings. Install diagonal truss rods at these points. Adjust tress rod, ensuring posts remain plumb. H. 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" (2.502 mm)] hog rings 24" oc. I. Top rail: Install lengths, 21'. Connect joints with sleeves for rigid connections for expansion/contraction. J. 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.) CItAIN LINK FABRIC INSTALLATION A. 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 l 5" on center and to rails, braces, and tension wire at 24" on center. B. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15" (381 man) on center. DIVISION 2 - Page 54 of 67 DMSION 2 - SITE WORK ACCESSORIES A. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. B. Fasteners: Install nuts on side of fence opposite fabric side for added security. CLEANING A. Clean up debris and unused material, and remove fi.om the site. END OF SECTION 02820 - VINYL CHAIN LINK FENCE AND GATES DIVISION 2 - Page 55 of 67 DIVISION 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 ~4th the plans arid specifications and as directed by the Engineer. Proposed signs shall include but not be limited to the following: 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 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. Concrete for Foundations - The concrete foundations shall meet all requirements the New York State Department of Transportation Standard Specifications of January 2, 1995 for Item 645-2.03 Concrete for Foundations. 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 645-3.11 Sign Posts and Support Systems. INSTALLATION A. All Construction .Details requirements of the New York State Department of Transportation Standard Specifications of January 2, 1995 shall apply except as herein modified. B. No 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 SECTION 02900 - PLANTINGS DESCRIPTION The Contractor shall furnish all labor, equipment and materials necessary to install plant'mgs. The work to be completed in this section shall include the following: Trees and Shrubs Mulching and Fertilizer MATERIALS All plant material shall be tree to name and size in conformity with the following standards: Hortus Third. 1976. Revised and expanded by the staff of the Liberty Hyde Bailey Honorium, New York, NY: Macmillan Publishing Co. American Standard for Nursery Stock, Most current edition. Washington D.C.: American Association of NursexTmen, 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 ~rees or shrubs with wounds larger than 3A" shall be accepted. No plant material containing noxious weeds in the root ball shall be accepted. Trees with broken, cracked or damaged mot balls will not accepted and the plant material shall be replaced at no extra cost to the Town. All plants shall be nursery grown and shall have been growing 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 Nurse .rymen 'unless otherwise specified. A plant shall be dimensioned as it stands in its natural position. Stock furnished shall be a fair average between the minimum and maximum size specified. Large plants which have been cut back to the specified sizes will not be accepted. Perennials and Groundcovers shall be well rooted and established within the container, yet not rootbound DIVISION 2 -Page 57 of 67 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 forest product of 98% bark containing less than 2% wood or other debris. Wood ch/ps 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 tight to reject, on or after deliver)', 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% 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 quality topsoil at no additional expense to the Town. D. Plants shall be planted the mot 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 nursery-grown in accordance with good horticultural practices. Plants shall be free of disease, insects, eggs, larvae, and detects such as knots, sunscald, injuries, abrasions, or disfigurement. They shall be sound, healthy and vigorous, of uniform growth, typical of the species and variety, well-formed, free from irregularities, with the minimum quality conforming to American Standard for Nursery Stock. No trees or shrubs with wounds larger than 3/4" 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 lowest 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 prolrude 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 conta'mers shall have the roots well established in the soil mass and shall have grown in the container for at least one growing season. Containers shall be large enough to provide earth-root mass of adequate size to support the plant tops being grown. Plants over-established in the container, as evidenced by pot-bound root ends, will not be accepted. Tubers shall be fn'm, non-desiccated, and certified free of disease and viral infection, as indicated in the Plant Schedule. All tubers shall be top size and firm with numerous fibrous roots if applicable. The Contractor shall submit a list of the proposed daylily species, quantities, colors, bloom periods and ultimate sizes for review and approval of the Engineer prior to purchasing said material Ground covers shall be 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 fert'tlized in the same manner as areas to be prepared for tuff. A 2" mulch of aged bark mulch shall be spread around all ground covers to aid in establishment and minimize competition from weeds. The beds shall be maintained in a weed free condition throughout the guarantee and maintenance period. Preparation of Plants. In preparing the plants for moving, all precautions customary in good practice shall be taken. Workmanship that fails to meet the highest standards will not be accepted. Balled and burlaped plants shall have a solid ball of earth of minimum specified size held in place by burlap and a stout rope. Oversize or exceptionally heavy plants are acceptable if the size of the ball or spread of the roots is proportionally increased to the satisfaction of the Engineer. Delivery. All plants shall be packed, transported, and handled with the utmost care to ensure adequate protection against injury. Trees with broken, cracked or damaged root balls will not accepted and the plant material shall be replaced at no extra cost to the Town. Any inspecti6n 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: 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 m ultimate finished grade, so that they will be left in the same relation to the surrounding grade as they were grown in the nursery or slightly higher. In the event that nursery practices have resulted in soil being placed above the root flare, this extra soil and any advantageous mots shall be removed. Ihe 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 bail 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 finished grade. Excess excavation from all holes shall be removed from the site. Backfilling of Planting Pits. Use planting mixture of 4 parts topsoil, I part approved commercial horticultural peat moss. Upon approval of the Engineer, existing native soil may be used if the soil is found to be of a suitable quality. Existing subsoil is to be removed from site by Contractor. Planting pits and beds shall be back filled carefully to fill all voids and to avoid breaking or bruising roots. An approved fertilizer such as I cup of 5-10-5 or slow release fertilizer tablets per 1' of caliper shall be placed with the backfill. A sample of the proposed fertilizer shall be submitted to the Engineer for approval prior to the start of work. Tamp backfill firmly to prevent settlement. W2aen pit is 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 formed around each plant to hold additional water. Shrubs. All shrubs, shall be planted iff holes at least 1 foot greater in diameter that the ball of earth or spread of roots. The depth of the holes shall be at least I foot and as much greater as is necessaxy 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 watering. Areas between shrub beds (masses 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 DMSION 2 - SITE WORK "saucer" shall be formed around each plant to hold additional wa~er. 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 containers or flats 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 Inoculant. The Transplant Inocuiant shall consist of Mycor Tree Saver Transp'lant, a product of Plant Health Care, Inc., 440 William Pitt Way, Pittsburg, 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 with 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 tree 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 fome all blades into the soil at the proper depih. Pits to receive machine transplanted trees shall be dug with machines of like size and manufacture to that which is used to dig the intended tree. DIVISION 2 -Page 61 of 67 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 (8-10") caliper trees shall be moved with 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 maimalning 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 ill[ 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 any utilities, structures, fences, gates, or other facilities at all sites. Priming: a. Before digging, or within forty-eight (48) hours after transplanting trees shall be Class 1 pruned, in accordance with the National Arborist Association Priming 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, prurdng 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 tracks while backing up to or driving away from the tree. Roots protruding from the digging spades shall be cm flush with the rootbal I before planting. Transplanted trees shall stand plumb and be planted two to four 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 m 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 DIVISION 2 - SITE WORK $. 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. Atter 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 surface of beds and tree pit areas as shown on the plans and directed by the Engineer. Mulch shall be applied to a uniform depth of three (3) inches, and shall be so distributed as to create a smooth, level cover over the exposed soil. Plants shall not be covered. EDGING OF PLANTING AREAS: The Contractor shall establish a neat edge where planting areas meet grass areas, as shown on the plan Sr 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 shown on the plan or as directed by the Engineer. DIVISION 2 - Page 63 of 67 · DIVISION 2 - SITE WORK MAINTENANCE: At the time of planting, the soil around each plant shall be thoroughly saturated with water, and as many times later as seasonable conditions require, until final acceptance of the plant materials. Maintenance shall include ~vatering, ~veeding, 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 tweNe inches (12") in depth, and other horticultural operations necessary for the proper growth of alt trees, and for keeping the entire area within the contract limits neat in appearance until the final acceptance and completion of the xvhole ~vork of this contract. The maintenance schedule for the groundcovers and herbaceous materials shall continue for 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 for review and approval, and checked periodically for concurrence. All planting areas shall be cultivated and weeded with hoes or other approved tools within the growing season extending from May 1st to October 1st, and such cultivating and weeding shall be repeated at least every three (3) weeks. Under no conditions shall weeds be allowed to attain more than six inches (6") of growth. The cost of maintenance shall be included in the price bid. END OF SECTION 02900 - PLANTINGS DIVISION 2 - Page 64 of 67 DIVISION 2 - SITE WORK SECTION 02911 - TOPSOIL DESCRIPTION The Contractor shall .furnish all labor, equipment and incidentals necessary for hauling, stockpiling, placing, grading, and compacting of topsoil in accordance with the Specifications, Engineer and as indicated on the Contract Drawings. The Town of Southold will furnish the required leaf compost material necessary for the Contractor to blend on-site soils suitable for making topsoil. The Contractor will be required to tranSPort all soil materials on-site, blend/screen the leaf compost material with the suitable on-site soil material before spreading, compacting and prepping for hydroseeding. MATERIALS A. Screened Leaf Compost material shall be available fi.om 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 equipmem and personnel necessary to scarify, rake and fine grade topsoil. Raking shall be performed at a minimum to the top 2 inches of soil. D. The Contractor shall rake and 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 thc 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 - HYDROSEED DESCRIPTION The Contractor shall furnish all labor, materials, equipment and incidentals necessary to apply hydroseeding, amend the soil and establish an acceptable stand of grass as specified, shown on the Contract Drawings and as approved by the Engineer. SUBMITTALS The Contractor shall submit to the Engineer all items described in subsequent sections as outlined by the following schedule: A. Prior to hy~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 Laboratory 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 (1 year maintenance) MATERIALS The seed mixture should be as follows and applied at a rate of 150 pounds per Acre: 35% Care Free Tall Fescue 35% Cavalcade Tall Fescue 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% ±2% Ash Content 1.4% pH 64-2 Water Holding Capacity 90% minimum DIVISION 2 - Page 66 of 67 DIVISION 2 - SITE WORK CONSTRUCTION DETAILS A. Any existing vegetation determined by the Engineer to be unsuitable shall be removed by the Contractor prior to installing jute or erosion control mat. B. Seeding shall be done between April 15th to June 15th or September 1st to November 15m. 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 allowed to remain mixed with the fertilizer for longer than 4 hours will not be accepted for ruse and no compensation will be made for seed so rejected. Maintenance of Grass: The Contractor shall maintain the seeded area without additional 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 fall to show a uniform stand of grass shall be re-fertilized and re-seeded with the original mixture at the Contractor's expense until all the designated areas are covered with grass. The Contractor shall properly water, protect if necessary, the areas until a satisfactory stand is obtained. 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 work required because of faulty operations (delays) or negligence on the part of the Contractor shall be performed without additional cost to the Owner. The Contractoi shall make any repairs as directed by the Engineer before final acceptance. END OF SECTION 02920 - HYDROSEED DIVISION 2 - Page 67 of 67 DIVISION 3 - CONCRETE GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA, and other Contract documents. Refer to the 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 11 DMSION 3 - CONCRETE SECTION 03100 - CONCRETE FORM WORK SCOPE The xvork under this heading shall consist of furnishing ail labor, materiais, 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 for 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 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 for 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 robbed immediately after removai of forms. Forms for concrete work shall be plywood or composite of smooth line construction, that will produce straight, dense surface free from hon. eycombs, bulges and depressions. .- If any materiai is used to coat formwork to facilitate its removai, 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 shail be thoroughly cleaned before reusing. All wood form work, including that used in void spaces, pockets and other similar places, shall be removed. Forms shail not be disturbed until the concrete has adequately hardened. Care shall be taken to avoid spailing concrete surface. WORK IN CONNECTION WITH OTHER SECTIONS AND/OR CONTRACTS Box out for pipes as directed and fill up to pipe sleeves with concrete after same are in place. B. Build in anchors, inserts or slots as required for proper anchorage. DWISION 3 - Page 2 of 11 DIVISION 3 - CONCRETE C. Set in concrete all sleeves furnished under other sections or contracts, in proper alignment and location. D. Cooperate with other trades. E. Build in concrete all forms furnished by other trades and required to be built into concrete. END OF SECTION 03100 - CONCRETE FORM WORK DIVISION 3 - Page 3 of 11 DIVISION 3 - CONCRETE SECTION 03200 CONCRETE REINFORCEMENT SCOPE The work 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 framing plans, details, bending diagrams, sizes and spacing of members, mlationsh/p to contiguous work, scale elevations of all reinforced concrete walls, and all other pertinent information. Details shall be carded out in accordance with the A.C.I. rules. Contractor shall submit one black and white print and one reproducible with each submission. Cost of all prints required fi-om the reproducible, including prints required by the Engineer, shall be borne by this Contractor. MATERIALS Deformed reinforced steel shall conform with SPEC~ICATIONS FOR NEW BILLET-STEEL BARS FOR CONCRETE REINFORCEMENT, ASTM A-615, GRADE 60. Deformations on deformed bars shall conform with SPECIFICATIONS FOR DEFORMATIONS OF DEFORMED STEEL BARS FOR CONCRETE REINFORCEMENT, ASTM A-305. 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. 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 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 ASSIYRANCE 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 other,~ise. 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. Co 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 co~crete sl~bs 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. Bo Admixtures: Do not use admixtures in concrete unless specified or approved in writing by the Engineer. Selection of Proportions: Concrete proportions shall be established on the basis of previous field experience or laboratory trial batches, unless otherwise approved in writing by the Engineer. Proportion mix with a minimum cement content of 564 pounds per cubic yard for 3000 psi concrete and 611 pounds per cubic yard for 4000 psi concrete. DIVISION 3 - Page 5 of I 1 DIVISION 3 - CONCRETE REINFORCEMENT (Amendments to ACI 301~ Chapter 5): A. Bar Reinforcement: ASTM A 615, Grade 60, deformed steel bars. B. Fabric Reinforcemem: ASTM A 185, welded wire fabric, fabricated into flat sheets unless otherwise indicated. C. Bar Supports: Galvanized steel or AISI 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 truck-mixed. EXAMINATION AND PREPARATION A. Do not use items of aluminum for mixing, chuting, conveying, forming or finishing concrete, except magnesium alloy tools may be used for finishing. B. Keep excavations free of water. Do not deposit concrete in water. C. Hardened concrete, reinforcemem, forms, and earth which will be in comact ~vith 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 thc requiremems ofASTM C 94. B. Do not allow concrete to free fall 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 where indicated otherwise on the Drawings, provide the finishes below: 1. Rough Form Finish for concrete surfaces not exposed to view. 2. Smooth Form Finish for concrete surfaces exposed to view. 3. Smooth Rubbed Finish for exterior concrete surfaces exposed to view. 4. 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, pro,Sde the finishes below: 1. Floated Finish for: a. Treads arid platforms of exterior steps and stairs. b. Slabs and fill over which waterproofing, roofing, vapor barrier, insulation, terrazzo, or resin bound flooring is required. 2. Broom Finish for exterior slabs. Texture as approved by the Engineer. .3. Bull float/highway straight edge "Tipping Floor" Concrete slabs for the application of surface hardener. Finishing, General: Provide monolithic finishes on concrete floors and slabs without the addition of mortar or other filler material. Finish surfaces in true planes, true to line, with particular care taken during screeding to maintain an excess of concrete in front of the screed so as to prevent low spots. Screed and darby concrete to tree planes while plastic and before free water rises to the surface. Do not perform finishing operations during the time free water (bleeding) is on the surface. CURING AND PROTECTION (Amendments to ACI 301, Chapter 12) Maintain concrete surfaces, in a moist condition for at least 7 days after placing, except where otherwise indicated. For surfaces of exterior slabs (on grade), apply· chemical curing and anti-spalling compound in accordance with the recommendations of the manufacturer. FIELD QUALITY CONTROL (Amendments to ACI 301~ Chapter 16) The Contractor shall make available to the Engineer a maximum of (2) two test cylinders per track load of concrete delivered to the site for testing as determined by the Engineer. One sample shall be taken at the start of the pour and the second at the end of the pour. Furnish shipping boxes for compression test cylinders. DIVISION 3 - Page 7 of 11 DIVISION 3 - CONCRETE The Contractor shall be responsible for famishing the Engineer with the test results of each concrete test cylinder tested at 7 and 14 days for each 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 1 l DIVISION 3 - CONCRETE SECTION 03360 - CONCRETE CURING/SEALING/HARDENING SUMMARY Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to this section. Bo Fumish labor, materials, equipment and supervision to install the monolithic heavy-duty 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. Description: A ready to use floor topping comprised ·fa blend of 100% pure emery conmdum, 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 manufacturer's authorized representative must be given at least 2 weeks before the start of work. QUALITY ASSURANCE Applicators not certified by the floor hardener manufacturer shall provide a mockup of flooring including surface preparation. B. Provide a 10 foot by 10 foot applied sample for each color and texture or finish specified. C. Locate where directed by Architect/Engineer. D. Retain m~ckup throughout the application period to serve as reference until final approval. DIVISION 3 - Page 9 of 11 DIVISION 3 - CONCRETE DELIVER~ STORAGE, AND HANDLING Deliver products in original unopened, undamaged factor), packaging bearing identification of product, manufacture, batch number, and expiration data as applicable. Store the product in a location protected from damage, construction acti~4ty, and precipitation in strict accordance with the manufacturer's recommendations. ENVIRONMENTAL REQUIREMENTS 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 warrant3, 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 manufacture. Other approved manufactures must meet or exceed this standard and must be approved by 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 MATRIX: 100% pure emery/corundum - 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 10 of 11 DMSION 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 ttsing 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 finish work. 2. Prohibit foot or vehicular traffic on floor surface as directed by the Engineer. 3. Barricade area to protect flooring as d'Lrected by the Engineer. 4. Protect floor surfaces from sub-trades tmtil final inspection and acceptance by Owner. END OF SECTION 03360 - CONCRETE CURING/SEALINGfHARDENING 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 - DWISION NO. $ - 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 DMSION NO. 5 - METALS SECTION 05100 - STRUCTURAL METALS SCOPE A. The work under this heading shall consist of furnishing ail labor, materials, equipment and appliances necessary or required to perform and complete ail structurai steel as shown on the Drawings and specified herein, including but not limited to the following: 1. Furnishing, fabricating and erecting ail stmcturai steel work as shown on the Drawings. 2. Furnishing anchor bolts for setting under other sections of the Specifications. 3. Bearing plates for beams. 4. Shop and field painting. 5. Preparation of shop, erection and detail drawings. 6. Hot dipped gaivanized members exposed to weather and where indicated on drawings. 7. Hangers and struts. DRAWINGS A. Submit shop and erection drawings for review in accordance with the requirements of the General Conditions, immediately on award of Contract, l?ased on design drawings. B. Materiais shah 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 shail 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. Review of shop drawings will be for size and arrangement of principai and auxiliary members and strength of connections. Errors in dimensions shall be the Contractor's responsibility. 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 an~r error in said measurement unless he notified the Engineer in time for proper adjustment to be 5-2 DMSION NO. 5 - METALS made. This Contractor must cooperate with other contractors of the several trades so that work will not be constructed prematurely and have to be taken down to allow the cons~ction 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 drawings shall be verified and supplemented. MATERIALS A. Ail structural ~teel and accessories shall be new. B. Structural steel shall be ASTM A-36. All stock material shall be of quality equal to that called for in Paragraph A above. Mill test reports shall constitute sufficient records as to materials taken fi:om stock. Unidentified stock material, if flee 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 fimsh 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 PRACTICE FOR STEEL BUILDINGS AND BRIDGES latest edition, issued by the American Institute of Steel Construction. Bo The design of members and connections for any portions of the structure not indicated on the Drawings shah be completed by the fabricator, and shop drawings submitted to the Engineer for review before fabrication. .C. Welding, where permitted shall be in accordance with STANDARD CODE FOR ARC AND GAS WELDING IN BUILDING CONSTRUCTION of the American Welding Society. 5-3 DIVISION NO. 5 - METALS All pieces having assigned positions shall have a dist'mguishing 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 sl~l 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 masonry 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 which the work is to stand, and shall notify the Engineer of any discrepancies. SUBSTITUTION OF SECTIONS Substitution of sections or modifications of details shall be made only if accepted by the Engineer. Substituted sections, if permitted, shall be of strength equal to those shown on Dra~Sngs 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 delivery 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 flee fi:om twists, bends and open joints. Shearing and punching shall leave clean, true lines and surfaces. All shop connections shall be high strength friction type bolts, or welded, except where welded connections are indicated on Drawings or specially authorized by the Engineer. Field 5-4 DIVISION NO. 5 - METALS connections shall be bolted, except where welding is required. 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. Holes in bearing plates shall be drilled. Grout holes shall be provided in colunm bearing plates where required. Contractor shall do all cutting, drilling, fitt'mg, 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, 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 Eng'meer. 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. Connections shall be so arranged as to avoid eccentricity so far as possible. Field Connections. All field connections shall be made with high strength friction type bolts. End connections shall be of smT~cient strength to support safely the maximum reactions of carrying member, plus any load due to eccen~city. WORKMANSHIP AND ERECTION 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. 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. Location of anchor bolts shall be verified by Steel Contractor before erection of structural steel work. 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 DMSION NO. 5 - METALS As erection progresses, the work shall be fastened securely to take care of all dead load, wind and erection stresses. All structural steel shall have suitable temporary, braces to hold it in position until permanently secure. Field cutting of structural 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 of any 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 QUALIFICATION PROCEDURE of the American Welding Society to perform type of work required, except that this provision need not apply to tack welds later incorporated into fiuished welds carrying calculated stresses. Appearance, quality of work and methods of correction for defective work where ~velding is permitted shall be in accordance with the American Welding Society publication CODE FOR ARC-WELDING IN BUILDING CONSTRUCTION. PAINTING AND CLEANING All steel work shall receive a shop coat except as follows: 1. Milled bearing surfaces. 2. Contact surfaces of high-strength bolwxt friction connections. 3. Within two inches of field welds unless paint is certified weldable. Cleaning: 1. All interior steel work, except steel visible inside the finished building, to be shop painted shall be cleaned in accordance with Steel Stractures 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 9 - Finishes, Section 09910. 5-6 DMSION NO. 5 - METALS INSPECTION A. Field inspection will include but not be limited to ascertaln/ng that: 1. Plates are level and properly placed. 2. Connections fit. 3. Weld'rog is properly executed by qualified welders. 4. Torque of high strength bolted connections. B. Any weld which upon examination or inspection is found to be defective, shall be removed to the satisfaction of the inspector and the weld shall be remade. This Contractor shall remake the welds at no additional cost to the Owner and shall in addition bear all costs of examination and inspection of the welds that have been remade/ C. This Contractor shall, at his own expense, furnish such facilities and provide such assistance as may be required for proper inspection. D. Reports shall be made of each inspection and shall be distributed in accordance 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. Qn~litV 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. 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 Eo Manufacturers All framing members shall be manufactured and supplied by Marino Industries Corp., Montrose 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 requirements 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 clotures and accessories shall be formed from steel that corresponds to the requirements of A.S.T.M. A446, Grade A with a minimum yield of 33,000 psi. All galvanized studs, track, bridging and accessories shall be formed from steel having a G-60 galvanized coating meeting the requirements of A.S.T.M. A525. Properties: The physical and structural properties shall be considered the minimum permitted for all flaming members. Specifically, the follow'rog minimum properties, calculated in accordance with the latest A.I.S.I. Specification shall be provided: ix (in. 4), Area (in. 2), rx (h3..), 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 requ'tred for an angular fit against abutting members. Members shall be held positively in place until properly fastened. 5-9 DIVISION NO. 5-METALS Fasteners7 Fastening 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 sho~u on Drawings and shall be manufactured by Buildex, Inc. (Division of Illinois Tool Works, Inc.) or equal. Where protection agains~ moisture and corrosive environment is needed, screws shall have Climaseal coaling as supplied by Buildex, Inc. or approved equal. Welds shall be perfermed by the operators qualified in accordance x~Sth section 6.0, of the American Welding Society Structural Welding Code - Sheet Metal (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 with zinc rich paint. Surface Conditions Inspection - Prior to installation, inspect work of all other trades. Verify. that all such ~vork 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 FRAMING 5-10 DMSION NO. 5 - METALS ,, ,¸ . 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 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, weatberstfip type, fabricated and set in accord with approved details. Saddles shall be full length of door opening, of width and profile as shown. Saddle shall be not less than 3/8 inch thick at any. point and shall be set in a nonstaining bed of caulking secured in place with 3/8 inch flush head white bronze expansion bolts, 12 inches o.c. Furnish and install dividing strip saddles, 1/8 x 1/4 inch strip, at centers of door openings and elsewhere shown on the Drawings, wherever different types of flooring £mish 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. $ - 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 baelcfilled, 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 Drawings. D. Painting and cleaning of boilards shall conform to thc requirements of Di~ision 9 - Finishes~ Section 09910. END OF SECTION 05503 - BOLLARDS 5- 12 DIVISION NO. 5 - METALS SECTION 05510 - METAL STAIRS A. Stair framing shall be steel, designed for a safe live load of 100 pounds per square foot m addition to the dead load. B. Include box su'ingers, bent plate interlocking thread and risers, and all necessary brackets, struts, lugs, carder 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 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. 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 DMSION NO. 5 - METALS SECTION 05720 - ALUMINUM HANDRA/LS SCOPE The Contractor shall furnish and install aluminum handrails at all locations as sho~m 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 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 coustmcted to shed water from rail. 3. Bolt railings to steel platforms/stairs as requited. 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 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 1 of 4 DIVISION 6 - WOOD AND PLASTICS SECTION 06100 - ROUGH CARPENTRY QUALITY ASSURANCE Mill and Producers Mark: Each piece of lumber and plYWood shall be grade stamped indicating type, grade, mill, and grading agency certified by the Board of Review of the American Lumber Standards Committee. Mark shall appear on unfinished surface, or ends of pieces with finished surfaces. 1. Pressure Preservative Treated Material: Accredited agency quality mark, on each piece of wood, indicating treatment. DELIVERY, STORAGE~ AND HANDLING Keep materials dry. Make provision for 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 time of dressing, marked "S-DRY". Comply with dry 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 (NGLA) unless otherwise indicated. 1. Light Framing; 2 inches through 4 inches thick, less than 6 inches wide: Standard and Better grade, except Stud grade for stud framing. 2. Structural Framing; 2 inches through 4 inches thick, 6 inches 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. 1 / No. 2 (NGLA). Miscellaneous Lumber: Standard grade, No. 3 grade, or better grade of the follo~qng 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 DMSION 6 - WOOD AND PLASTICS PLYWOOD Sheathing and Subflooring: 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. 1. Nailers, blocking, cants, shim stock, and similar members used in conjunction with roofing (including related flashings, trim and vapor barrier) and coping. 2. Nailers, blocking, furring, stripping, and similar concealed members in contact with exterior masonry and concrete (including interior Wythe of exterior wails). 3. Wood items indicated or scheduled on the Drawings to be preservative treated. Pressure Treatment (Ground Contact Use): Treat the following wood items with waterborne preservatives for below ground use, complying with AWPB LP-22: 1. Wood members placed in the ground. 2. Wood members immersed in fresh water. 3. Wood members encased in concrete. FASTENERS AND ANCHORING DEVICES 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 DIVISION 6 - WQOD AND PLASTICS INSTALLATION Wood Framing: Install in accordance with applicable provisions of the AFPA "Manual for Wood Frame Construction", unless otherwise indicated. Plywood: 1. Install in accordance with APA Design/Construction Guide, Residential & Commercial, unless otherwise indicated. 2. Fasten in accordance with APA recommendations. 3. Underlayment: Use ring-shank or screw-shank type nails. Set nails 1/16 inch, but do not fill nail holes. 4. Subflooring: Glue-nail plywood to supports. Comply with APA re- corn mendations. C. Nailers and Blocking: Attach to substrate as required to support applied loading. D. Wood Framing: Install true to lines within a tolerance of I/8 inch in 10 feet. E. Treated Wood: Brash-coat field cut surfaces with same treatmem material. END OF SECTION 06100 - ROUGH CARPENTRY DIVISION 6 - Page 4 of 4 DIVISION 7 - THERMAL AND MOISTURE PROTECTION GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, 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 DIVISION NO. 7 THERMAL & MOISTURE PROTECTION Included in this Division are'the following sections: 07111 07210 07411 07600 07920 Bituminous Damp pr··frog Building Insulation Preformed Metal Roofing Flashing and Sheet Metal Sealants & Caulking DIVISION 7 - Page 1 of 8 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07111 - BITUMINOUS DAMP PROOFING SUBMITTALS A. Product Data: Catalog sheets, specifications and installation instructions, for each material specified. PROJECT CONDITIONS A. Apply damp proofing in clear dry weather. Do not apply damp proofing below 40 degrees F. MATERIALS A. Asphalt Primer: ASTM D 41. B. Asphalt Emu/sion, heavy duty, fibrated; ASTM 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 dry. C. On porous surfaces, except new concrete masonry units, apply a uniform coating of asphalt primer. APPLICATION A. Provide continuous uniform 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 wall surfaces to within 4 inches of finished grade at top of walls. At bottom of walls, extend damp proofing across horizontal projection of footing and down face of footing approximately 2 inches. END OF SECTION 07111 - BITUMINOUS DAMP PROOFING DIVISION 7 - Page 2 of 8 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07210 - BUILDING INSULATION The metal building is to be insulated to comply with ASHRAE 90.1 - Compliance for Metal Buildings. SUBMITTALS Product Data: Catalog sheets, specifications, and installation instructions for each t3'pe of insulation specified. Include data substantiating that the materials comply with the specified thermal resistance and vapor resistance qualifies. DELIVERY~ STORAGE~ AND HANDLING Do not allow insulation materials to become wet or soiled, or covered with ice or snow. Comply with manufacturer's recommendations for handling, storage, and protection during installation. Do not deliver flammable insulation materials to the project site more than 2 days ahead of the time of installation. Protect at all times against ignition. Protect insulation materials subject to deterioration by sunlight from exposure to sunlight. Complete the installation and concealment 'of insulation materials as rapidly as possible. PROJECT CONDITIONS Do not proceed with the installation of insulation on walls or under Slabs until the Work which follows (and which conceals the insulation) is ready to be performed. Examination of Substrate: Examine the substrate and the conditions under which the insulation Work is to be performed. Do not proceed with the insulation Work until unsatisfactory conditions have been corrected. MATERIALS Metal Building Insulation: Glass or other inorganic fibers and resinous binders formed into flexible blankets, batts or rolls with vapor retarder facing; meet North American Insulation Manufacturers Association requirement NAIMA 202-96. 1. R-Value requirements: A. Exterior walls - R- 19. B. Ceiling - R-19 with 1" x 3'~ foam thermal spacer block on purlins. DIVISION 7 - Page 3 of 8 DIVISION 7 - THERMAL AND MOISTURE PROTECTION INSTALLATION Comply with manufacturer's printed instructions for the particular conditions of installation in each case. If printed instructions are not available' or do not apply to the project conditions, consult the manufacturer's technical representative for specific recommendations before proceeding with the work. Extend insulation full thickness over entire surface to be insulated. Apply a single layer of insulation of the required thickness, unless otherwise indicated or required to make up the total thickness. Cut and fit tightly around obstructions, and fill voids with insulation. Install insulation with factory applied barrier membrane facing the warm side of building spaces. Replace insulation with raptures in barrier membrane. END OF SECTION 07210 - BUILDING INSULATION DIVISION 7 - Page 4 of 8 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07411 - PREFORMED METAL ROOFING SYSTEM RELATED WORK SPECIFIED ELSEWHERE A. See DIVISION 13 - SPECIAL CONSTRUCTION, METAL BUILDING SYSTEMS for Metal Roofing System and other related work. END OF SECTION 07411 - PREFORMED METAL ROOFING SYSTEM DIVISION 7 - Page 5 of 8 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07600 - FLASHING AND SHEET METAL DELIVERY Delivered materials shall be in the manufacturer's original packages and containers clearly marked with the approved manufacturer's name and trademark for every item. Store all materials in a dry, ventilated place off the ground. During adverse weather conditions and job delays, store materials under cover or in a totally enclosed space. Use of wet materials will not be permitted. PREPARATION A. Vents, drams and other projections through surfaces shall be properly positioned. B. Wood blocking and nailers for flashing cleats shall have been rigidly ancho3ed in place. Dissimilar metals in contact shall be fully isolated from each other. Unprimed, abraded or otherwise corrosive surfaces of metal shall 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..015 inch - 8 to 10-foot lengths. Finish - 2D. Solder - ASTM B32 - 60-40% block tin and pig lead. Flux - Acid type. Sealant - single component synthetic robber - color as selected by the Engineer. Pop Rivets - noncorrosive metal, may be used where water tightoess of fastener is not a factor or if waterproof rivets are used. Pipe Flashing - Flashing around pipes and vents extending above the roof shall extending at least 12" above the finished roof surface, and extending at least six inches beyond opening. Mechanical Equipmem Flashing - Examine Plans and Specifications for mechanical and electrical trades and note extsm 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 units, one to another. On completion, work shall be lef~ 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 masortry and concrete, masonry and metal, wood with 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 indicated on Drawings or required by building conditions. DELIVERY Materials delivered to the job site shall bear the quality label and the name or trademark of the approved manufacturer; shall be new, unopened and from fresh stock, and shall be the same products and manufacture as approved. Caulking tubes shall bear label indicating conformance to referenced Federal Specifications. MATERIALS Caulking compound for general exterior application shall be "Tremco's Dymeric", a two- part polytremdyne polymer sealant conforming to Federal Specifications Tr-s-00227E as 'manufactured by the Tremco Manufacturing Co., Cleveland, Ohio. Approved equivalent items of the following manufacturers any be provided: Pecora Chemical Corp., Harleysville, Pa. or Products Research and Chemical Corp., Burbank California. Caulking compound for general interior application shall be "Tremco"s Caulking Compound" an oleo-resinous caulking compound conforming to Federal Specifications TT-C598B as manufactured by the Tremco Manufacturing Co., Cleveland, Ohio. Approved equivalent items of the following manufacturers may be provided: Pecora Chemical Corp., Harleysville, Pa., or Products Research and Chemical Corp., Burbank, Califomia~ C. Colors of Caulking Compound - As selected by the Engineer. Primer - A quick drying, non-staining liquid as recommended by the caulking compound manufacturer. Primer shall be used in all installations unless the caulking manufacturer specifically states otherwise. Back-up (Packing) Material - Polyethylene foam or holiow tubing or other approved non-staining material. DIVISION 7 - Page 7 of 8 DIVISION 7 - THERMAL AND MOISTURE PROTECTION INSTALLATION Surface Preparation - Remove dust, dirt, grease and other foreign and objectionable material. B. Application of Caulk 1. Joints deeper than 1/2" shall have backing material' installed to within 1/4" of the face of the joint. Apply caulking compound under sufficient pressure to force out all air and to completely fill the joints, using a caulking gun with nozzles of widths as necessary to fit the various joints, except in locations where knife application is necessary. 3. Tool joints to a neat and smooth bead of uniform width, finishing flush 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 filled and tooled. 5. Adjacent surfaces soiled by caulking operations shall be cleaned mediately. 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 Drawings and Specifications of other trades and contractors for items which might affect the work under this Division. TABLE OF CONTENTS - DMSION NO. 8 - DOORS AND WINDOWS Included in this Division are the following sections: 08110. 08331 O871O 08800 Steel Doom and Frames Overhead Coiling Doors Finish Hardware Glazing DIVISION 8 - Page 1 of 14 DIVISION 8 - DOORS AND WINDOWS SECTION 08110 - STEEL DOORS AND FRAMES STANDARDS A. Steel Doors and Frames shall corfform to requirements of Steel Door Institute (SDI 1000) as modified by local code requirements and as specified herein. Doors and hames shall bear a label indicating compliance with the referenced standards. B. Doors - 1-3/4" thick, 18 gauge. L Series Galvannealed with polystyrene core for exterior and non Galvannealed for interior as manufactured by Steelcraft Building Products, Cincinnati, Ohio (513-745-6400) or approved equal, in elevations as indicated on the drawings. C. Frames - Full width type 16 gauge. Include provisions for silencers and gaskets. Frame profile shall be one piece. D. ' Glass Lites - Insulated glass lites as shown on drawings. E. Maximum Clearance · top rall and hinge stile: 1/16" · lock stile: 1/8" · floor and saddle: 1/4" SHOP PAINTING All doors and frames are to be shop primed and painted. INSTALLATION OF DOORS & FRAMES A. HOLLOW METAL DOORS AND FRAMES 1. Install hollow metal units and accessories in accordance with the final shop drawings, 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 constmctiol~ is complete, remove temporat5' braces and spreaders leaving surfaces smooth and undamaged. Make field splices in frames as derailed on final shop drawings, welded and finished to match factor)' 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 3. Door Installation Jambs and head: 3/32". Meeting edges, pairs of doors: 1/8". Bottom: 1/4", where no threshold. Bottom: At threshold: I/8". Place fire-rated doors with clearances as specified in NFPA Standard No. 80. 4. Adjustments Check and readjust operating finish hardware items just prior to final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including doors or frames which are warped, bowed or otherwise unacceptable. INSTALLATION OF FINISH HARDWARE A. GENERAL All finishing hardware specified in the Section 08710 of this specification entitled "Finish Hardware" shall' be received, accounted for, stored and applied under this Section. Hardware shall be sorted and stored in space assigned by Contractor and shall be kept ai all times under lock and key. The safety and preservation of all items delivered will be the responsibility of the Contractor. Hardware shall be carefully fitted and securely attached, in accordance with these specifications and the instructions of the various manufacturers. Mount hardware units at heights recommended in "Recommended Locations for Builders' Hardware" by NBHA unless other, vise noted on Drawings. (See Door Type elevations in the Drawings.) Install each hardware item in compliance with the manufacturers 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 fmishes 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 DIVISION ~ - DOORS AND WINDOWS Drill and countersink units which are not factory prepared for anchorage fasteners. Space fasteners and anchors in accordance with industry standards. Cut and fit threshold and floor covers to profile of door frames, w4th mitered comers and hair-line joints. Join urfits with concealed welds or concealed mechanical joints. Cut smooth openings for spindles, boks and similar items, if any. All keys used shall be construction keys xvhich are to be tagged with fiber discs as approved, clearly labeled with identifying inscriptions and then neatly arranged in a temporary cabinet. All construction keys shall be returned to the Owner. B. ADJUSTING AND CLEANING Adjust and check each operating item of hardware and each door, m ensure proper operation or function of every unit. Lubricate moving parts with type lubrication recommended by manufacturer (graphite-type if no other recommended). Replace un/ts which cannot be adjusted and lubricated to operate freely and smoothly as 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, return 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 LIP 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 of debris caused by woodwork installation. B. PROTECTION Protect all woodwork hardware, doors and frames and thaish accessories from 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. Any units that cannot be satisfactorily repaired in the opinion of the Architect shall be replaced with new un/ts of same original design, at no additional Cost to the Owner. EN.D O.F SECTION 08110 - STEEL DOORS AND FRAMES DIVISION 8 - Page 4 of 14 DMSION 8 - DOORS AND WINDOWS SECTION 08310 - OVERHEAD COILING DOORS GENERAL Description A. All rolling service doors shall be as manufactured by The Cook, son Company or approved equal. Furnished material includes all guides, hoods, operating mechanisms and special features as pertaining to the particular type of door. B. Work not to be furnished by The Cookson Company includes design of, material for and preparation .of door openings but not limited to structural or miscellaneous iron work, access panels, finish painting, electrical wiring, conduit and disconnect switches. Performance A. Exterior rolling doors shall be designed to withstand af least a twenty (20) pounds per square foot windload. Windlocks shall be provided as required for windload protection. B. All service doors and grilles shall be able to withstand a standard maximum of up to 50,000 operating cycles for the life of the door and 6 cycles per day for side-coiling doors. SUBMITTALS A. Shop Drawings: Show apPlication to project. B. Product Data: Catalog sheets, specifications, and installation instructions for rolling service door assemblies, finishes, and operators. Samples: Curtain slat, 1 foot long end piece. Contract Closeout Submittals: 1. Operation and maintenance data. 2. Replacement parts list. PRODUCTS Materials A. The door curta'm shall be constructed of interlocking slats - 22 gauge. B. Guides are to be constructed to structural angle forming a channel for the curta'm to travel in. The guides shall be attached to the wall by minimum 1/2 inch fasteners. (Fastener type to be determined by type of surrounding mounting surface.) C. Brackets are to be constructed of steel plate and shall be bolted to the wail angle with 1/2 inch fasteners. DIVISION 8 - Page 5 of 14 DIVISION 8 - DOORS AND WINDOWS All gears shall be cast iron with teeth cast from machine cut patterns. The pinion gear shall not be less than a 3-inch pitch diameter. The gear ratio shall be designed for a maximum manual effort of not more than 30 pounds. The barrel shall be steel tubing of not less than 4 inches in diameter. Oil tempered torsion springs shall be capable of correctly counter balancing the weight of the curtain. The barrel shall also be designed to limit the maximum deflection to .03 inch per foot of opening width. Hoods shall be fabricated from 24 gauge galvanized steel. Hoods shall be formed to fit the curvature of the brackets. Operation A. Chain Operation shall operate with an endless chain and cast iron reduction gears. Motor Operation shall be of the proper size for the gq~e of door selected and shall be activated by push button controls. Additional control stations for motor operator shall be as noted on the drawings. Locking Locking device shall be standard pm~Sded. Finish Galvanized steel curtain and hoods shall have "FinalCoate" finish. receive one coat of dark bronze mst intiibiting paint. All other exposed surfaces shall EXECUTION Installation '~ "~ All Cookson Company Rolling Door products shall be installed by an authorized Cookson Distributor. Warranty Cookson Company Rolling Door products shall be guaranteed for a period of one year against defects 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 - OVE ,RHEAD COILING DOORS DIVISION 8 - Page 6 of 14 DMSION 8 - 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 of this section. B. Furnishing all labor, materials, equipment and appliances necessary o~ required to perform and complete all work including, but not limited to, the following: 1. Finish Hardware 2. Weatherstripping 3. Door Saddles QUALITY ASSURANCE Hardware shall conform to Federal Specification FF-H-106, FF-H-116 latest edition. SUBMITTALS A. Product Data: Submit manufacturer's latest printed literature on materials specified herein. Obtain approval before materials are delivered to the job site. B. Samples: Submit samples in accordance with the Contract Conditions for the various pieces of hardware required. DELIVERY~ STORAGE g_ND HANDLING Deliver hardware and specialty items in ample time ~o 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 DIVISION 8 - DOORS AND WINDOWS Code Requirements: Hardware for rated doors and doors indicated as labeled shall conform to applicable requirements of the Building Code. Door Silencers: All door frames, except gasketed frames, shall be furnished with three silencers for single doors and four for head of frame for pair of doors. Anchorage Devices: Exposed parts of screws and bolts shall be finished same as hardware they secure. Plates shall be secured with Phillips slot screws. Concealed devices shall be on non-ferrous metal, galvanized steel or stainless steel. Templates: Furnish suitable templates, together with the approved schedule to the respective trades, as required. Packing and Marking: Each item of hardware shall have fastening devices, key and instructions included in the same package as 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. Hardware 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 without marring the finish of the hardware. Field Checks: The Contractor shall make periodic checks during installation of finish hardware to ascertain the correctness of the installation. 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 Fin/shed hardware shall include but not be limited to: butts lock and latch sets, rosettes, escutcheons, push plates, pulls, door mutes; 3 for single doors, closers, stops, holders and all other items necessary to make a complete job. Doors shall have 1-1/2 p~(tr of butts per door minimum. All hardware for labeled doors shall conform to the requirements for labeled doors of the class as shoxvn whether herein specified or not. C. Finished: 1. US10D Satin Bronze 2. US26D Satin Chrome 3. US32D Satin Stainless Steel DIVISION 8 - Page 8 of 14 DIVISION. 8 - DOORS AND WINDOWS Do 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 completion of the work. Keying System: The Owner will consult with the Contractor to ascerta'm 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. 1) 2) 3) 4) Individual lock setting ........... 2 keys each Master key setting .................. 3 keys each Blanks .................................... 25 extra Grand master key setting ......... 1 key MANUFACTURE A. Butts B. Locks and Cylinders C. Closers D. Overhead Stops E. Stops and Bumpers All other materials as specified herein. Stanley, Works, Hager, Lawrence, McKirmey Corbin, Sargent, Russwin, Yale L.C.N., Norton, Yale Ives, Rockwood Mfg. Ives, Rockwood Mfg. DIVISION 8 - Page 9 of 14 DIVISION 8 - DOORS AND WINDOWS F. Exit Devices G. Kick, Mop and Armor Plates H. Push and Pulls i. Silencers J. Key Cabinet K. Weatherstripping INSTALLATION A. Adams Rite Brookline, Rockwood Mfg., Ives Brookline, Rockwood Mfg., Ives Glynn-Jolmson, Ives, Rockwood Mfg. Telkee Zero, National Guard Install door saddles full width of door opening scribed to frame, 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. Finish Hardware Receive, store and distribute all finishing hardware and assume the responsibility for its safety. Leave the protection wrapped 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 xvet work had been fully completed and dry. Apply hardware not only to the work furnished under this Section but fit and adjust to work furnished under other Sections. Accurately fit and secure hardware in place, adjust to operate perfectly and free from scratches and/or other defacement. Assume responsibility for the condition and operation of all finished 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 ~voodwork finish or painting is applied. Immediately prior to completion of all work, go over the entire building with the Architect and see that each piece of hardware is undamaged, in perfect working order and that the proper key for the lock in question is identified. DIVISION 8 - Page 10 of 14 DIVISION 8 - DOORS AND WINDOWS ' Properly tag and identify all keys and turn over to the hardware supplier, for filing by him in the key cabinet. ADJUST AND CLEAN At time of completion of the work, the Contractor shall clean and adjust all hardware and replace any damaged parts. Setting Up: The hardware supplier shall gather together all keys and data 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 fried 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 Architect, who wi!l issue a receipt for same. SCHEDULE 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. Lock. set/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: Extntded aluminum GROUP B Hinges: 3 - Stanley FBB179-4-1/2" x 4-1/2", stainless steel finish. Lockset: 1 - Yale 5400LN series Key-In-Lever Bored Lockset, US32D (satin stainless) finish, Monroe MO Trim. Silencers: 3 - Ives No. 20. END OF SECTION 08710 -FllNISH HARDWARE DIVISION 8 - Page 11 of 14 DIVISION 8 - DOORS AND WINI). OWS SECTION 08800 GLAZING DESCRIPTION A. Applicable provisions of thc "General Conditions", the "Supplementary and Special Conditions" and "Division 1 General Requirements" form a part of 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. Clear Glass 2. Tempered Glass 3. Insulated Glass QUALITY ASSURANCE A. All materials shall be free from defects impairing strength, durability, or appearance and shall be of the best quality for the purpose specified. B. Glass shall meet Federal Specification DD-G-451 d. C. Glazing compound shall meet Federal Specification TT-G-410. SUBMITTALS Submit samples in accordance with the General Condition~, as requested by thc Arclxitcct. DELIVERY~ STORAGE AND HANDLING A. Deliver products to job site in ample time to facilitate the work of this section. B. Store all glass with duc care to prevent breakage. JOB CONDITIONS Protect all glass on the project before, during, and after installation. MATE. RIALS A. Clear Glass: Type 1 - Primary glass (annealed float) Class I Transparent, Quality. q-3 Glazing Select; 1/4" thick except as otherwise indicated. B. Laminated Glass: 2 sheets Type l-Primary Glass (annealed float) Class 1 Transparent,' Quality q-5 Glazing B permanently laminated togethe[ with a 0.030" thick sheet of clear plasticized polyvinyl butyral. Finished thickness 1/4" except as otherwise indicated. DIVISION 8 - Page 12 of 14 DIVISION, 8 - DOORS AND WINDOWS Tempered Glass: Type 1-Primary Glass (annealed float) Class 1 Transparent; Quality q-5 Glazing B; heat strengthened by manufacturer's standard process (after cutting to final size) to achieve a 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. Ail sidelights, both exterior and interior. Ail 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 I/2" thick with a -60 degree dew point.' F. Butt GlaTing 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. H. 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 proper arrangement and fit of the work. Correct discrepancies prior to proceeding with the work of this section. INSTALLATION Perform all work using mechanics skilled in their trade and execute work in a first class manner. DIVISION 8 - Page 13 of 14' DIVISION 8 - DOORS AND WINDOWS Set all glass in a true plane, tight and straight, with proper and adequate clearance, firmly anchored to prevent rattling and looseness, with all edges cleanly cut; do not nip or seam the edges. C. Cut and set sheet window glass with waves running horizontally. Set smooth surfaces of figured glass on the outside for exterior openings and on the corridor side for interior openings. Obtain and verify all measuremems and size of work, accept responsibility for the correct and accurate fit of ail work. Well bed and back putty glass and carefully, remove all surplus glazing compound from doors, sash and adjoining work while still fresh. Finish glazing compound in true, even lines, neat and smooth faced. ADJUST AND CLEAN Upon completion of glazing, thoroughly clean ail glass surfaces, correct all imperfections, replace and clean ail damaged or broken glass before leaving project. END OF SECTION 08800 GLAZING DIVISION 8 - Page 14 of 14 DIVISION 9 - FINISHES 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. Re£er 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. 9 - FINISHES Included in this Division are the following sections: 09250 09771 09910 09920 Gypsum Board Fiber Reinforced Plastic Panels/Boards Exposed Steel Painfmg Interior Painting DIVISION 9 - Page 1 of 12 DIVISION 9 - FINISHES SECTION 09250 GYPSU3~I DRYWALL DESCRIPTION A. Applicable provision of the "General Conditions", the Supplementary and Special Conditions" and "Division I General Requh'ements", form a part ofth~s section. B. Furnish all labor, materials, equipment and appliances necessary or requked to perform and complete all gypsum dr)~rall work including, but not limited to, the £ollowing: 1. Type X Gypsum Board 2. Tape & Spackle 3. Trim and Accessories DELIVERY~ STORAGE AND HANDLING A. Deliver all materials in their original unopened packages and store in an enclosed shelter providing protection from damage and exposure to the elements. Remove .damaged or deteriorated materials fi:om the premises. JOB CONDITIONS A. In cold weather and during the period of gypsum 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 within the building d?ring .. this same period. MATERIALS A. Type X Gypsum Wall Board: As reqt6red, 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 C 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 DIVISION 9 - FINISHES G. Adhesive: USG Durabond 90 H. Gypsum vinyl panels: USG "Textone"; type, pattern and color shall be as selected by the Architect. Core shall be type X of thickness indicated on the drawings. I. Plastic trim: USG RPV series; including RPV-2 inside comers, RPV-4 end caps, and RPV-7 snap on battens. J. Vinyl foam tape: 1-1/2" wide (min.) 1/32" to 1/16" thick. K. Other materials hereinafter specified. MANUFACTURE A. Above listed materials are manufactured by U.S. 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 abutt'mg edges. For horizontal panel application, space screws 12" o.c. in field and along abutting end joints. C. For double layer screw attachment, space screws 16" o.c. for both layers. Apply both layers of gypsum panels vertically with joints in face layer offset from base layer joints. D. Wallboard joints on single layer, or the face layer on two layer applications, shall not occur 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 fun'lng runs 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 DMSION 9 - FINISHES [. Using a broadknife, butter joint compound into recess formed by tapered edges of adjoining wallboard panels; fill channel evenly. Apply tape to full length of each joint, centering it over joint. Use moderate pressure on broadknife to embed tape in compound. Remove excess compound. Treat all butt joints and interior angles in a similar manner. Fill depressions around screw heads with first coat of joint compound. After first coat is dr)', apply second coat of compound to joints and screxvheads. Feather out compound on each side of tape. When second coat is dry, sand lightly. Apply £mish coat of regular compound or topping compound to joints, nail heads and nicks. After 24 hours, sand smooth for paint £mish. Gypsum vinyl panels shall be attached to metal furring in the following manner: Apply 8" long strips of vinyl form tape to face of furring strips positioned at 3'-0" o.c. Apply a continuous 3/8" bead of drywall adhesive to the entire face of furring between the vinyl foam tape. Immediately apply Gypsum Vinyl panels vertically and apply sufficient pressure to insure complete contact with both tape and adhesive. Finish panel joints, edges and comers with plastic trim moldings matching specified panels and installed according to manufacturer's directions. END OF SECTION 09250 GYPSUM DRYWALL DIVISION 9 - Page 4 of 12 DIVISION 9 - FINISHES SECTION 09771 - FIBER REINFORCED PLASTIC PANELS/BOARDS DEFINITIONS Plastic Panels (FRP): Glass-fiber reinforced polyester plastic panels without substrate backer Product Data: 1. Catalog sheets, specifications, and installation instructions for each material specified. 2. Physical property data for plastic panels. Samples: 1. Plastic Panels and Plastic Boards: 12 inch square pieces. 2. Substrate Backer: 12 inch square pieces, each type. 3. Accessories and Moldings: 12 inches long, full section, each type. 4. Fasteners: One, each type. 5. Adhesive: One pint, or standard size tube. 6. Laminating Adhesive: One pint. 7. Color Samples: Plastic panel manufacturer's standard colors and textures. Quality Control Submittals: Fabricators Qualifications Data: a) Name and address of proposed fabricator and name and telephone number of contact person at proposed fabricator's facility. b) Names, addresses, and telephone number of 3 similar projects that the proposed fabricator's plastic boards have been installed at for a minimum of 3 years. · Contract Closeout Submittals: 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: Deriver panels and boards with protection sheets intact on exposed finished surfaces. Deliver accessories and fasteners in original, unopened containers. Storage and Protection: Store materials in a manner to prevent soiling. Protect materials from physical damage and wetting. DIVISION 9 - Page 5 of 12 DMSION 9 - FINISHES PROJECT CONDITIONS A. Envkonmental Requirements: Comply with manufacturer's written recommendations regarding environmental conditions under which materials can be installed. MATERIALS A. Plastic Panels: Glass-fiber reinforced polyester plastic panels; 1. Kemlite Company, Inc., or approved equal. Finish: Suitable for laminating. Nominal Thickness: 1/2 inch. B. Substrate Backer: Particleboard; ANSI A208.1, Grade 1-M-I, 40.0 lbs./cu, ft. minimum average density, 1/2 inch nominal thickness. C. Accessories and Moldings: One piece extruded vinyl or aluminum, color to match plastic panels, thicknesses to match plastic panels and plastic boards. D. Fasteners: Plastic panel manufacturer's or plastic board fabricator's standard or recommended rivets sized to securely attach material to substrate, color to match plastic panels or plastic boards. E. Adhesive: Plastic panel manufacturer's standard or recommended high strength waterproof adhesive for substrate involved. F. Laminating Adhesive: High strength waterproof structural adhesive recommended and approved by both the plastic panel manufacturer and the substrate backer manufacturer. FABRICATION A. Factory laminate plastic panels to substrate backer to form permanently aclhered plastic boards. INSTALLATION A. Install the Work of this Section in accordance with the manufacturer's printed instructions, except as shown or specified otherwise. B. Plywood Substrate Backer: Seal cut edges as required by manufacturers' instructions. C. Install moldings and trim plumb and level, within 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 - FINISHES 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 1D sealant to one side of channet 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 b~fore inserting fastener. CLEANING Remove dirt and other foreign substances from exposed surfaces in accordance with manufacturer's printed cleaning instructions. END OF SECTION 09771 - FIBER REINFORCED PLASTIC PANELS/BOARDS DIVISION 9 - Page 7 of 12 DIVISION 9 - FINISHES SECTION 09910 - EXTERIOR PAINTING GENERAL A. Work under this heading shall consist of furnishing all labor, materials, eqttipment and incidentals necessary to complete the painting of a21 exposed steel surfaces. PAINTING~ CLEANING AND SURFACE PREPARATION A. Cleaning All steel work shall be cleaned in accordance with Steel Structures Painting Council SP-6 Commemial Blast Cleaning. Surface profile shall not exceed 1.5 mils. Surfaces inaccessible to blast cleaning after assembly shall be blast cleaned beforehand. B. Shop Applied Primer Application shall be by spray, each coat with care, to thoroughly clean surfaces only, in accordance with' all provisions of SSPC PA-I Paint Application, specified dry film thicknesses maintained on edges aad comers; sharp cm edges shall be uniformly relieved to tbrm 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 feying surfaces of high strength bolted friction connections or at areas to be welded, except as permitted by AISC Manual of Construction. Handling, shipping and erection of painted steel, shall not be performed until thoroughly dry. 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 flee from contact with the ground, and with each other; and shall be protected from soiling by adjacent fabrication or construction operations. C. Field Applied Coating Application shall be by spray, each coat with are, to thoroughly clean surfaces only, in accordance with all provisions of SSPC PA-I Paint Application, specified ch3' film thicknesses maintained on edges and comers; sharp cut edges shall be uniformly relieved to form a slight radius sufficient to permit proper wrap of the coatings. DIVISION 9 - Page 8 of 12 · DIVISION 9 - FINISHES Touch-up after emotion shall consist of smoothing all damaged painted or galvanized areas and building back each coat to achieve initial condition. Where abraded to bare metal, and all other bare surfaces such as on field welds, bolts, washers, and nuts - the surfaces shall be cleaned to the standard of the shop applied system and painted with the two coat system, in proper recoating intervals. Galvanized surface shall omit the primer except where required for touch-up of damage to galvanize. Coating Materials I. Surface Preparation: SSPC Commercial blast cleaning as a min'unum. 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: On addition to Item C, Paragraph 2, Page 9- 25) No. 90-97 TNEMEC - Zinc as all touch-up. First Field Coat - apply to all steel, 1 coat 163 Varacure at 4.0 - 6.0 mils dry film thickness, or approved equal. Second Field Coat - apply to all steel, 1 coat 163 Varacure at 3.0 - 5.0 mils ch5' 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 p~oposed product; and color 'charts. Minimum dry film thickness · herein specified shall hold precedence over whatever recommendations are made for other supplier's products. 8. Galvanizing where shown on the Drawings conform to ASTM A- 123. NOTE: 163 could be applied by spray in one coat at 7-10 mils dry film thickness. END OF SECTION 09910 - EXTERIOR PAINTING DIVISION 9 - Page 9 of 12 DIVISION 9 - FINISHES SECTION 09920 - INTERIOR PAINTING WORK INCLUDED Painting of interior walls, ceilings, doors, frames, trim and unfinished surfaces as indicated on Drawings. EXAMINATION AND COORDINATION Stud3r the Dravdngs, 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 ;~ch are detrimental to the proper and timely 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 completion of the work of this section, deliver to the Owner an extra stock equaling 10 percent of each color, type, and gloss of paint used on the work. B. Packagingi Tightly seal each container and clearly label with the contents and location used. APPROVED PAINT MANUFACTURERS Typical enamels and emulsions shall be as manufactured by one of the following or approved equal: · Benjamin Moore & Company · The Glidden Company · Sherwin-Williams Company · Or approved equal DELIVERY AND STORAGE Deliver materials to the job site in original containers and packages beating the manufacturers name, type and brand. Pa'mB shall be delivered ready-mixed except as otherwise approved. Store materials and equipment used on the job in a single designated space. Keep storage area neat and clean and floors adequately protected from paint spillage. Place cloths and cotton waste which might constitute a fire hazard in metal containers; remove at the end of each work day. DIVISION 9 - Page 10 of 12 DMSION 9 - FINISHES PREPARATION A. 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. B. Fixtures: Remove lighting fixtures, canopies, switch plates, receptacle plates and the like before painting adjacent surfaces; replace after pa'rating. Protect flush type fixtures. C. Protection of Adjoining Surfaces: 1. Prior to application of paint, remove fmture frames, escutcheons, cover plates and other similar objects on walls and store in protected area until ready to be replaced. 2. Use tarpaulins, drop cloths, masking tape and other suitable covers as required to protect adjacent and underlying surfaces which are likely to be stained, spotted or otherwise marred.. PAINT APPLICATIONS A. Material for succeeding coats on any one surface shall be the product of the same manufacturer furnishing the first' or primer- sealer coat for that particular surface except where metal primer is used applied in accordance with manufacturer's recommendation. B. Exercise care so that paint does not splatter. When splattering does occur, remove promptly. C. Palmer and intermediate coats of paint shall be unscarred and completely integral at the time of application of each succeeding coat.' Each coat of paint shall be inspected and approved before the succeeding coat is put on. Tint each coat of paint a slightly different shade for identification of the different coats. D. The number of coats hereinafter specified is in addition to any shop primer coats. PAINTING SCHEDULE A. General 1. Refer to Drawings for extent of painting work. 2. The following schedule shall be construed as a general guide for complete painting and finishing including all spaces, surfaces and items of furnishing or equipment except those surfaces and items specifically referenced as factoyy finished or as not requiring job finishes. 3. Materials for succeeding coats on any one surface shall be compatible products of the same manufacturer. DIVISION 9 - Page 11 of 12 DMSION 9 - FINISHES Schedule 1. Primed Ferrous Metals i.e. Lintels (yv'here required) (Other than Steel to be painted with Tnemic) a) T~vo coats ...... Alkyd fiat or alkyd enamel (as selected). 2. Finished gypsum board and trim and all fascia and trim on exterior. a) One coat ...... Latex Primer b) Two coats ..... Alkyd Fiat or Enamel (as selected) CLEAN-UP Upon completion of the work, remove staging, scaffolding and containers from the site; leave storage areas in acceptable condition. Replace fixture frames, escutcheons, cover plates and other similar items which were removed during painting. Paint stops and sm'ms shall be completely removed x~qthout damage to surface. END OF SECTION 09920 - INTERIOR PAINTING DIVISION 9 - Page 12 of 12 DIVISION 10 - SPECIALTIES GENERAL The work under this Division shall be subject to the requirements 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 Wades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS - DIVISION NO. 10 - SPECIALTIES Included in this Division are the following sections: 10430 10800 Exterior Signs Toilet and Bath Accessories DIVISION 10 - Page 1 of 4 DIVISION 10 - SPECIALTIES SECTION 10430 - EXTERIOR SIGNS GENERAL Furnish labor, materials, equipment and appliances necessary, or required to perform and complete all *york including, but not limited to, the following: 1. Painted Cast Aluminum Lettering and Mounting 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 by contractor. Letterstyle, finish and mounting to be determined by owner. B. Acceptable Manufacturer: Subject to compliance with requirements, provide products manufactured by A.R.K. Ramos Architectural Signage Systems, Oklahoma Cit5, Oklahomj~, 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 drawings. 1. Cast letters: Form letters by sand casting. Produce characters with smooth flat faces, sharp comers, precisely formed lines and profiles, free from pits, scale, sand holes and other defects. Cast anchoring devices into individual letters as required for anchorage. D. Template: Provide full size paper mounting template showing hole placement and location of mounting holes. E. Finishes: Colors and surface textures for exposed letters as selected by the architect from the manufacturer's standards. EXECUTION INSTALLATIO .N A. General: locate sign units and accessories where indicated, using mounting methods of the B~pe described and in compliance with the manufacturer's instructions. DIVISION 10 - Page 2 of 4 DMSION 10 - SPECIALTIES Install signs level, plumb, and at the height indicated with sign surfaces free from distortion or other defects in appearance. Cleaning and Protection: After installation, clean soiled sign surfaces according to the manufacturer's instructions. Replace all work showing any defects or blemishes without additional cost to owner. Protect units from damage until acceptance by the owner. END OF'SECTION 10430 - EXTERIOR SIGNS DIVISION 10 - Page 3 of 4 · DIVISION 10 - SPECIALTIES SECTION 10800 - TOILET AND UTILITY ROOM ACCESSORIES SCOPE A. Toilet accessories specified herein have been selected fi.om the current catalog or' Bobrick Washroom Equipment, Inc. Products of equal quality, design and function, will be approved. B. Installation of all equipment shall be done in strict accordance ,~fith the approved manufacturer's printed dh'ections utilizing the proper anchorage and attaehraents to the various wall finishes as designated by the manufacturer. C. Location of the various accessories not indicated on the Drawings shall be placed at the direction of the Engineers in the field. SHOP DRAWINGS Submit complete and accurate shop drawings, details or illustrated literature to the Engineer's approval. No installation shall be made prior to approval of the Engineer. SOAP DISPENSER A. Shall be as manufactured by "Bradley Co.", Milwaukee, WI or approved equal by the Engineer. SOle shall be model 6562 all purpose (stainless steel). TOILET TISSUE DISPENSERS A. Shall be as manufactured by Bradley, model No. 5412, recessed dual roll or approved equal. PAPER TOWEL DISPENSERS A. Shall be as manufactured by Bradley, model No.250-15 or approved equal. GRAB BARS A. Shall be as manufactured by Bradley, Model No. 812, or approved equal. Standard finish size as shown on the Contract Drawings. 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 DIVISION 11 - EQUIPMENT GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA and other Contract Documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS - DIVISION NO. 11 - EQUIPMENT Included in this Division are the following sections: 11721 11780 11822 Scale Video Monitoring System Radiation Detection System Gas Detection System DIVISION 11 - Page 1 of 9 · DMSION ! 1 - EQUIPMENT SECTION 11721 - SCALE VIDEO MONITORING SYSTEM SCOPE Work under this heading shall consist of furnishing all labor, materials, equipment and incidentals necessary to complete the installation of a surveillance monitoring system to include but not be limited to the following: A. Ultra high resolution color cameras (4) B. Camera power supply C. Camera weather enclosures (4) D. Mountings E. Color Monitors (2) F. All Cables and Wiring G. Color Digital Video Recorder H. Setup and training INTENT The intent of this monitoring system is to provide a total of four (4) high resolution color cameras that can clearly identify the vehicle's license plate on each scale and the 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 abili~ 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 agd 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 elimlnate 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 equipment, including changing of lenses for fmc tuning of fields of '~iew, recording equipment setup, adjusting mounting stands and training of all 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. Any penetrations through the building shall be sealed to prevent any extemal moisture intrusion. DIVISION 11 - Page 2 of 9 DIVISION 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 Device: 1/3" Inch Interline color CCD (Super HAD) 3. Scanning System: 2:1 Interlace 4. Power: 12VDC or24 VAC 5. Horizontal Resolution: NTCS-450TV lines, PAL- 440 TV Lines 6. Signal-to-noise Ratio: 48db 7. Min Illumination sensitivity: 1 lux (f2.0) 8. Video Out: 1Vp-p Composite (75ohm) 9. Auto Gain Control 10. Exposure: Automatic Control w/DC Iris meter (1/60-1/100,000) 11. Auto White Balance 12. Auto or Manual (switch selectable) Bacldight compensation B Lenses shall be color hi-resolution only and must meet the following specifications: 1. Focal Length: 3-6mm 2. Format size: lA 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 520- 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 DFSHD-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 Pelto (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 Pelco or approved equal, and have the following minimum properties: 1. Input: 100-240VAC, 50/60 Hz, 210watts 2. Celeron-CPU, 256MB- RAM, 120GB Total HDD Space 3. Image Size: NTSC 320X240; PAL 35232288 4. Compression: M-JPEG 5. Video Inputs: 8, Video Outputs: 2, Alarm Inputs: 8, Control Output: 8 DIVISION 11 - Page 3 of 9 DIVISION 11 - EQUIPMENT 6. Data Transfer Rate: Write-52X (7.8MB/sec), Rewrite- 24X(3.6MB/sec), Read-52X Max (7.2MB/sec) 7. Video Playback (VCD): 32X max. (61riB/sec) 8. Keyboard, PS/2 mouse, RS-422 converter, Windows 2000, DX7100RX remote site software, and rock ears must also be include in an accessories pack. The Color Monitors shall be Pelco model PMC 10A or approved equal. The Monitors shall be a minimum of 10 inches and have the following minimum properties: 1. Input voltage: 90-260VAC, 50-60 Hz auto-ranging 2. Power consumption: 95 watts 3. Resolution: 350TV lines 4. Viewable picture size:10-inch diagonal 5. Sweep linearity: 10% 6. Speaker output: 1.0 watt (-3dbV) CAMERA POLE Steel 4" Straight Square Poles: Pyramid Lighting Group, Inc.'s, Oardco Lighting 'Gullwing" 18 Poles Series SSS20-4-1 l, or approved equals having: 1. 20' height. 2. Pole shall be steel piate longitudinally welded 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 Mndhole shall be located 1800 with respect to the luminake ann. 5. Base cover shall completely conceal the entire base plate and anchorage. 6. Anchor bolts shall be cold rolled steel with minimum 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 4½ inch right angle leg. Anchor bolts to be completely hot dipped galvanized. Include 2 galvanized nuts, 1 lock~vasher 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 City Plastic Inc.'s Schedule 40. END OF SECTION 11721 -VIDEO SURVEILLANCE SYSTEM DIVISION 11 - Page 4 of 9 DMSION 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: I. (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 Colunm Date/Time Printer Detectof 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, phot°multiplier divider assembly, pulse height discriminator and line driver electronics. Control Unit - The radiation detection assembly shall be feature the following: 2. 3. 4. 5. 6. 7. 8. 9. Maximum sensitivity is set automatically. READY (green) and ALARM (red), LOST SIGNAL (yellow) Sound for alarm and alert conditions, with push button resets Background compensation from 4-34 deviations. Continuous self diagnostics Meter shall be 3.5"arc, lmA analog type, with a meter dial of 0-25kcps Must contain a 9 pin connector to allow a computer/printer to be connected Must contain a 5 pin connector for connection of external alarm indicators Must contain a 3 pin connector for connection of external alarm indicators Checkout and Tm'ming: The Contractor shall provide one (1) day of checkout and training of the completely installed radiation detection equipment. The Contractor shall coord'mate the training with the Owner of the facility. DIVISION 11 - Page 5 of 9 DIVISI.O,N 11 - EQUIPMENT Fotmdation/posts/housing: The Contractor shall provide concrete foundation and Steel Square posts for the detector assemblies. Foundations and steel posts shall meet manufacturer's recommendations. The Contractor shall assemble a steel housing around each detector as shown on the contract drawings. The steel shall be ¼" plate steel grade 836. Conduit: The Contractor shall finnish and install dedicated I" diameter schedule 40 PVC conduits from each detector assembly in the scale house. Th~ conduit shall be installed in the most direct path available, with necessary .fittings, connectors, etc. necessary to provide watertight terminations at each end. Bollards: Four bollards shall be furnished and installed for protection of the post mounted detector assemblies. The bollards shall be 6" diameter concrete filled schedule 40 steel pipe and painted fluorescent yellow. Foundations for bollards shall be 18" in diameter and 30" deep. The overall height of the bollard shall be 6" higher than the detector assemblies; each detector shall have 2 bollards. END OF SECTION 11780- RADIATION DETECTION SYSTEM DIVISION 11 - Page 6 of 9 DIVISION 1! - EQUIPMENT SECTION 11822 - GAS DETECTION SYSTEM GENERAL A natural gas (LEL) and carbon monoxide (CO) detection system shall be supplied for the relocated scale house building. The system shall consist of a single control panel, (3) remotely mounted LEL sensors, and (1) remotely mounted CO sensor. The system shall be the Mine Safety Appliances Co. QuadGas II 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 NEMA 4X. Transmitter output shall be 3-wire, 4-20 mA. The sensor shall be dual-condulet type, whereby the sensor housing and transmitter housings are separate. Two of the LEL sensors shall be mounted in the crawlspace below the building with their respective transmitters inside the building. The crawlspace sensors shall incorporate a sensorgard fitting and remote calibration tubing allowing normal calibrations to be performed fi.om within the building at the transmitter location. o 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 module. DIVISION 11 - Page 7 of 9 DIVISION 11 - EQUIPMENT C. Control Panel Requirements The control panel shall be wall mount type MSA Model 2153'45 QuadGas II Gas Monitor/Controller, or approved equal. The Panel shall have a NEMA 4X rating, and shall operate on 115 VAC, 50/60 Hz power. The panel shall be capable of supporting up to (4) remote gas sensors. 2. A scanning module with three digit LED readout shall be provided for the purpose of displaying the gas value of each sensor and initiating alarms. 3. Visual Alarm Indicators - The monitor shall have a separate indicating lights for each of(2) alarm levels and system fault light. Alarm Set Point Levels - Two separate alarm set point levels shall be provided for each channel (warning and alarm). Each set point shall be independently adjustable for . any 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. The integral buzzer and horn relay shall be capable of reset during active alarm events. D. Remote Alarms Upon any detection of natural gas above 20% LEL or CO above 25 PPM, red strobe/buzzer unit shall be activated inside the building, and the crawlspace exhaust fan shall be automatically engaged thought the alarm panel's relays to exhaust any gases within the crawlspace. E. Foundation Exhaust Fan Contractor shall 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 by Greenheck (715-359-6171)or approved equal. The fan shall be wired in to the MSA control panel so that in the event of an alarm situation from the gas detection sensors located within the crawlspace, the exhaust fan w'ill engage automatically to cleat the crawlspace of an)' dangerous gases. The fan shall automatically remain on until the sensors are no longer in alarm mode. The Fan shall have the following minimum properties: 1. Fan Shall be 1/8 Hp 2. Fan must be explosion proof 3. CFM Rating: 438 min 4. Motor RPM: 860 DIVISION 11 - Page 8 of 9 DIVISION 11 - EQuIpMENT F. Calibration Accessories Contractor shall furnish a calibration kit with sufficient test gas to allow for quarterly calibrations for two years following initial start-up. Kit shall include a hand-held IR calibrator allowing one-man calibration at the Ukima 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 DMSION 11 - Page 9 of 9 O' DIVISION 13 - SPECIAL CONSTRUCTION GENERAL The ~vork under this Division shah 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 Con~'actors for items which might affect the work under this Division. TABLE OF CONTENTS - DIVISION NO. 13 - SPECIAL CONSTRUCTION Included in this Division are the following sections: 13046 13120 13122 13410 Information Booths Steel Deck Motor Track Scale Pm-Engineered Metal Building Systc~-ns Above Ground Double Wall Storage Tanks DIVISION13 - Page I of 28 DIVISION 13 - SPECIAL CONSTRUCTION SECTION 13046 - INFORMATION BOOTHS GENERAL Provide all labor, equipment and materials to furnish and install prefabricated portable steel building(s) where shown on the contract drawings. The installation shall include but not be limited to: 1. Site/foundation work. 2. PVC stub for electric 3. Unloading, placement, installation and anchohng. SUBMITTALS Catalog sheets, specifications, and installation instructions for each material specified. Physical property, data for prefabricated booths. REFERENCES Prefabricated building manufacturer shall provide the locations and owners 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 f~om the owners on the quality of worlananship (fit and finish). SUBMITTALS Upon award of order, manufacturer shall prepare and submit shop drawings for each different building required for this project. Drawings shall include elevations, section, floor plan, electric schedule, service entrance locations, and anchor clip detail. Color charts illustrating available colors and patterns for specified finishes shall be submitted to owner for prompt selections. QUALITY ASSURANCE 1. 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 International, Inc., 40961 Production Drive, Harrison Township, Michigan, 48045, Phone (586) 468-2947, Fax (586) 463-6059, website: www.parkut.com, email: sales(~parkut.com, or approved equal. Manufacturer shall maintain and furnish proof of maintenance of quality assurance program with regularly scheduled independent third party testing. Production process xvill 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 andJor DIVISION 13 - Page 2 of 28 DMSION 13 - SPECIAL CONSTRUCTION ', calcxtlations, applicable certifications, catalog information, and color samples showing equal range of variety. A request for. substitution must include a list of three or more projects in satisfactory service for not less than three years that use products identical to those being proposed for substitution. For each project, provide name, address, and telephone number of the A/E firm, the contractor and the owner. Requests for substitution afler 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-gange galvannealed steel interior panels. Exterior walls beneath window line shall include raised rib architectural tube steel treatment utilizing 1" x 2" ribs and a formed 1-1/2" by 6" formed base panel. Building to be shipped completely assembled. All welded joints ground smooth. Aluminum or fiberglass construction not acceptable. Base and floor: Base height shall be 4 inches for outside use. Floor shall be 12-gauge galvanized steel, 4-way tread plate. Four 1/4." steel angle anchor clips with pre-drilled holes are provided to secure building. Anchor bolts by installer shall be galvanized or stainless steel. Door(s) shall be top-suspended heavy 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. Windows: Shall be steel construction, properly primed and finish pa'rated, fabricated in decorative colonial style. Perimeter window mullion shall be 1-1/? x 1/4" and inner window mullions shall be 1" x 1/4". All windows shall be fixed unless clearly stated DIVISION 13 - Page 3 of 28 DIVISION 13 - SPECIAL CONSTRUCTION otherwise. Windows will have interior anodized aluminum stops screwed in place for easy glass replacement, if required. Furnish glass of type specified herein. Windows shall be squared and weather-sealed at the factory. A cashier's window shall be installed in one window location as sho~vn on the contract drawings. The window shall be a full height, side-sliding window. Glazing: All windows and doors shall contain clear tempered safety glass, l/4" minimum thickness. Finish: All steel surfaces shall be painted with rust inhibitive epoxy primer. All exposed interior and exterior steel surfaces shall be pa'mted with one finish coat of industrial acrylic epoxy. Choice of single color of paint for the building and one separate color for the roof as selected by owner 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 crown molding. Standard fascia heigh~ shall be 3". Omit nip roof for buildings to be located within a garage or under cover. 10. Root'.' 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 minimum. Hip roof will have ridge cap covers fabricated of formed 14-gauge galvannealed steel. 1/2" perimeter drip edge standard. 11. Insulation: Walls shall be insulated with 2" rigid fiberglass board, R=10. Roof structure fully insulated, R=I 7.4. 12. Work counter: One 18" minimum depth 14 gage painted steel counter across width of booth. Include one (I) 16" ~vide steel storage drawer, and one (1) locking cash draw. 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 with lamps and wall switch, one 110V duplex outlet, heater, and a 100A 12-circuit load center with 100A main. All wiring copper No. 12 mInimum, enclosed in EMT. All fittings, ~4ring devices and fixtures UL listed. Ready for site connection. Three wire 240/120V single-phase service required. Thru-wall a/c optional. 14. Heating/Cooling: Electrical wall unit shall be a combination heat/cool unit. The unit shall be fan-forced type including integral thermostat. Minimum size shall be 120V/1500W. 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 utility stub-ups, verify building is level and anchor. END OF SECTION 13046 - INFORMATION BOOTHS DIVISION 13 - Page 4 of 28 DIVISION 13 - SPECIAL CONSTRUCTION SECTION 13120 - STEEL DECK MOTOR TRUCK SCALES 40 TON WITH ANALOG LOAD CELLS GENERAL PROVISIONS 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 cells. 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 III 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 DIVISION 13 - SPECIAL CONSTRUCTION SCALE FOUNDATION REQUIREMENTS The foundation shall meet all local requirements and the minimum specifications as stated in this section. · The minimum soil bearing required shall be 3,000-psf minimum. · The foundation shall extend to the frost line at the load cell piers. The areas between the load cell piers are not load bearing and are for cover. · The foundation.shall provide a minimum of 3" of clearance to the weighbridge. · The approach slab shall be a maximum of 15 1/2" above grade. · The foundation shall be constructed of concrete with a minimum strength of 3,500 psi. · The entire foundation shall be tied together by a minimum of 6" X 6", 10 gauge woven wire mesh, which shall cover the. entire length and width of the foundation. · The foundation shall be constructed to provide positive drainage away from the foundation. · The foundation shall be designed to include 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 following: · 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 furnished and installed at the job site. · All work shall conform to the requirements of the following: o The weighbridge and load cell mounting assemblies shall be designed to allow installation or replacement of a load cell with only one additional inch of clearance required between the top of the foundation and the bottom of the weighbridge. DIVISION 13 - Page 6 of 28 DIVISION 13 - SPECIAL CONSTRUCTION Them shall be no bolted connections between the load cell and weighbridge assemblies. SURFACE PREPARATION AND FINISH The weighbddge shall be shot blasted to a minimum of SSPC SP6 specification prior to painting, then coated with Sherwin-Williams EPOLON II epoxy in Cardinal blue. LOAD CELL SPECIFICATIONS, All 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 III L, 10,000 devices. The manufacturer shall provide a Certificate of Conformance to these standards. · Load cells shall output an analog signal to the scale instrument; digital signals from the load ceils 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% 2.0+0.1% 791 OHMs 700 + 1% OHMs 1% of rated output 15 vdc max. + 0.03% of rated output + 0.03% of rated output + 0.02% of rated output +_ 0.03% nf load in 20 min. 0.016 5k megohms 14°F to 104°F DIVISION 13 - Page 7 of 28 DIVISION 13 - SPECIAL CONSTRUCTION Operating Temperature Effect Rated Output Zero Balance V Min -20°F to +200F _+ 0.0008% / F of load _+ 0.0015% / F output 2 lb. Load cells shall be Cardinal Scale stainless steel model DB-50000S or equal. JUNCTION BOXES AND CABLE All work shall conform to the requirements of the following: · All junction boxes shall be NEMA 4. · Junction boxes shall be accessible for inspection and maintenance from the side of the scale platform. · The load cell cable shall be terminated 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 requh-e 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 any 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 V2" diameter ground rods per scale. Scales shall be connected to the ground rods by a minimum I/0 gage wire with appropriate bolted connections to from a continuous bond. WARRANTY REQUIREMENTS The scale manufacturer shall warrant the scale assembly, including the deck and components below the deck for 3 years, digital weight indicator; printer and peripheral devices shall be covered for 1 year or by manufacturer's standard warranty. The manufacturer or its local representative shall present a program of regular maintenance and calibration service. Inspection shall occur at a minimum of once every six months and shall comply ~vith 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 DIVISION 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, delivery, and erection of'the structural framed structure with metal roofing system in this Project. Included are all the structural steel flaming, fasteners, joists, furnishing anchor bolts, purlins, girts, bracing, roofing, wall 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 American 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 "Structural Welding Code - Steel, AWS Di.I'! or the "Structural Welding Code - Sheet Steel, AWS DI.Y', 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 Slructural Joints of the Engineering Foundation on August 14, 1980 except as follows: a. Item l(c): Wind connections and. all other connections transferring moment shall be included among the connections limited to friction-type. b. Item 5(b): All high strength bolts shall have a hardened washer under the element (nut or bolt head) turned in tightening, regardless of the method of tightening. c. Item 6: The inspection of bolt tightening shall be as specified under Item 6(d). Fumish 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 witnessed by the Engineer/Architect or the designated inspection laboratory. 5. Pedestrian Doors and Frames: Comply with applicable requirements 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 DIVISION 13 - SPECIAL CONSTRUCTION Gages: a. b. Sheet Steel: U.S. Standard. Steel Wire: U.S. Steel Wire Gage. DESIGN REQUIREMENTS Design Criteria: Building design shall conform to the Metal Building Manufacturers Association's 0VIBMA) "Design Practices" and "Code of Standard Practice", "Building Code of New York State" and with the following criteria: 1. Design Load: Basic design loads shall include dead, live, wind, uplift snow, temperature, and seismic zone in addition m all dead and collateral loads in accordance with MBNA and the Building Code of New York State and all other applicable codes. 2. Light-gauge elements of the building shall be designed in accordance with the "Specification for the Design of Light-Gage Cold-Formed Steel Structural Members" published by AISI. 3. Provide flaming for all door, window and louver openings. 4. Roof pitch for the major steel "bents" shall be 3-inch on 12-inch. Shop Drawings: Drawings shall show.specific application to this Project. Submit all required drawings in one submission, except as noted. 1. Erection Drawings: Manufacturers complete erection dra~Sngs. 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 any proposed wall wind bracing system other than portal columns as shown. d. Foundation drawings showing dimensions and elevations of all piers, walls, and footings required. e. Anchor bolt plan showing the location of all columns and/or rigid frames, and the location of all necessary anchor bolts or other main flaming connections to the concrete foundation. fi Anchor bolt and tie rod details. Notg: Drawings required under 2.d., 2.e., and 2.f. shall not be submitted until the manufacturer's drawings required under 2.a., 2.b., and 2.c. have been approved. DWISION 13 - Page 10 of 28 DIVISION 13 - SPECIAL CONSTRUCTION Note: Manufacturer's standard sheets showing loads or details for a multiple range of building spans, heights, and loadings will not be accepted. Arch/tectural Drawings: Architectural detail drawings for all auxiliary building components and accessories. Product Data: Manufacturer's catalog sheets, specifications and installation instructions for the following: 2. 3. 4. 5. Roofing panels. Exterior wall panels. Trim, exterior and interior. Flashings. Sealants and gaskets. Samples: 1. Color Samples: Manufacturer's standard colors for exterior wall and roofing panels, trim, and other facto~ color-coated components. Quality Control Sul~mittals: 1. Design Calculations: Mannfacmrer's design calculations, signed and sealed by a licensed Professional Engineer registered in the State of New York, for the structural flaming and exterior wall and roofing panels. The flaming plan, stmctu/al elevations and all other structural drawings shall bear a New York State Professional Engineering registration stamp of Engineering who is responsible for the structural design. a. The Engineer's cover letter shall state that he or she has received a set of the Contract Drawings and Specifications and that the design calculations are based on the requirements of the Contract Drawings and Specifications. b. Design shall take into consideration the necessary clearance for the overhead door track at the rigid frame compression flange bracing, and the necessary increase in girt height at the concrete unit masonry core area. Certificates: Metal building manufacturer's written certification that the structure. has been designed in conformance to the specified design loading and other design requirements. Contract Closeout Submittals: 1. Warranties: a. Roofing Panels: Metal building manufacturers 20 year warranty on roofing panels and related trim against rapture, structural failure, or perforation due to atmospheric corrosion. DIVISION 13 -Page 11 of 28 DIVISION 13 - SPECIAL CONSTRUCTION Exterior Wall Panels: Metal building manufacturer's 20 year warrant).' for factory, applied color finish on exterior surfaces of exterior wall panels and related trim against blistering, peeling, crocking, flaking, checking, chipping, color change exceeding 5 N.B.S. units (per ASTM D-2244), and chalking exceeding a rating of 8 (per ASTM D-659). QU, ALITY ASSURANCE Manufacturer's Qualifications: The manufacturer of the pre-engineered metal building shall be regularly engaged in the design and fabrication of pre-engineered, pre-fabricated metal buildings, shall have furnished such buildings for five similar projects that have been in use for not less than five years, and shall be subject to the approval of the Engineer/Architect. The building manufacturer shall be capable of furnishing compatible auxiliary building components and accessories shown or specified. If requested, famish to the Owner the names and addresses of five similar projects where the m2mufacmrer's building has been in use for five years. Installer's Qualifications: The person supervising the installation of the work of this Section shall be experienced in pre-engineered metal building work, and shall have been regularly 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: I. 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, Inc. 3. Building Grounding: Comply with National Electrical Code. ACCEPTABLE MANUFACTURERS Subject to compliance with requirements, provide 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. DIVISION13 - Page 12 of 28 DIVISION 13 - SPECIAL CONSTRUCTION DELIVERY~ STORAGE, AND HANDLING 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. C. Keep materials chy while in storage. Handle materials by a method which will prevent damage to components, including finishes. Basic Materials: Except as otherwise specified or indicated on the Drawings, building components and assemblies shall be fabricated from the following applicable materials as required to produce un/ts conforming to the design and types of fabrications required for the building. 1. Structural Steel Members: ASTM A36, A529 or A572 except as otherwise indicated. 2. Cold-Rolled Structural Steel: ASTM A446, Grade A except higher strength grade if needed to comply with design criteria. 3. Cold-Formed Structural Steel: ASTM A570. 4. Structural Steel Tubing: ASTM AS00, Grade B or A501. 5. Steel Plate and Bar Stock: ASTM A529 or A572. 6. Steel Pipe: ASTM A53, type and weight as required, Grade B.. 7. Anchor Bolts and Tie Rods: ASTM A36 or A675, Grade 70. 8. 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. 9. High Strength Bolts: ASTM A325. 10. Common (Standard) Bolts: ASTM A307. 11. Steel for Shims and Fillers: ASTM A569. 12. Welding Materials: AWS Codes, type required for materials being welded. 13. Covering Fasteners: a. Screw BoRs: Type 300 series stainless steel capped low profile head, 200 inch lb rain stripping tongue, color finish on exposed exteriox surfaces matching adjacent panels/trim. b. Sheet Metal Screws: Type 300 series stainless steel or ASTM Al~5 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 strengtlx, 350 lb rain push out strength, color cap on exposed exterior surface matching adjacent'panels/trim. DIVISION 13 - Page 13 of 28 DIVISION 13 - SPECIAL CONSTRUCTION d. Sealing Washers: Neoprene washers. ASTM D735. 14. 15. 16. 17. Shop Primer Paint for Framing: Equal performance requirements of FS TT-P-636 or TT-P-664. Cold Galvanizing Compound: Single component compound giv'mg 93 percent pure zinc in the dried £flm, and complying with DOD-P-21035A (NAVY). Bituminous Paint: Asphaltic type, SSPC - Paint 12. Bedd'mg Mortar: a. Cement Groin: Portland cement complying ~4th ASTM C150, Ts?e I or III, and clean un/formly graded natural sand complying with ASTM C404, size No. 2; mixed at a ratio (by.volume) of 1.0 part cement to 3.0 parts sand, ~vith only the minimum amount of water required for placement and hydration. b. Shrink-Resistant Grout: Factory-packaged, shrink-resistant, non-staining, non-ferrous mortar grouting compound selected from the following: 1) Masterflow 713 by Master Builders. 2) Sonogrout by Sormebom. 3) Five Star Grout by U.S. Grout Corporation. 4) Crystex by L&M Construction Chemicals. 5) Non-Corrosive, Non-Shrink 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, thermal breaks, adhesives, and other components needed for a complete, permanently weatherproof installation. Materials shall be non-deteriorating, corrosion resistant, and compatible vdth adjoining materials. Connections: Fasteners shall be of size and in quantities to securely and permanently join building components, and shall be complete with necessary, hardy, are and accessories as required for the application. Connections shall allow for expansion and conu'action 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: 2. 3. 4. Roof'mg Panels to Structural Members: Screw bolts or rivets. Wall Panels to Structural Members: Screw bolts or standard bolted connection. Wall Panels to Wall Panels: Screw bolts, sheet metal screws or rivets. Interior Panels to Supports: Cadmium plated steel fasteners of required type for secure attachment. Trim: Same fasteners as adjacent panels. Sealants, Gaskets and Closures: 1. Tape Sealant: Flat shaped, elastomeric, non-hardening, ribbon sealant; ~pe recommended by building manufacturer for the particular use and conditions of application. 2. Tube or Pumpable Sealant: Polybutenebutyl or acrylic terpol~,mer base sealant, or other type sealant recommended by building manufacturer for the particular use and conditions of application. DIVISION 13 - Page 14 of 28 DIVISION 13 - SPECIAL CONSTRUCTION 3. Gaskets: Rubber, building manufacture's standard shapes. 4. Closures: Closed cell foam or rubber material, formed to match panel profiles, sized to provide weather tightness. Galvanizing: specified. 1. 2. 3. 4. Complying with the following requirements except where otherwise Formed Sheet Steel: ASTM A653, coating designation G-90. Assembled Steel Products: ASTM A123. Iron and Steel 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, Crrade 1. 2. Coating: After conversion treatment, metal shall be precision coated with thermosetting polymerized enamel to a dry film of one mil, plus or minus 0.2 mil, over the entire material width prior to forming of panels. 3. Finish Pigmentation: Inorganic pigments selected for maximum durability and resistance to fading, except do not use aluminum pigment. Use Kynar 500 or approved equal. 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, reflecfivity and durability. 5. Colors: As selected by the Owner from building manufacturer's standard colors. '4. Note: Shop painting shall be the responsibility of the pre-engineered metal building manufacturer. Note: Field fmish 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 othenvise 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 · DIVISION 13 - SPECIAL CONSTRUCTION 1. Rigid Frame Tie Rods and Anchor Bolts: a. Tie rods shall be round bars, of constant diameter or with integral upset ends. b. The allowable tensile stress on the unthreaded body area of tie rods, and on the tensile stress area of anchor bolt and tie rod threads shall be 22,000 psi. c. Tie rods shall not be spliced by welding. Trnsses: Open ~veb framing; hot rolled sections, cold formed shapes, or built-rip shapes of welded plate construction. Endwall Framing: Comer posts, endposts and rake beams; hot rolled sections, cold formed shapes, or built-up shapes of welded plate construction. Endwall Framing: Rigid flame with full bay loading capacity and endwall columns; built- up shapes of~velded plate construction, hot rolled sections, or cold formed shapes. Bracing: Wind bracing and sumts, flange and knee bracing, sag rods, and other bracing and support members as required by the building design; steel angles and rods recommended by building manufacturer unless otherwise indicated. Bolts for Field Assembly of Primary Building Framing and Bracing: High strength bolts. Shop Painting: Comply with the following requirements except where otherwise specified: 1. Refer to Division 9 - Finishes, Section 09910 - Exterior Painting (Metal Building). 2. NOTE: Shop painting shall be the responsibility of the pre- engineered metal building manufacturer. 3. NOTE: Field finish coat(s) painting shall be the responsibility of the General Construction Contractor. 4. NOTE: Both shop and field coat(s) paint shall be as manufactured by TNEMEC Company, Inc. or approved equal. SECONDARY BUILDING FRAMING 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. D/VISION 13 - Page 16 of 28 DMSION 13 - SPECIAL CONSTRUCTION Overhead Door Frames: Frames shall be fabricated fi:om slructural shapes and bars as required to receive overhead doors, with comers fully welded and ground smooth, and with provisions for bracing to building framing. Framing for Miscellaneous Openings: All openings shall be framed for proper support and attachment. Frames shall be fabricated from structural shapes and bars with comers fully welded and ground smooth, and with provisions for bracing to building framing. G. Shop Painting: Comply with the requirements specified for Primary Building Framing. ROOFING PANELS General The roof shall be covered with a double-lock standing seam roof system installed in accordance with the manufacturer's instructions. Roof Panel 1. Roof panel shall be factory roll-formed roof s panel 24" wide, with 2 major corrugations, 2" high (2-3/4" including seam). 24" on center. The flat of the panel shall contain cross flutes 6" on center perpendicular to the major corrugations the entire length of the panel to reduce wind noise and improve walkability. 2. Panel material as specified shall be 24 gage galvanized (G-90 coating), per ASTM specification A653 (G90), and painted with standard finish system, a full strength, 70% Kynar 500 or Hylar 5000 fluoropolymer coating. Manufacturer warrants that coating shall not blister, peel, crack, chip, or experience material mst through for 25 years. For a period of 25 years chalking shall not exceed #8 - ASTM and fading shall be 5DE Color Difference Units or less. 3. Panel of maximum possible length shall be used to minimize endlap; cave panel shall extend beyond the structural line of the sidewall. 4. Panel shall be factory prepunched at panel end to match prepunched holes in the cave structural member. Panel end splice shall be factory prepunched and prenotched. Panel end splice shall be floating and allow the roof panel to expand and contract with roof panel temperature change. 5. Ridge assembly shall be designed to allow roof panels to .move lengthwise with expansion/contraction as the roof panel temperature changes. Parts shall be fact6ry prepunched for correct field assembly. Panel closure and interior reinfoming strap shall be installed to seal the panel end at the ridge. The attachment fasteners shall not be exposed on the weather side. A lockseam plug shall be used to seal the lockseam portion of the panel. A hi-tensile steel ridge cover shall span from panel closure to panel closure and flex as the roof system expands and contracts. DIVISION 13 - Page 17 of 28 DIVISION 13 - SPECIAL CONSTRUCTION System Installation 1. Panel clips shall be positioned by matching the hole in the clip with the prepunched holes in the secondary structural members. 2. Panel shall be positioned and properly aligned by matching the preptmched holes in the panel end with the prepunched holes in the eave structural member and by aligning the panel with the panel clip. 3. Panel sidelap shall be field-seamed by a self-propelled and portable electrical lock seaming machine. The machine shall field form the final 180 degrees of a 360 degree Pittsburgh double-lock standing seam; all sidelap sealant shall be factory, applied. 4. Panel endlap, when required, shall be at least 6", sealed with sealant and fastened together by clamping plates. Sealant shall contain hard nylon beads which prevent it from flowing out due to clamping actions. The panel lap shall be joined by means of a re'o-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. Fasteaers 1. Connection of roof system panel-to-structural member, except at eave, 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 factory 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 factory applied. 4. Fasteners penetrating the metal membrane at the following locations shall not exceed the fi:equency listed: Fastening System Basic Panel System Exterior Eave Gutter Gable Trim (no parapet) Ridge High Eave (no parapet) Panel. Splices High Side Transition Frequency 0 per sq. ft. 2 per lineal ft. 2 per lineal ft. 1 per lineal ft. 2 per lineal ft. 2 per lineal ft. 1 per lineal ft. DIVISION 13 - Page 18 of 28 DMSION 13 - SPECIAL CONSTRUCTION Accessories 2. 3. 4. In lieu of prepunched secondaries and panels, predrilling of the structural members is mandatory in order to maintain proper alignment of the roof system. Accessories (ventilator, skylight, gutter, fascia) shall be as standard with manufacturing company, unless otherwise noted and furnished as specified. The color coating on all gutter, downspout, gable trim and eave trim to be Kynar 500 finish system. Location of standard accessories shall be as shown on erection drawings as furnished by manufacturing company. Material'used in flashing and transition parts and furnished as standard by manufacturing company may or may not match the roof panel material. Parts shall be compatible and shall not cause a corrosive condition. Copper and lead material shall not be used with GALVALUME or optional aluminum coated panels. Provision for Expansion/Contraction 1. Provision for thermal expansion movement of the roof system panel shall be accomplished by the use of clips with a movable tab. The stainless steel tab shall be factory centered on the roof clip when installed to assure full 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. The roof shall provide for thermal expansion/contraCtion without detrimental effect to the roof panel when there is a 4-100°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 reinforced plastic panel, factory fastened to corrosion resistant metal side corrugations, formed to fit metal building panels. Light panel assembly shall have a load capacit3' equal to or exceeding adjoin/ag metal building panels, and shall be designed to be weather tight when installed in accordance with the mamffacturer's insuuctions. 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 28 DIVISION 13 - SPECIAL CONSTRUCTION shall be made for a weather fight closure at ends of panels. a. Self-contained insulated units shall be self draining to the exterior. Description: 1. Type: Precision roll formed metal sheet. 2. Type: Multi-Rib Panel. 4. Seam Design (Sidejoint): Overlapping side ribs. 5. Panel Thickness 26 ga.. 6. Attachment to Supporting Members: Exposed fasteners. 7. Attachment to Supporting Members: Concealed fasteners. 8. Sidejoint Sealant/Gasket/Seal: Factory applied. 9. Sidejoint Sealant/Gasket/Seal: Field applied. Coatings and Finishes: 1. Front Surface: G90 galvanized coating designation, and color finish. 2. Back Surface: G90 galvanized coating designation, and panel manufacturer's standard mst-inhibitive back surface finish used with specified front surface color finish. 3. Front and Back Surfaces: Alclad hammered surface. 4. Exterior Facing: a. Front Surface: Gg0 galvanized coating designation, and color finish. b. Back Surface: G90 galvanized coating designation, and panel manufacturer's standard mst-inhibitive back surface finish used ~vith specified front surface 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 otherwise indicated. Coatings and finishes shall match xvall panels, except building manufacturer's standard finishes (as required by application) may be furnished on special use accessories. FABRICATION Tolerances: Conform to tolerances set forth in MBIvlA Code of Standard Practice, except as follows: 1. Alignment and fit-up of welded joints shall conform to the "Structural Welding Code - Steel" (AWS DI.1). EXAMINATION Verification of Conditions: Examine surfaces to receive the metal building for defects that will adversely affect the execution and quality of the Work. Do not proceed until unsatisfactory conditions are corrected. DIVISION 13 - Page 20 of 28 DIVISION 13 - SPECIAL CONSTRUCTION ',¸ PREPARATION A. Protect factory applied finishes from damage during erection. B. Clean surfaces to receive the work of this Section. C. Isolation: Isolate aluminum in contact with cementitious materials and dissimilar metals, except compatible metals. Separate the materials by applying a heavy coat of bituminous paint or 10 mil self-adhesive polyethylene tape on the contact surfaces. Use gasketed fasteners where needed to eliminate the possibility of corrosive or electrolytic action between metals. EREcTION AND INSTALLATION General: Erect and install the metal building and appurtenances in accordance with the manufacturer's printed instructions except as otherwise specified or required by the Reference Standards. Install the work of this Section so the s~ructure is secure and weather tight, and exposed materials are free of visible dents, scratches, mol marks, cuts, and other imperfections.. Install building systems free 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 wi~h grout manufacturer's printed instructions. 3. Do not field cut or alter structural members without approval of the Engineer. 4. ARer erection, much-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 manufacturer's inswactions. Roofing 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 structural support. 2. Seal longimd'mal joints and transverse end laps. a. Seal longitud'mal joints with electrically operated seaming machine. 3. Flash and seal roof covering at ridges, hips, rakes, eaves, and junctions with all related building components and accessories so that the roof is watertight. Roof Insulation: Install blanket insulation as panels are installed, with tight butt joints, and with vapor barrier toward building interior. Install insulation blocks, supports, and other accessories as reqffn'ed for a complete insulation system. Seal each joint in the vapor barrier with joint tape or adhesive. DIVISION t3 - Page 21 of 28 DIVISION 13 - SPECIAL CONSTRUCTION Wall System: 1. Assemble and anchor panels in place, aligned and plumb, with provision for necessary thermal and structural movement. Use panels of one-piece length from sill to roof line with no horizontal joints, except where panels are interrupted by auxiliary, building components such as windows. Fasten panels to each structural support. 2. Seal longitudinal joints ~vith sealant. 3. Flash and seal wall covering at sill, roof lines, and junctions with all related building components and accessories so that the walls are watertight. Wall Insulation: Install blanket insulation with tight butt joints, and with vapor barrier toward building interior. Install supports and other accessories as required for a complete insulation system. Seal each joint in the vapor barrier with joint tape or adhesive. Related Building Components: Install related components in their designed locations, fitted with required accessories. Securely fasten items to structural supports. Adjust and lubricate operative traits for smooth and easy operation. Seal components watertight at junctions with wall and roof systems. Tolerances: Conform to tolerances set forth in IVlBMA Code of Standard Practice, except as follows: 1. Alignment and fit-up of welded joints shall conform to the "Structural Welding Code - Steel" (AWS DI.1). 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 coatings 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 any residue fxom strippable coatings. Comply with panel manufacturer's printed recommendations for cleaning. END OF SECTION 13122 - PRE-ENGINEERED METAL BUILDING SYSTEMS DIVISION 13 - Page 22 of 28 DIVISION 13 - SPECIAL CONSTRUCTION SECTION 13410 - ABOVE GROUND STEEL STORAGE TANKS SCOPE The Contractor is to furnish tank, stairs with platform and equipment necessary to install, test and make ready for operation; aboveground, steel wall, SCDHS Approved waste oil and diesel fuel storage tanks as specified herein and manufactured by Areo Power Unitized Fueler, Inc. GOVERNING STANDARDS All work shall conform to the requirements of the following: · Suffolk County Department of Health Services Article 12 Tank Program. · NFPA-30 AND 30A Standard for flammable and combustible liquids. · UL- 142 Standard for aboveground tanks for flammable liquids. TANK 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 LtL "Closed Top Diked Aboveground Tank for Flammable Liquids" label. 4. Diesel accessory package shall include: 18 GPM pump with meter, 3A" 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. DMSION 13 - Page 23 of 28 DIVISION ,13 - SPECIAL CONSTRUCTION All carbon steel shall comply with the latest edition of the Specification for Structural Steel, ASTM A36; or the Specification for Steel, Carbon (0.15 Mctrimum, PercenO, Hot Rolled Sheet and Strip, Commercial Quality, ASTM A569. Size and Dimensions The primaw tank shall be 48" diameter by 10'9" long. The shell steel thickness shall be 10ga and tank heads shall be 10ga. The containment dike shall be 6'0" wide by 12'9" long by 2'0" high. The containment dike steel thickness shall be 7ga. Primary Tank Fittings All fittings will be sized and located as indicated on tank construction drawing number APB590. All fittings shall be protected with 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 with 6" high steel supports. The containment dike shall be furnished with support dunnage to allow for visual inspection of containment dike bottom. The size and location of supports shall be as indicated on tank construction drawing number APB590. The unit will be provided with a drip pan type pump platform of the size and location indicated on drawing number APB590. The unit shall be provided with removable 12 ga. (rain) steel rain shields designed to minimize water and debris from entering the diked area. The rain shield design will allow for easy visual interior dike inspection while allowing the dike area to be naturally ventilated to avoid possible vapor collection. The primary tank shall be provided with a fill containment sump designed to contain spills of up to 3 gal,(approximately) in a tank top reservoir ~vhile a 1" Sch. 40 overflow pipe diverts spills in excess of 3 gal in to the containment dike. The tank shall be furnished with a 6" emergency vent designed to relieve intemai tank pressure in excess of 0.5 psig. The emergency vent shall have a 235,500 cubic feet per hour (efta) rating at 2.5 psig. DIVISION 13 - Page 24 of 28 10. DIVISION 13 - SPECIAL CONSTRUCTION 11. 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 veto 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 containraent 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 staimase 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 01~ A. General The above-ground storage tank shall be as manufactured by Arco-Power Unitized Fueler, Inc., 631-366-4362 or approved 6qual. 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. DMSION 13 - Page 25 of 28 DIVISION 13 ~ SPECIAL CONSTRUCTION Do Waste oil tank package shall include: tank painted white, painted stair with handrail on both sides, fiberglass grating, special over fill box as shown on plans and lettering. Materials The tank, dike and all steel appurtenances shall be fabricated fi.om commercial or structural grade carbon steel. Only new materials shall be used. All carbon steel shall comply with the latest edition of the Specification for Structural Steel, ASTM A36; or the Specification for Steel, Carbon (0.15 Maximum, PercenO, Hot Rolled Sheet and Strip, Commercial Quality, ASTM A569. Size and Dimensions The primary tank shall be 48" diameter by 5'5" long. The shell steel thickness shall be 12ga and tank heads shall be 12ga. The containmem dike shall be 6'0" wide by 7'5" long by 1'8" high. The conta'mment dike steel thickness shall be 7ga. Primary Tank Fittings All fittings will be sized and located as indicated on tank construction drawing number APB580. All fittings shall be protected with 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 with 6" high steel supports. The containment dike shall be furnished with support dunnage to allow for visual inspection of containment dike bottom. The size and location of supports shall be as indicated on tank construction drawing number APB580. The unit will be provided with a drip pan type pump platform of the size and location indicated on drawing number APB580. The unit shall be provided ~vith removable 12 ga. (min) steel rain shields designed to minimize water and debris fi.om entering the diked area. The rain shield design will a/low 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 overflow pipe diverts spills in excess of 3 gal in to the containment dike. DIVISION 13 - Page 26 of 28 DIVISION 13 - SPECIAL CONSTRUCTION 10. 11. 1. H. 1. The tank shall be furnished with a 4" emergency vent designed to relieve internal tank pressure in excess of 0.5 psig. The emergency vent shall have a 100,725 cubic feet per hour (cfh) rating at 2.5 psig. The tank assembly shall be provide with an emergency vent protection hood designed to prevent snow, ice and debris from rendering the emergency vent ineffective while allowing the vent to operate as intended. The hood shall provide a cross sectional venting area of 160 square inches. An emergency vent diverter shall be provided such that under emergency conditions the first 9 gallons (approximately) of product emitted from the emergency vent will be contained in a tank top reservoir using a weir plate. Emissions in excess of 9 gallons shall be directed to the containment dike via a chute of rectangular cross section having an.area of 12 square inches. The containment dike shall be provided with a sump and 3/4" Sch 40 drawoff pipe to allow liquid to be pumped out of the dike. The unit will be provided with stairs, landing and handrails designed in accordance with OSHA requirements. The top of the staircase shall attach to the front head of the tank to allow easy tank top filling. The stair frame and handrails shall be fabricated from carbon steel. Stair treads and fill platforms shall be constructed of slip resistant grating. The tank and dike shall be provided with separate liRing 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 gdt 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 waste oil tanks, a five gallon spill box as detailed in the Drawings shall be fumished and installed. DIVISION 13 - Page 27 of 28 DIVISION 13 - SPECIAL CONSTRUCTION LABELS 1. Tanks shall be labeled in 4" high block letters on all sides and include the following: a) Diesel tank: DIESEL FUEL 1000 GALLONS S.C.D.H.S. NO. NO SMOKING b) Waste Oil tank: WASTE OIL 500 GALLONS S.C.D.H.S. NO.--- c) Tank number shall be detemained by the SCHDS upon permit approval. INSTALLATION The tank shall be installed at the location shown on the Contract Drawings. The installation procedure should strictly follow manufacturer's instructions. The Contractor shall furnish to the O~er a statement that the installation was performed in accordance with the manufacturer's instruction. WARRANTY The tank shall bear a UL certification plate and manufacturer's 3 year warranty shall be turned over to the Owner after the systems acceptance. INSURANCE The tank manufacturer shall provide a certificate of insurance that provides a minimum of twenty (20) million dollars ($20,000,000) of product liability coverage per occurrence. END OF SECTION 13410 - ABOVE GROUND, STEEL STORAGE TANKS DIVISION 13 - Page 28 of 28 DIVISION 15B - PLUMBING GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA, and other Contract Documents. Refer to the 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 Insulation 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 DIVISION 15B - PLUMBING SECTION 15000 - GENERAL GENERAL REQUIREMENTS All applicable provisions of the section entitled "General Conditions" and "Special Conditions" shall apply to all work under this Contract as if written out in full, and shall be adhered to by the Contractor. SPECIAL INSTRUCTIONS FOR BIDDERS The bidder shall, before submitting b_is proposal, examine the Civil, Architectural, Heating, Ventilating, Electrical and Plumbing Drawings and Specifications covering the work of other trades, so as to familiarize himself with the character of the work as a whole and to enable him better to understand the relation and extent of the work with reference to the work of other trades. The Drawings show schematically the approximate location of all apparatus, pipes, drains, etc. The exact location shall be subject to approval of the Engineer and/or Owner, who reserve the right to make, prior to installation, any 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. Whether shox~ on the Contract Drawings and/or included in the Specifications or not, the Contractor shall furnish and install all material, equipment and labor usually furnished with such systems, unless specifically excluded in these Specifications. WORK INCLUDED The Contractor shall furnish all labor, materials, equipment and incidentals to complete all plumbing work as specified herein, shown on the Contract Drawings and as directed by the Engineer. In general, the work shall include but not be limited to the following: Sanitary piping system and connections to the sanitary system, connection to house sewer, cleanout drain, and vent and all required 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 Drawings. 4. Cutting and patching as required so that all piping shall be concealed. Excavation, backfilling and mechanical tamping of all waterline trenches. Trenches shall be backfilled in 6" compacted lifts. DMSION 15B - Page 2 of 22 DIVISION 15B - PLUMBING 6. House sewer line connection to new sanitary disposal system 5'-0" from building. 7. Pipe covering as specified; sleeves and escutcheons for piping. 8. Flashing for vent stacks. 9. Hot water heater. 10. Testing and procurement of approvals for all 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 this Contract for approval by the Engineer. Drawings shall be supplemented with catalog cuts, materials of construction, ratings, etc. DRAWINGS Contract Drawings are generally diagrammatic, not 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 drawings approved by the Engineer in a file in the field. Record Drawings shall be submitted by the Contractor to the Engineer upon completion of work and shall be marked "As- Built". ADJUSTMENT AND/OR INSTRUCTIONS FOR EQUIPMENT The Contractor shall make all necessary adjustments for proper operation of all equipment furnished by them under this Contract. They shall also instruct and acquaint the Owner's designated representative in the proper operation of all equipment. The Contractor shall prepare typewritten instructions and diagrammatic sketches of all equipment and systems, sealed in a watertight enclosure and posted in each Ufrlity 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 DIVISION 15B - PLUMBING Final payment under this Contract shall not be made until all the above requirements are satisfactorily completed to the approval of the Engineer. PERMITS AND REGULATIONS The Plumbing Contractor shall obtain and pay for all pen-nits necessary to conduct the work and complete the Contract. All work shall be performed in strict accordance with the regulations and requirements of the various agencies having jurisdiction thereof. Upon completion of the work provided for in this Contract, and before final payment shall be made, the Contractor shall furnish the Engineer with any necessary certificates of approval issued by these various agencies, END OF SECTION 15000 - GENERAL DIVISION 15B - Page 4 of 22 DIVISION 15B - PLUMBING O'1 SECTION 15060 - PIPING MATERIALS Water supply, piping, below 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 conform'rog to ASTM specification B88-89. Fittings shah 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 materials and diameters shall be performed in a manner acceptable to the Engineer. Concealed piping and other piping locations not under floors shall be No-Hub cast iron piping and fittings. Piping installation shall be performed utilizing expansion and contraction joints at locations as approved by the Engineer. Cast iron piping shall conform to ASTM A74- 87. Cl~anouts shall be provided at all bends, ends of soil lines, etc. and shall be full size opening per the piping'diameter. The Contractor shall provide all necessary 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 shall result in quality of the first class only. Piping shall be concealed' wherever possible and shall be nm su'alght and direct as possible either at fight angle to or parallel with walls, floors and ceilings. Where slopes are indicated for piping, such runs shall be installed at the uniform rate indicated without high points and valleys between inverts shown. Reducing fittings shall be used wherever a change in size occurs. No bushing shall be allowed. Piping shall not be marred by tool marks. No more.than one (1) thread shall be DIVISION 15B - Page 5 of 22 DIVISION 15B - PLUMBING shown for fittings. Allowance shall be made tbr expansion and contraction of piping. Swing joints shall be used at all connections to equipment, main r/sets and branches. Hangers and supports shall be provided throughout to securely affLx piping sys~tems to the building construction. Vent piping shall be set and pitched so as to drain out moisture and prevent scale accumulation. Offset shall be made with 1/8 bends. Changes in direction shall be made with 45-degree ~wes and long mm or long sweep fittings. On vertical lines, short mm sanitary fittings may be used. Cleanouts shall be provided and extended through walls and floor where necessaxy 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 brahch lines and shall be in accordance with accepted practice to prevent contamination of water supply in accordance with local and state codes and regulatory agency requirements. Water supply connections to fixtures shall be complete with chrome plated cast brass piping and stops. END OF SECTION 15060 - PIPING DIVISION 15B - Page 6 of 22 DIVISION 15B - PLUMBING SECTION 15084 - 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 tlxickness 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 DI~qSION ,15B - PLUMBING SECTION 15090 - HANGERS, SUPPORTS, EXPANSION AND CONTRACTION DEVICES GENERAL The Contractor shall support all above ground, above ceiling and exposed piping sy~ems in a suitable, secure manner as approved by the Engineer. In general, all hung piping above the floor and ceiling shall be supported at 6-foot centers with threaded rod and steel pipe cradle type hangers or pipe supports capable of handling the full weighted load. Hanging devices shall be as manufactured by Grinnell, Grabler, Elcen or approved equal, and designed for the hanging method required and as approved by the Engineer. The Contractor when installing all .supports shall allow for expansion and contraction of all piping as is required. All required devices to properly allow for expansion and contractions shall be incorporated by the Contractor in the construction of all piping systems. END OF SECTION 15090 - HANGERS~ SUPPORTS, EXPANSION AND CONTRACTION DEVICES DIVISION 15B - Page 8 of 22 DIVISION 15B - PLUMBING SECTION 15100 - VALVES~ COCKS AND FAUCETS MATERIALS Gate Valves - for shut-off purposes of all branches shall be solid wedge gate type 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. Do Drain Valves - shall be roughcast brass faucets with 3/4-inch hose connection, non-heat hand-wheel, Sardtax-/B 1680 or approved equal. Wall Hydrants - shall be 3/4" non-freeze hydrant~ bronze casing and satin nickel finish for 8" wail. Wall hydrant shall be Model 8-8604L8 as manufactured by Wade Division / Tyler Pipe, Tyler, Texas or approved equal. END OF SECTION 15100 -VALVES, COCKS AND FAUCETS DIVISION 15B - Page 9 of 22 DIVISION 15B - PLUMBING SECTION 15400 - WATER SERVICE WORK INCLUDED A. The scope of the work shall include the installation of ~vater serxdce lines at all buildings (to 5 fi. out from building), sho~m on the contract drawings and/or as directed by the engineer. Plumbing Contractor shall coordinate hookup to incoming site water line (General Contractor's work). MATERIALS A. The water service line shall be 1-inch diameter type K annealed, seamless copper water tube conforming to ASTM specifications B88-89. B. All necessary fittings and coupling shall conform to the standard specifications for type K annealed copper pipe. C. Double check assembly- Model 850 (1") by FEBCO METHOD OF CONSTRUCTION The water service line shall be installed a minimum of 54 inches below proposed grade. FEES The Contractor shall bear all expenses and fees required for the necessary inspections. END OF SECTION 15400 - WATER SERVICE DIVISION 15B - Page 10 of 22 DIVISION 15B - PL .UMBING 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 Mth all Suffolk County'Water Authority, Suffolk County Department of Health Services And the Contract Drawings. All work will be in accordance with the Contract Drawings and SCWA approved Plans. SUBMITTALS Submit manufacturer's specifications with detailed information regarding all components and installation instructions. Manufacturer's data must indicate compliance with standard contained in this specification. MATERIALS Ao 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. Co 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 devices, 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 written instructions. DIVISION 15B - Page 11 of 22 DIVISION 15B - PLUMBING Sc'~rA Meter vault shall be constructed in accordance ~vith SCWA standard drawings for meter vaults. Installation of the concrete pad for insulated enclosure shall be in accordance with Section 501 of the New York State Standard Specifications, latest edition. Coordinate installation of water services with plumbing contractor. Coordination shall be at no additional cost to the Owner. Pressure and leakage testing: All types of installed pipe and devices shall be pressure tested and leakage tested in accordance with the latest addition of AWWA Standard C600. Disinfection: Water mains and devices are to be disinfected in accordance with 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 every. 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 shown in the Contract Drax~;mgs. 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 with and approvals from each received, with copies to Owner. END OF SECTION 15408 - WATER SERVICE AND REDUCED PRESSURE ZONE DEVICE DIVISION 15B - Page 12 of 22 DIVISION 15B - PLUMBING SECTION 15411 - PLUMBING FIXTURES MATERIALS - GENERAL Vitreous China: First quality, smooth, uniform color and texture, with fused on glaze coveting surfaces exposed to view. Surfaces shall be free of chips, craze, warpage, cracks and discolorations. Surfaces in contact with wails or floors shall be flat, with warpage not to exceed 1/16 inch per foot. 2. Color: White. Fixture Trim: Brass, bronze, or stainless steel construction; consisting of supply and waste fittings, faucets, traps, stop valves, escutcheons, sink strainers, nipples, supplies, . and metal trim. C. Fixture Trim Finishes: 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, plated 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- DIVISION 15B - PLUMBING 4. Lever handles set on 4 inch centers, with quarter mm washerless ceramic disc valves. Plastic spline inserts will not be accepted. a. Faucet: Model No. K-7404 -KE or approved equal. b. Handles: Model No. K-16010-4 Triton Lever Handles or approved equal. Waste Fitting: 1-1/4 inch tailpiece with a cast brass flat perforated strainer grate. D. Trap: Cast brass, non-adjustable P trap, 1-1/4 inch tubing inlet, 1-1/2 inch ips outlet. E. Trap Nipple: Ips brass with a solid cast brass escutcheon. F. Supplies: 3/8 inch ips brass, with offset and straight key operated stops with keys. VITREOUS CHINA WATER CLOSETS Fixtures: Vitreous china, full size, elongated combination toilet. Model No. K-3481 as manufactured by Kohler or approved equal. Operation: Fixture shall flush satisfactorily 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 heavy duty, commercial design; Model No. K-4670-CA by Kohler, or approved equal. Color: White. VITREOUS CHINA URINALS Wall Supported Fixture: Vitreous china, with elongated rim, integral trap and extended side shields Model No. K-4960-ET as manufactured by Kohler or approved equal. Method of Support: Wall hangers and lugs for bearing plate bolting. Operation: Fixture shall flush satisfactorily with a maximum of one gallon of water and be accomplished without extraordinary dsc in water level in the bowl. Fixture Types: Wall supported, ~vashout action, back outlet, and a 3/4 inch top spud inlet for an exposed flush valve connection. FLUSH VALVES Exposed urinal flushometer for ~" top spud urinal Royal II Model 186-1.0 Low Consumption ~v/ satin chrome finish by Sloan Valve Company or approved equal Maximum Flow Per Flush: 1.0 gallons DIVISION 15B- Page 14 of 22 DIVISION 15B - PLUMBING CLEANING, FLUSHING AND ADJUSTMENT A. Clean fixture and trim. Remove grease and dirt; polish surfaces but leave stickers and warning labels intact. B. Flush supply piping and traps; clean strainers. C. Adjust stops fo~ proper delivery. D. Adjust metering faucets for proper timing. END OF SECTION 15411 - PLUMBING FIXTURES DIVISION 15B - Page 15 of 22 DIVISION 15B - PLUMBING SECTION 15424 - DOMESTIC WATER HEATER MATERIALS Water heaters - shall be 12 gallon, Model EH12 manufactured by RHEEM-RUUD having an electrical input of 3kW with a recovery rate of 12 GPH at a 100 F temperature rise or approved equal. METItODS OF CONSTRUCTION A. Water heater shall be installed with two unions, one ball valve and one relief valve. B. The water heaters shall be installed in accordance with the contract drawings and as per the manufacturer's instructions. The engineer shall approve f'mal layout of all plumbing materials and connections. END OF SECTION 15424 - DOMESTIC WATER HEATER DIVISION 15B - Page 16 of 22 DIVISION 15B - PLUMBING SECTION 15450 - SLEEVES AND TRIM GENERAL The Contractor shall install sleeves at all locations where pipes pass through masomy walls. .MA. TERIALS 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. Plates or escutcheons shall be chrome-plated brass securely fastened. All sleeves shall be concealed by the plate or escutcheon. · E..,ND OF SECTION 15450 - SLEEVES AND TRIM ', DIVISION 15B- Page 17 of 22 DIVISION 15B - PLUMBING SECTION 15771 - ELECTRIC HEATING CABLE SYSTEM FOR WATER PIPES GENERAL Provide a low temperature, all electric, self-regulating type heating cable trace system for plastic and metallic pipes that will maintain the pipeline water temperature at approximately 50 degrees F when the ambient temperature drops to a iow of-40, -20, 0 degrees F. All exposed water piping and fittings to have a low voltage heat trace system complete in all respects including seasonal thermostat. MANUFACTURERS System shall be as manufactured by Raychem Corporation, 300 Constitution Dr., Menlo Park, CA 94025-1164, (800) 542-8936, ~.raychem.com, or approved equal. HEATING CABLE A. Gardian W51 Heating Cable: preassembled electric heating cable sized according to pipe leng~ 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 Drawings. B. Installer to verify that required utilities are available, in proper location, and ready for 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 B. Allow additional cable for values, flanges, puraps and support per manufacturer's installation instructions. C. Band heating cable to pipe with tape wraps approximately every 12". Locate heating cable on pipe per manufacturer's instructions. D. If heating cable is being used to heat plastic pipe, attach aluminum tape length of pipe and band heating cable on aluminum tape to evenly distribute heat. E. For pipes 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 DMSION 15B - Page 19 of 22 DIVISION 15B - PLUMBING SECTION 15900 - PROJECT COMPLETION CLEANING AND ADJUSTING As directed, the Contractor shall finally and thoroughly clean all fixtures, equipment, piping, and other exposed work. Cleaning work shall be done in stages if so ordered to facilitate the work of others. All traps, wastes and supplies shall be sho~a to be free and unobstructed. All valves, faucets and automatic control devices shall be carefully adjusted for proper and quiet operation. GUARANTEE The Plumbing Contractor shall guarantee for a period of one year from date of final acceptance of the work, all materials and equipmem furnished and installed and shall replace any work or equipment without charge which may become, as a result of defective work or materials, or which may be damaged during the correction of defective work. TESTS The Contractor shall perform and pass all required tests prior to acceptance of the xvork. 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 temporary test plugs as required. The entire plumbing system shall be subject to function under normal design operati~xg conditions and shall be leak free and capable of withstanding actual water pressures prior to final acceptance of the work. Final payment shall not constitute release or remove obligations from the Contractor to provide an acceptable operating system. STERILIZATION All potable water lines shall be sterilized in an approved manner prior to acceptance. FINAL CLOSEOUT The Contractor shall provide operations and maintenance manuals for all materials, equipment and systems installed and instruct the Owner's designated personnel on their use. END OF SECTION 15900. PROJECT COMPLETION DIVISION 15B - Page 20 of 22 DIVISION 15B - PLUMBING SECTION 15950 - STAND BY FIRE WELL WORK INCLUDED The scope of the work shall include the installation of stand-by fire well as specified herein, shown oa the contract drawings and/or as directed by the engineer. MATERIALS Well Equipment A. Well Casing - shall be 6-'tach diameter SCH 40 PVC. Well Screen - shall be 304 stainless steel conforming to the interior and exterior diameters of the well casing. Well semen pattern shall be 30 slots (.030") with a Number 1 gravel pack. Pump - shall be a 7.5 horsepower stainless steel model 230S75-3BB, 3-wire 120/240 volt, 3 Phase as manufactured by Grundfos or approved equal. The pump shall be rated to provided 200 gallon per minute (GPM) at 80 pounds of pressure per square inch (psi), at 100' TDH. The Motor shall and be equipped with a 30 ampere pump start panel to be located within Transfer Station building. Start panel shall be NEMA 3R weather proof box with a manual on/off switch. Drop Pipe - shall be 3-inch diameter galvanized steel pipe and include a "Tee" check valve at the top of the well. E. Well Seal - shall be a 6-inch diameter by 3-inch. Wiring - shall be direct burial No. 8 conductors Exterior Enclosure - shall as manufactured by Amtek or approved equal. The size of the enclosure shall be as required to adequately accommodate and cover the irrigation well as approved by the engineer. Above-Ground Post Hydrant The hydrant shall be Eclipse Model No. 2 post hydrant (non-freezing model) as manufactured by the The Kupferle Foundry Company (1 - 800 - 231 - 3990) or approved equal. The hydrant shall have these minimum properties: 1. One 2" nozzle for hose connection. 2. Capable of the bury depths shown on the contract drawings. 3. Inlet shall be a 3" iron pipe, and shall be furnished with ductile iron pipe trench stock. 4. Contain a 2-3/16" valve opening 5. Shall be capable of replacing the interior parts without disturbing any connections. 6. Hydrant shall be red in color. DIVISION 15B - Page 21 of 22 DIVISION 15B - PLUMBING Fire Hose and Reel Assembly The fire hose reel shall be model 43-3321-CG-1LC as manufactured by Reelcraft (1-800-444- 3134) or approved equal. The hose reel shall be capable of holding 200' of 1~4' hose. The hose shall be a series 43, 1-¢i" I.D. and 2-I/16" O.D. hose. Reel shall be a hand crank drive type. Reel shall contain a 90° ball bearing swivel joint with female NPT threads and 2" Victaulic groove. All flanges shall be powder coated steel, as well as the entire frame and components shall be powder coated red and black. The reel unit shall have a Max working pressure of 600psi. The Reel shall be attached to a stand as shown on the contract drawings, as well 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, Inc. (305-633-0361) or approved equal. Nozzle shall have an "On/Off" flow pattern adjustment through the body's rotation and be capable to disperse ~vater in either a fog or straight stream. Nozzle shall be constructed of a red polycarbonate material. METHOD OF CONSTRUCTION The Contractor shall install the well at the proposed location as indicated on the plans and or as approved by the engineer. The 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 as possible. A well log shall be completed and provided for submission upon completion of the well. All necessary plumbing materials and equipment not fully 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 off with a well seal as specified. E. An exterior enclosure (ln'igation Box) shall be installed to grade over the proposed well. F. 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 within the Transfer Station Building as shown on the contract drawings. The hydrant shall be connected to the hose reel through the use of a flexible 2" Ultra high molecular weight Polyethylene (U.H.M.W.) hose. This hose shall have helical wire reinforcement consisting of 4 textile spirals and 2 textile braids. END OF SECTION 02520 - STAND BY FIRE SVELL DIVISION 15B - Page 22 of 22 DIVISION 16 - ELECTRICAL GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA and other Contract Documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS - DIVISION 16 - ELECTRICAL Included in this Division are the following sections:. 16000 16110 16111 16120 16131 16134 16160 16170 16175 16176 16177 16190 16191 16192 16231 16402 16430 16450 16475 16510 16520 16521 16720 16722 16880 16885 16895 16896 16902 General Raceways Conduits Wires and Cables Pull Boxes and Junction Boxes Outlet Boxes Panel Boards Circuit Disconnects Receptacles Switches Device Plates Support'rog Dex4ces 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 DIVISION 16 - ELECTRICAL SECTION 16000 - GENERAL SECTIONS INCLUDED All applicable provisions of the sections entitled "General Conditions" and "Special Conditions" shall apply to all work under this Contract as if ~a'itten out in full, 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 covering the work of other trades, so as to familiarize themselves with the scope of the project as a whole and to enable them to better 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 Owner. It is the intent of the contract draxvings and these specifications to provide a comPlete and operative system. Whether shown on the contract dra~Sngs and/or included in the specifications or not, the Contractor shall furnish and install all material, equipment and labor usually furnished with such systems, unless specifically excluded in these Specifications. WORK INCLUDED The Contractor shall furnish all labor, materials, equipment and incidentals to complete all electrical work as specified herein, shown on the Contract Drawings and as directed by the Eng/neer. 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; Temporary power during construction until permanent power is provided; Light and power distribution system, including panel boards; Interior and exterior lighting systems; Receptacles, switches, disconnect switches, outlet boxes, device plates; Branch circuit wiring; Conductors and raceways; Grounding; Final connections to equipment furnished by others such as pumps, hot water heaters, etc. Equipment 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 work and shall be marked "Record Plan". ADJUSTMENT OF AND INSTRUCTIONS FOR EQUIPMENT The Contractor shall make all necessary adjustments for proper operation of all equipment furnished by him under this Contract. He shall also instruct and acquaint the Own~'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 permits 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 fmal 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 Underwritor's. END OF SECTION 16000 - GENERAL DIVISION 16 - Page 3 of 36 DIVISION 16 - ELECTRICAL SECTION 16110 - RACEWAYS GENERAL Branch circuit raceways for light and power may be rigid galvanized steel or aluminum conduit, electric metalhc tubing in accordance with the job conditions, National, State and Local Codes. Minimum trade size 3/4", except where otherwise noted. All home rans and feeders shall be in rigid steel or EMT. (Aluminum conduit is not permitted to be embedded in concrete.) All race~vays installed shall be placed parallel (or perpendicular) to walls and ceilings using fittings and shall be installed in a workmanlike manner. No raceways shall be rrm exposed in finished areas. The routing of raceways and locations of outlets and panels shown on the plans is diagranunatic only and subject to such modifications (without extra cost to the Ovmer) as conditions may necessitate. The ends of raceways where entering boxes shall be fitted with galvanized locknuts and bushings. Where allowed by National Electric Code Regulations, Contractor may substitute "MC" in lieu of conduit and wire for branch circuits. Provide all explosion-proof fittings wherever required to comply with National Electric Code for the intended building use. END OF SECTION 16110 - RACEWAYS DWISION 16 - Page 4 of 36 DIVISION 16 - ELECTRICAL SECTION 16111 - CONDUITS GENERAL A. Aluminum conduit.will not be approved. B. Rigid metallic or non-metallic conduits (Schedule 40 or 80), will be approved when installed in accordance with the requirements of the latest issue of the National Electrical Code. C. Conduit size shall be as indicated on the drawings, or miaimum in accordance with the N.E.C. D. 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. E. Schedule 40 metallic or non-metallic conduit may be used below grade under' pavement or sidewalks unless prohibited by municipal ordinances. F. ha all eases, rigid non-metallic conduit shall be clearly and permanently identified as to schedule and trademark. G. The entire conduit system shall be installed to provide a continuous bond throughout the system. H. Exposed conduits shall be mn parallel to and at fight angles to buildings using conduit fittings for all turns and off-sets; I. Exposed conduits shall be securely fastened in place on maximum ten (10) foot intervals. Hangers, supports or fasteners shall be provided at each elbow and at the end of each straight run terminating at a box or cabinet. J. All empty conduits shall contain a 3/16-inch vinyl pull rope. END OF SECTION 16111 - CONDUITS DMSION 16 - Page 5 of 36 DIVISION 16 -,ELECTRICAI~, SECTION 16120 - WIRES AND CABLES GENERAL A. Conductors No. 10 and smaller shall be single braid, solid, Conductors No. 8 and larger shall be stranded cable. B. Branch circuit wiring shall be continuous from outlet to outlet. No splices will be permitted except at outlets. Splices shall be made mechanically and electrically secure x~Sth 3M "Scotch-Locks." C. No conductors shall be installed in raceways until all mechanical work is completed. Raceways shall be kept free of moisture. Use approved lubricants only for pulling purposes. D. Branch circuit conductors shall be Type THW, color coded for identification. E. Connections at panels shall be such that no neutral conductor shah service more than one branch circuit from the same phase. Connect branch circuits in phase sequence in panel boards. F. Minimum 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. H. Conductors in buried exterior conduits for secondary service shall be T),pe THXqN or USE-2. I. Conductors in interior conduits shall be Type THWN-2. END OF SECTION 16120 - WIRES AND CABLES DWISION 16 - Page 6 of 36 DMSION 16 - ELECTRICAL SECTION 16131 - PULL BOXES AND JUNCTION BOXES GENERAL Pull boxes and junction boxes shall be made of code gauge steel wkh screw covers. Sizes shall be as requh:ed 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 DIVISION 1.,6 - ELECTRICAL SECTION 16134 - OUTLET.BOXES GENERAL At every outlet shoxvn on the Plans, install a galvanized steel outlet box complete ~vith cover. Set all boxes correct, square and true with building finish. Edge of covers shall be flush with building finish where concealed wiring is required. Outlets shall be erected in advance of partitioning, furring and fireproofing and shall be pmpe['ly secured to building structure or steel. Locations of all outlets shown on the Plans shall be verified. Engineer's plans showing interior details and finish and adjustment shall be made to coincide with architectural locations where necessary. 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 tsqpe, 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 types of boxes shall be as hereinafter specified, as noted in the Plans as required. Contractor shall allow' for overhead pipes, ducts and other mechanical equipment, variations in arrangement and thickness of fireproofing and plastering, etc. Gang type boxes shall be used wherever more than one wiring device is to be installed in the same location. Weatherproof outlet boxes shall be cast aluminum 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 type panel boards as indicated on the Plans. Connectors shall be compression type suitable for copper conductors. Provide flush combination catch and locks on each door, all of 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 from 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 hinges. Finishes shall be light gray enamel. A directory holder with correct typewritten list of circuits shall be included with all panel boards, and shall be mounted in steel frames with plastic covers. Panel boards shall be of the dead front phase sequence circuit breaker type construction, with each circuit number clearly identified by means of letters, and rated in accordance with the Drawings. Circuit breaker for panel board shall be molded case, automatic quick-make, thermal- magnetic type as manufactured by Cutler Hammer or approved equal. They shall indicate whether the handle is in the "ON", "OFF", or "TRIPPED" position. Multi-pole breakers shall be internal common trip type. Breaker shall be as indicated isa the schedule on the Drawings. G. All breakers shall be bolt in type only. Existing Panel Boards to be Reused: The Contractor shall utilize the existing panels within the Administration Building and Weigh Station. The Contractor shall tie into the existing panels; provide necessary breakers, route circuits as necessary, and grounding as required. END OF SECTION 16160 - PANEL BOARDS DIVISION 16 - Page 9 of 36 _DIVISION 16 - ELECTRICAL SECTION 16170 - CIRCUIT DISCONNECTS GENERAL A. Safety. switches shall be installed ~vherever required by code and at the following: 1. Unit heaters 2. Fan units B. Safety switches for exterior service shall be 3R switches. Safety switches shall be non~ fused where circuit is protected by circuit breakers. C. Safety switches shall be sized for the circuit served. Switches shall be heavy duty Type by Cutler Hammer or approved equal. END OF SECTION 16170 - CIRCUIT DISCONNECTS DIVISION16 - Page 10 of 36 DWI. SION 16 - ELECTRICAL SECTION 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 will be no interference as to height, location, etc. Mount all receptacles in a vertical position. B. Standard receptacles shall be duplex, grounding type, rated at 20 amperes, 125 volts AC. Exterior receptacles shall be duplex, grounding type, ground fault interrupting, 20 AMP, 120 volt, Model 6898-HGG with Model 4998 cover by Leviton or approved equal. D. Receptacles in bathrooms shall be ground fault protected. END OF SECTION 16175 - RECEPTACLES DMSION 16- Page 11 of 36 · DIVISION 16 - ELECTRICAL SECTION 16176 - SWITCHES GENERAL .MI switches shall be flush mounted. Verify all mounting heights before installing to be certain that there will be no interference with equipment of other trades as to location, etc.' and compliance with hazardous location requirements, if any, of the NYBFU and NEC. Single poles, three pole and four-way switches shall be fully rated at 20 amperes, 125 volts, AC quiet line .type, white, by Leviton or approved equal. END OF SECTION 16176 ~ SWITCHES DIVISION 16 - Page 12 of 36 DIVISION 16 - ELECTRICAL SECTION 16177 - DEVICE PLATES GENERAL A. Provide a cover plate for each outlet installed. B. Plates shall be metal (painted), by Leviton or approved equal. C. Cover plates for junction boxes shall be flat galvanized. D. Where more than one device is mounted in one outlet box or where two or more outlet boxes are installed adjacent to each other, the face plate shall be a common "Gang" type. END OF SECTION 16177 o DEVICE PLATES DMSION 16 -Page 13 of 36 · DIVISION 16 - ELECTRICAL SECTION 16190 - SUPPORTING DEVICES GENERAL A. All raceways shall be supported from the building structnre by means of approved type hangers, clamps or straps as conditions require. This excludes raceways concealed in concrete slabs. B. Hangers, clamps or straps shall be securely anchored to building's smlctnre by means of bolts or inserts as required. C. Raceways shall be supported at intervals of not over I0 feet for 1-1/4" and larger, 8 feet for 1!' and 3/4", and 6 feet for 1/2" END OF SECTION 16190 - SUPPORTING DEVICES DIVISION 16 - Page 14 of 36 DIVISION 16 - ELECTRICAL, SECTION 16191 - EXPANSION JOINTS GENERAL A. All raceways crossing expansion joints shall be placed so as to compensate for movement o£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 DIVISION 16 - ELECTRICAL SECTION 16192 - SLEEVES GENERAL Provide-conduit sleeves in connection with all conduits passing through concrete walls and floor slabs. Sleeves shall be set in concrete construction before pouring and shall be waterproof type. Locate, set and anchor all sleeves in a substantial manner so that they will not become displaced. All sleeve locations shall be subject to the approval of the Engineer prior to consm~ction of same. Where conduits pass through exterior foundation walls or slab on ground, sleeves shall be provided and set by the Contractor. Sleeves in exterior of building walls below grade shall be installed with approved caulking between sleeves and conduit to make it waterproof. Conduit sleeves shall extend past walls or above floors at least 2 inches. The space between 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 between risers and sleeves. END OF SECTION 16192 - SLEEVES DIVISION 16 - Page 16 of 36 DIVISION 16 - ELECTRICAL SECTION 16231 - EMERGENCY STANDBY GENERATOR GENERAL The Electrical Contractor shall remove the existing standby generator, day tank, and transfer switch for reuse on the proposed Transfer Building. The Electrical Contractor will be responsible for the relocation, temporary storage, safeguarding and reinstallation of the standby generator, day tank, and transfer switch. The Electrical Contractor shall be responsible for providing the proposed concrete generator slab, conduit, 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 DIVISION 16 - ELECTRICAL SECTION 16402 - UNDERGROUND ELECTRIC SERVICE WORK INCLUDED The Contractor shall furnish and install all labor, equipment, materials and incidentals necessary to provide electrical ser~Sces to the proposed locations shox~n on the Drawings. Service shall be 3-phase, 600 AMP, 240/120 voR, Delta service. Service shall be from existing LIPA pole located on the east side of the site. Service entrance cables shall be in conduit for the full length. Conduit shall be marked with metallic top buried 6" deep in service trench. Tape shall be marked "Caution - Buried Electric Line" or approved equal. Closely coordinate this work with the Long Island Power Authority prior to subm/tting the bid so there are no misunderstandings as to the extent and character of the work and charges involved. Include all utility company (if applicable) charges in the bid. All trenches shall be backfilled in 6" lifts. Backfill shall be clean sand from on site up to within 6" of finish grade. The top 6" of back_fill shall be screened topsoil. Backfill shall be thoroughly consolidated with mechanical tampers to 95 percent of the standard proctor value for soil used. Soil shall be at optimum moisture content for backfill operation. MATERIALS The material specification for all conductors and conduits shall conform to the other sections of this Division as is appropriate, indicated on the contract drawings and or as directed by the engineer. Feeder cable shall be as shown on the Construction Drawings. Cable shall be marked with metallic tape buffed 6" above the service conductors. Tape shall be marked "Caution ~ Buffed Electric Line" or approved equal. METHOD OF CONSTRUCTION The Contractor shall perform the electrical services installation in accordance with 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 backfiiled in 6" lif~s. Backfill shall be clean sand and gravel from on site. Backfill shall be thoroughly consolidated with mechanical tampers to 95 pement of the standard proctor value for soil used. Soil shall be at optimum moisture content for backfill operation. DIVISION 16 - Page 18 of 36 DMSION 16 - ELECTRICAL D. All underground trenches shall comply with Article 300.5 of the NEC. END OF SECTION 16402 - UNDERGROUND ELECTRIC SERVICE DIVISION 16 - Page 19 of 36 DIVISION 16 - ELECTRICAL SECTION 16430 - METERING GENERAL A. The Contractor shall furnish and install electric metering equipment in accordance x~Sth LIPA requirements. B. The metering equipment shall be furnished with a main disconnect located below the actual meter and be accessible from the exterior of the proposed transfer building. END OF SECTION 16430 a METERING DIVISION 16 - Page 20 of 36 DI¥qSION 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 requ'ucments of the New York Sate Building Code and National Electric Code. Size of ground conductor shall be as required to suit the conditions. B. The Contractor shall furnish all labor and materials necessary for grounding connections as required by the Long Island Power Authority. This includes the grounding of all apparatus furnished under other sections of the scope of work for the project. C. Exposed, non-current carrying metal parts of fixed equipment which is liable to become energized, shall be grounded under any of the follo'abLng conditions: 1. Where equipment is supplied by means of metal-clad wiring. 2. Where equipment is located within the reach of a person who can make contact with any grounded sm'face or object. 3. Where equipment is located within the reach of someone on the ground. 4. Where equipment operates with any terminal 120 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 DIVISION 16 - ,ELECTRICAL SECTION 16475 - TEMPORARY LIGHT AND POWER GENERAL The Electrical Contractor shall provide and maintain temporary power and light to the Proposed Transfer Station and Residential Dropoff Facility during the entire construction period as may be required. The Electrical Contractor shall connect to an existing onsite service to remain or 'install temporars' metering and make all arrangements with Power Company for temporaD' construction service for working purposes and for the safety of all personnel. The General Contractor shall pay all energy charges incurred by use of temporary, power. The Electrical Contractor shall provide all necessary materials and labor to make power connections for equipment, machines, electric hand tools, etc. as used by all trades. Temporar5r lighting at construction trailers shall be available at all tunes. Provide full time safety lighfmg 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 fuse boxes, feeders, branch circuit wiring and sockets, lamps and lock type lamp guards distributed for adequate general working light and not less than one 150 watt lamp for ever5' 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 service shall be installed as soon as General Construction progress permit and may be used for temporary light and power. The temporary light or power shall remain as long as it is needed or until it is replaced by permanent electrical utility. 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 &Fire Underwriters' specifications and shall bear the Underwriters' label. C. Ballasts for fluorescent fixtures shall be ffPF, 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 framing shall be furnished and installed when required to support the fixtures. F. Famish 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. C. 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. DIVISION 16 - Page 23 of 36 DMSION 16 - ELECTRICAL All fixtures shall be installed at locations shovm on the Plans. Minor deviations from locations shown will be allowed to obtain s,vmmetrical 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. Furnish the correct flanges, piaster 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. The building interior overhead contactors may be placed at the contractor's discretion to allow switching shown on the plans.. EXIT LIGHTING Exit signs as shox~aa on Transfer 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 Under~vfiters' specifications and shall bear the Underwriters' label. Fixtures shall be complete with new lamps of sizes and types as indicated. Lamps shall be as manufactured by Lithonia, Sylvania, General Electric, Westinghouse or approved equal. All fluorescent lamps shall be energy conservation ope such as Watt Miser II. All fixtures shall be installed at locations shown on the Plans. Minor deviations fi.om locatioffs 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 insblled when required to support the fixtures. END OF SECTION 16510 - INTERIOR BUILDING LIGHTING DMSION 16 - Page 24 of 36 DIVISION 16 - ELECTRICAL SECTION 16520 - EXTERIOR BUILDING LIGHTING 1. FLOURESCENT WALL LIGHTS Fixtures shall be Glare Briner 23W fluorescent wall mounted light model # GB-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-offoptic design. Fixtures shall be complete with new lamps of sizes and types as indicated. Lamps shall be Parmsonic'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 (~ccur. 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 DMSION 16 - ELECTRICAL SECTION 16521 - STREET LIGHTING SUBMITTALS Product Data: Catalog sheets, specifications and installation instructions. Include candlepower distribution curves for each type fix-mm if different from Company or catalog number specified. QUALITY ASSURANCE List of Completed Installations for Lighting Standards and Luminaires: If biand names other than those specified are proposed for use, furnish the name, address, and telephone number of at least 5 comparable installations xvhich can prove the proposed products have operated satisfactorily for 3 years. LIGHTING POLES Steel 4" Straight Square Poles: Pyramid Light'mg Group, Inc.'s, Gardco Lighting 'Gullwing" 13 Poles Series SSS 16-4-1 l, or approved equals having: I. 16' height. 2. Pole shall be steel plate longitudinally welded providing a minimum yield strength of 36 KSI. 3. Removable top cap. 4. Handhole opening shall be reinforced with cover plate and attachment screws. The handhole shall be located 1800 with respect to the lumina/re arm. 5. Base cover shall completely conceal the entire base plate and anchorage. 6. Anchor bolts shall be cold rolled steel with minimum 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 4½ inch right angle leg. Anchor bolts to be completely hot dipped galvanized. Include 2 galvanized nuts, 1 lock washer and 2 flat washer with each bolt. Template for setting anchor bolts. 8. Finish color shall be natural aluminum. LIYMINAIR S Luminaires - Arm Mounted: Pyram/d Lighting Group, Inc.'s, Oardco Lighting 'Gullwing" Series or approved equals. The luminaries shall be as follows: Type SA - Model Gl3 - 1 - 3XL - 150HPS - 240 -NP - LF PC Type SB - Model G13 - l - 4XL - 150HPS - 240 - NP - LF PC, Having: 1. Housing to be one piece die cast aluminum that mounts dia'ectly m a pole. 2. Lens assembly is a single piece die cast aluminum lens flame. An optically clear, heat and impact resistant tempered flat 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 aluminum which has been electrochemically brightened, anodized and sealed. DIVISION 16 - Page 26 of 36 · DIVISION 16 - ELECTRICAL 4. Electrical components to be UL recognized and factory tested. The ballast shall be capable of providing reliable lamp starting down to -20°F. 5. Finish shall be fade and abrasion resistant, electrostatically applied, thermally cured textured TGIC powder coat. Finish color shall be natural paint. 6. All fixtures to bear UL and CSA labels. 7. High Pressure Sodium lamp, 160 watt. 8. Luminaire suitable for operation voltage indicated on drawings. 9. Photoelectric control. CONCRETE BASES As detailed on the drawings. Bases may be precast or poured in place. RIGID NONMETALLIC CONDUIT PVC Plastic Conduit and Fittings: Carlon Electrical Sciences Inc.'s Plus 40, Certain Teed Corp.'s Schedule 40, National Pipe Co.'s Schedule 40, or Queen City Plastic Inc.'s Schedule 40. FUSE HOLDERS AND FUSES Enclosed waterproof in-line fuse holders rated 600 volts, Bussmann Mfg. Div. McGraw-Edison Co.'s TRON waterproof fuseholder Symbol HEB with fuses rated 600 volts, Buss Symbol KTK. GROUT L&M Const. Chemicals Inc.'s Crystex, Protex Industries Inc.'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 & Betts Co.'s Crrid and Ground Rod System. Indent Type: Bumdy Corp.'s Hydent, 'or Thomas and Betts Corp.'s Compression Connectors. INSULATED GROUNDING BUSHINGS Appleton Electric Co.'s GIB-50 Series, Gould In~.'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. DMSION 16 - Page 27 of 36 DMSION 16 - ELECTRICAL PREPARATION Before installing any Work, lay out the proposed course for the conduits, location of lighting standards, etc. and trove san~e approved. 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 connections. 3. Install light'mg standards vertical. The maximum allowable shimming is 1/8 inch. After sh/mming, 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 watertight. 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 may 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. Grounffmg: I. Provide a bare copper equipment grounding conductor (same size as phase conductors) installed within the conduit. Terminate and bond equipment grounding conductor with suitable fttting in panel. 2. Bond lighting standards, conduit and equipment grounding conductors in lighting standard base with indent type 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 type 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. DMSION 16 - Page 28 of 36 DIVISION 16 - ELECTRICAl, D. Wiring Inside Lighting Standards: Install Type THW, XHHW, THWN or Type USE insulated conductors from fuse holder to luminaire. END OF SECTION 16521 - STREET LIGHTING DIVISION 16 - Page 29 of 36 .DIVISION 16 - ELECTRICAL 16720 - TELEPHONE DISTRIBUTION SYSTEM GENERAL The Contractor shall provide a complete operable system of conduit and telephone cable to the existing and proposed buildings within the contract area and as shown on the construction plans. The central distribution point for the telephone 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 ~vithin the building. Minimum size of conduit shall be 1-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 between terminals or splice boxes shall contain no more than two 90-degree bends, or their equivalent. Conduit connectors for electrical metallic robing shall be compression t)~pe only and all conduit joints shall be reamed and ends fitted with bushings. All PVC connections shall be glued and sealed per the robing manufactures standard requirements. Telephone Cable shall be Cat 6 Enhanced Plenum Network Cable, Blue 4pr 23awg, UL Listed. All telephone conduits shall be fitted with two (2) nylon drags for pulling of telephone cables. METHOD OF CONSTRUCTION All wo?k 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 th6 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 homing one (1) . coaxial service line. Radius of conduit bends shall be at least ten times the conduit diameter and conduit rtms between terminals or splice boxes shall contain no more than two 90-degree bends, or their equivalent. Conduit connectors for electrical metallic tubing shall be compression type only and all conduit joints shall be reamed and ends fitted with bushings. 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 counect the proposed coaxial cable into the distribution systems of the Administration Building and Weigh Facility. END OF 16722 - COAXIAL CABLE DISTRIBUTION SYSTEM DMSION 16- Page 31 of 36 .DMSION 16 - ELECTRICAL SECTION 16880 - ELECTRIC BASEBOARD HEATER GENERAL The Contractor shall install baseboard heaters as shown 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 HBB 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 DMSION 16 - Page 32 of 36 D~IVISION 16 - ELECTRICAL ,SECTION 16885 - ELECTRIC 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. MATERIALS The heaters to be furnished shall be wired for 240 volts 3-phase. METHOD OF CONSTRUCTION The Contractor shall perform all electrical WOrk 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 Mocline Indoor Air Solutions. or approved equal by Engineer / Architect. B. Mounting height of the units shall be 20' above finished floor. The Electrical Contractor shall furnish all necessary strut and bracing required for heater installation to the building structure. C. Both heaters shall be controlled by a common wall thermostat. END OF SECTION 16885 - ELECTRIC OVERHEAD SPACE HEATER DIVISION 16 - Page 33 of 36 DIVISION 16 - ELECTRICAL SECTION 16895 - ELECTRIC WATER HEATER GENERAL The Plumbing Contractor shall furnish and install the ~vater piping to the proposed ~vater heater and the Electrical Contractor shall perform the electrical connection. END OF SECTION 16895 - ELECTRIC WATER HEATER DIVISION 16 - Page 34 of 36 DIVISION 16 - ELECTRICAL SECTION 16896 - EXHAUST FANS Bathroom shall be equipped with an exhaust fan capable of exhausting 60 CFM. Fan shall be Solitaire Ventilator Model No. S130 as manufactured by Broan or approved equal. Exhaust shall be ducted with 4" flexible duct to building exterior. Exhaust fan duct shall be terminated with 4" plastic sidewall damper with screen. Control switch for bathroom shall be 60 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 DMSION 16 - Page 35 of 36 O, DIVISION 16 - ELECTRICAL SECTION 16902 - ELECTRICAL GENERAL The Electrical Contractor shall be responsible to provide all power wiring to miscellaneous equipment located within the project area. Items that shall require wiring includes, but not limited to diesel fuel tank, roll-up doors, exhaust fans, methane detection, surveillance system, and exit signs. END OF SECTION 16902 - ELECTRICAL DIVISION 16 - Page 36 of 36 SWYV1 \) - ""'Q.~.(, 4 C~u."'^- Board Meeting of April 25, 2006 .-~ ~-<< RESOLUTION 2006-386 ADOPTED Item # 41 DOC ID: 1784 TillS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2006-386 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON APRIL 25, 2006: RESOLVED that the Town Board of the Town of South old hereby authorizes the followine modifications to the Town's Contract with Robbins & Cowan. Inc. for construction of the Cutchone Transfer Station: A) Reduce Contract Item # 37(radiation detection devices) by $19,900; increase Contract Item # I (General Conditions) in the amount of $8,682 to provide for installation of elctrical conduit for possible future site lighting. B) Increase Contract Item # 42 (Fire Well) by $16,500 to accommodate Building Department requirements for a 500 gpm well; increase Contract Item # 16 (8" concrete slab) by $42,183 to allow for the replacement of asphalt pavement with concrete in critical area subject to heavy surface wear. And hereby be it further RESOLVED that these modifications be identified as Transfer Station Construction Project Change Order Nos. 2. and 3 respectively, AND that such change orders will be offset by savings in the Town Responsiblities portion of the project and will result in NO NET INCREASE to the overall project cost. ~~r;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 SCOTT A. RUSSELL Supervisor PATRICIA A. FINNEGAN TOWN ATTORNEY patricia.finnegan@town.southold.ny.us KIERAN M. CORCORAN ASSISTANT TOWN ATTORNEY kieran.corcoran@town.southold.ny.us Town Hall Annex, 54375 Route 25 P.O. Box 1179 Southold, New York 11971-0959 Telephone (631) 765-1939 Facsimile (631) 765-6639 OFFICE OF THE TOWN ATI'ORNEY TOWN OF SOUTHOLD MEMORANDUM To: Ms. Elizabeth A. Neville, Town Clerk From: Lynne Krauza Secretary to the Town Attorney Date: June 27, 2006 Subject: New Transfer Station - Change Order Nos. 2 and 3 For your records, I am enclosing an original, fully executed Change Order NO.2 and Change Order NO.3 in connection with the referenced matter. Also attached is a copy of the resolution authorizing Scott to sign same. If you have any questions, please do not hesitate to call me. Thank you for your attention. Ilk Enclosures cc: Mr. James Bunchuck, Solid Waste Coordinator (w/encls.) .. ~ Li[j\\j\ L. K. McLean Associates, P. C. CHANGE ORDER NO.2, CONTRACT ENTERED INTO BY ROBBINS & 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' 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 HF~ A HANDS AND SEALS, Richard Robbins, Treasurer, Robbins and Cowan I Dated: ~/ ill ~4~'# Supervisor and/or Deputy Supervisor Dated: 6h~~~ I' , G~ I-'~ L.K. McLeao Associates, P.C. Consulting Engineers b\~ Dated: wn Attorney Approval as to Legal Sufficiency Only l Dated: t, liD 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 of 4 . LOI['\\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: 611j(;~ , Q~~.~ L.K. McLean Associates, P.C. Consulting Engineers Dated: \ol~\ 010 ff-1r1- Town Attorney Approval as to Legal Sufficiency Only Dated: bhl06 Change Order 3- RC Page 4 of 4