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