Loading...
HomeMy WebLinkAboutAnimal Shelter Building ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOVflNG RESOLUTION NO. 549 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 27, 2002: RESOLVED that the Town Board of the Town of Southold hereby reiects any and all bids received on January 17~ 2002 for the construction of a new animal shelter. Elizabeth A. Neville Southold Town Clerk JOSHUA Y. HORTON SUPERVISOR TOWN HALL - 53095 MAIN ROAD Fax. (516)-765- 1366 JAMES A. RICHTER, R.A. ENGINEER TO'C~q OF SOUTHOLD, NEW YORK 11971 Tel.(516)-765- 1560 OFFICE OF THE ENGINEER TOWN OF $OUTHOLD August 15, 2002 Elizabeth A. Neville Town Clerk Town Hall, 53095 Main Road Southold, New York 11971 Re: Animal Shelter Bids Dear Mrs. Neville: Please review the status of Bids received for the construction of the New Animal Shelter with the Town Board. I have been contacted by at least one of the Bidders who would like to terminate the Bid Bond they have in place. To the best of my knowledge, this project has been terminated due to the fact that the Bids received were in excess of the Funds available for construction. A new shelter design has been generated and efforts to raise funding has begun in earnest. At this time, I would recommend a resolution to reject all bids for the project. If you have any questions concerning this matter, please contact my office. CC: Greg Yakaboski (Town Attorney) ames A. Richter, R.A. ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 549 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 27, 2002: RESOLVED that the Town Board of the Town of Southold hereby re[ects any and all bids received on January 17~ 2002 for the construction of a new animal shelter. Elizabeth A. Neville Southold Town Clerk JOSHUA Y. HORTON SUPERVISOR TDWN HAL[. - 53095 MAIN ROAD Fax. (516)-765-1366 JAMES A. RICHTER, R.A. ENGINEER TO X3FN OF SO UTHOLD, NEW YORK 11971 Tel.(516)-765- 1560 OFFICE OF TItE ENGINEER TOWN OF SOUTHOLD August 15, 2002 Elizabeth A. Neville Town Clerk Town Hall, 53095 Main Road Southold, New York 11971 Re: Animal Shelter Bids Dear Mrs. Neville: Please review the status of Bids received for the construction of the New Animal Shelter with the Town Board. I have been contacted by at least one of the Bidders who would like to terminate the Bid Bond they have in place. To the best of my knowledge, this project has been terminated due to the fact that the Bids received were in excess of the Funds available for construction. A new shelter design has been generated and efforts to raise funding has begun in earnest. At this time, I would recommend a resolution to reject all bids for the project. If you have any questions concerning this matter, please contact my office. CC: Greg Yakaboski (Town Attorney) ames A. Richter, R.A. RESOLUTION AUGUST 27, 2002 V - 549 RESOLVED that the Town Board of the Town of Southold hereby re,[ects any and ,all bids received on January 17~ 2002 for the construction of a new animal shelter. V - 549 RESOLUTION AUGUST 13, 2002 RESOLVED that the Town Board of the Town of Southold hereby rciects any and all bids received on January 17, 2022 for the construction of a new animal shelter. PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF TIJE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED .,t,,/,,q -- THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: SJS Construction Co., INc. BIDDER'S ADDRESS: 430 Falmouth Road, West Babylon, New York 11704 SIGNED BY: TITLE: President DATE: January 16, 2002 TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: (631) 893-3060 NIGHT: (516) 523-3624 FAX:(631) 893-30fi2 FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHACA1-01 P-BG(4OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC A 1-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM IA - BONDS AND INSURANCES Written in Words): ($ ) ITEM 1B - DESIGN AND ENGINEERING Written in Words): ($ ) ITEM lC - GENERAL REQUIREMENTS Written in Words): ($ ) ITEM 1D - PROJECT SUPERVISION Wrinen in Words): ($ ) ITEM 2 DIVISION 15- MECHANICAL EQUIPMENT Written in Words): ($ ) ITEM 3 - DIVISION 15 - CONTROLS Written in Words): ($ ) ITEM 4 - DIVISION 15 - ALL OTHER MECHANICAL ITEMS (Written in Words): ($ ) ITEM 5 - PROJECT CLOSEOUT (Written in Words): ($ ) ITEM 6 - AS-BUILT DRAWINGS (Written in Words): ($ ) TOTAL BASE BID (ITEMS IA THRU 6) (Written in WOrds):'" ($ ~ ) ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included iu the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. SHAC Al-01 P-BH (1 OF 4) 12/03/01 PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE Pursuant to Section 103-D of the General Municipal Law, the Contractor makes the following statement under penalty of perjury, and by submission of this bid or proposal, the Bidder certifies that: (a) this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) this bid or proposal has not been knowingly disclosed and will not be knowingly disclosed prior to the opening of the bids or proposals for this project to any other bidder, competitor or potential competitor; (c) no attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) the person signing this bid or proposal certified that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the Bidder as well as to the person signing in its behalf; (e) attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signatory of the bid or proposal on behalf of the corporate bidder. Resolved that sJs Construction Co., Inc. be (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following project: Town of Southhold Animal Shelter Building (Name o f Project) and to include in such bid or proposal the certificate as to non-collusion required by Section 103- D of the General Municipal Law as the act and deed of said corporation; and for any inaccuracies or misstatements in such certificate, this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by sJS Construction Co. at a meeting of its Board of Directors held on the 16 day of January , 2(D2. (Seal of the Corporation) Secretary: Deniz Gurcan Respectfully submitted, FIRM N32ME: SJS Construction Co., Inc. FIRM ADDRESS: 430 Falmouth Road West Babylon, NY 11704 SIGNED BY: 'X~~ PRINT NAME: Deniz Gurcan TITLE: President SHAC Al-01 PD-1 OF 1 10/08/01 PROPOSAL OFFER OF SURETY In the event the above Proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful performance bond, and on bond to protect labor and material, the following Surety: (Name of Surety Company) SIGNED BY (Name of Bidder) CERTIFICATE OF SURETY, to be signed by a duly authorized official, .agent or attorney of the Surety Company. In the event that the above Proposal is accepted and the Contract for the work is awarded to said: the (Name of Bidder) (Name of Surety Company) will execute the Surety Bonds as hereinbefore provided. SIGNED (Authorized Official, Agent or Attorney) Dated: ,20 SHAC Al-01 PE-1 OF 1 10/08/01 PROPOSAL BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal and (Bidder's Name) as Surety are (Name of Surety) hereby held and firmly bound unto the Town of Southold, Suffolk County, New York, as Obligee, in the penal sum off ($ ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heim, executors, administrators, successors and assigns. Signed this __ day of ,20__ The condition of the above obligation is such that, whereas, the Principal has submitted to the said Town, a certain Proposal dated to enter into a contract in writing, for the work described in the contract documents for: NOW THEREFORE, (a) If said Proposal shall be rejected, or, in the alternate (b) If said Proposal shall be accepted and the Principal shall execute and deliver a contract properly completed in accordance with said Proposal and shall furnish the Performance Bond and the Labor and Material Bond with a Surety Company authorized to do business in the State of New York as Surety on each bond, and shall in all other respects perform the agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. SHAC Al-01 P-F - 1 OF 4 10/08/01 ~,~ PROPOSAL The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the Obligee may accept such Proposal; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunder set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereunto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (SEAL) By: (Principal) (SEAL) (Surety) By: SHAC Al-01 P-F-2 OF4 lW08~l PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION STATE OF New York ) ) SS: COUNTY OF Suffolk ) Deniz On this 16 day of January before me personally came and appeared .Gg.r. aan_~ to me known, who, ~-eing by me duly sworn, did depose and say that he restdes at 18 Ernest Ct. that he is the Pres. of' SJS Const., the corporation described in and which executed the foregoing instrument; tha-h-~-he kn~al of said corporation; that one of the impressions affixed to said instrument is an impression of such seal; that it was so ~fffixed by order of the directors of said corporation; ,and that he signed his name thereto by like order. (SEAL) NOTARY PUBLIC ACKNOWLEDGEMENT OF PRINCIPAL, IF A PARTNERSHIP STATE OF ) ) SS: COUNTY OF ) On this __ day of ,20__ before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC Al-01 P-F - 3 OF 4 10/08/01 ~,~ G ~2(.~ U PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF AN INDIVIDUAL STATE OF ) ) SS: COUNTY OF ) On this__ day of , 20__ before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC Al-01 P-F - 4 OF 4 10/08/01 BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, SJS Construction Company, Inc. 430 Falmouth Road West Babylon, New York 11704 and thc RLI Insurance Company of Peoria , a corporation duly organiznd under · as Surety, hereinafter called thc Surety, arc held and firmly bound unto thc laws o£the State of Illinois Town of Southold Route 25, Southold, New York as Obligee, hereinalter called thc Obiigce, in the sum of 5% of Amount Bid ................................................................ Dollars ($ 5% of Amount Bid ), for thc payment of which sum well and truly to be made, the said Principal and thc said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for New Steel Building Animal Shelter NOW, THEREFORE, if thc Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in thc bidding or Contract Documents with good and sufficient surety for the faitlfful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 14th day of Witness January 2002 SJS Construction Company, Inc. 430 Falmouth Road (Seal) Title Wime~ RLI Insura[~ompan~' //// S-0054/GEEF 12/~O FRP 9025N. Lindbergh Dr. · Peoria, IL 61615 POWER OF ATTORNEY Know Ail Men by These Presents: BOND NO. RNS- 1 1 6 3 4 0 That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may he detached by the approving officer if desired. That RLI INSURANCE COMPANY, an Illinois corporation, does hereby make, constitute and appoint Robcn J. Frcy in the City of Valley Sheba , State of New York its true and lawful Agent and Attorney-in-Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Five Million Dollars {$5,000,000) for any single obligation. The acknowledgement and execution of such bond by the said Attorney-in-Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI INSURANCE COMPANY further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to-wit: "All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the company by the President, Secretary, any Assistant Secretary, Treasurer, Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary and Assistant Secretary, or the Treasurer, may appoint Attorneys-in-Fact or Agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile.' (Blue shaded area above indicates authenticiW) IN WITNESS WHEREOF, the RLI Insurance company has caused these presents to be executed by its President with its corporate seal affixed this 1st day of January, 199--9. State of Illinois ) ) SS County of Peoria ) ~ o RL INSURANCE COMPANY On this 1st day of Janua~, 199-9, before me, a Notary Public, per- sonally appeared Jo. nathan E. Michael, who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI INSURANCE COMPANY and acknowl- edged said instrument to be the voluntary act and deed of said corporation. {~ Notary Public "OFFICIAL SEAL" CYNTHIA S. DOHM NOTARY PUBLIC, STATE OF ILLINOIS MY COMAAI~$~ON EXPIRES 02/24/02 CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corpora- tion of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and further- more, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimonywhereof, 1 have hereunto set my hand and the seal of the RLI Insurance Company this1 4th day of J~nn~ry 2~02. RLI INSURANCE COMP~ ~~ President SPA030 (6/99) P.O. Box 3567 RLI Insurance Company December 31, 2000 Admitted Assets Investments: Fixed Maturities ....................... $ 227,480,7E0 Equity securities ....................... 346,868,431 Shorl-term investments .................. 33,001,187 Real estate ............................. 6,106,743 Cash on hand and on debosit ................. (9,324,8471 Other invested assets ...................... 10.711.984 Ageots' balances ......................... 24,992.040 Investment income due and accnded ............ 4,336,E38 Funds held ................ 101,018 Reinsurance recoverabJe on paid tosses .......... 8.869,143 Recmvable from affiliates .................... 6,578,754 TotalAdmilted Assets ..................... $ 691,919,07~0 Liabilities and Surplus $ 198,241.920 115.620,205 12.211,860 650,428 13,$57,000 234.163 492r957 Total Liabifitie$ ........................... S 389r134,977 Common stock ........................ $ 10,000,375 Additional paid-in caoitaJ .................. 52,57E,474 Unassigned surplus ..................... 240r208~34~ Total Surplus ............................ $ 302.784,093 State of Illinois 155. County of Peoria Total Liabifities and ~urplus .................. $ 691~919~070 The undersigned, being duly sworn, says: That he is the Preaident of RL/ insurance Company; that said Company ~ a corporation duly organized, ex/sting and engaged in bus/ness in the State of Ne~' and has duly complied with ail the requirements of the laws of said State app#cab/e of said Company and is duly qualified to act as Surety under such laws; that said Company has a/so compiled w/th and is duly qua/if/ed tO act as Surety under the Act of Congresa approved July 1S47, 6U.S. C sec. E-13; and that to the best of his/:now/edge and belief the above statement ia full, true, and correct statement of the financial condition of the said Company on the 31st day of December 2000. Attest: Corporate Seal Affixed Jonathan E. Michael Camille ~, /Yensey Sworn to before me this 15th day of February 2001. ~ '~,.,~/'CHERIE L/vKDNTGOMERY~ Seal ~ ~.u,~.~J Co/v.u kuc~ eX~,,,~ ,l 02/o2/04~ Affixed C~erie £. Montgomery I~ M¥ commls=ion Expires Feb~ary 2. 2004 ~ State o/illinois M0058200 State of NEW YORK ] County of NASSAU J ACKNOWLEDGEMENT OF SURETY Bond No. On1/14/02 , before me personally came ROBERT J. FREY to me known, who, being by me duly sworn, did depose and say that she is an attorney-in-fact of RLIInsurance Company the corporation described in and which executed the within instrument; that she knows the corporate seal dj: said corporation; that the seal affixed to the within instrument is such corporate seal, and that she signed the said instrument and affixed the said seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. My commission ¢~pires ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATI©N SLATE OF NEW yORK, ., )ss: COUNTY OF ~t~~ ) the /4fi-' day of in the year- , befor me personally came ~E'M/Z. g ~/~'C~}gL/ to me known, who, u¢ing by ma duly sworn, did depose and say that (s)he resides at ~-~..~*, that (s)h_e is the ~ .~ SJS Con~rnnei~n ~mp~n!~, Inc. , the corpora- uon described in and w~ch executed the above instrument; and that (s)he s~gned her/his name thereto by order of the Board of Directors of said corpo- ~T~ ~C, STA~ OF N~ YORK / RE~ON, 01~la03,a12 N°ta~ Pu~i~ ~ ~MI~ION ~[RES APRIt ~o on 0 ~ AC~OWL~~T OF P~NCiPAL, IF A PAICi'NERSH~P STATE OF )ss: JC. UNTY OF __.) On the day of, in the year 19 , before me personally came , to me known and known to me to be a member of the firm ___ . , described in and who executed the foregoing u~strument, and (s)he duly acknowledged to me that (s)he executed the same ~or and in behalf of said firm for the uses and purpose mentioned?erein. Notary Public ACKNOWLEDGEMENT OF PRINCIPAL, IF AN ENDIV1DUA~ ?;[ATE OF ) ss: ~.OUNTY OF ) On the day of in the year 19 , before me personally came , to me known and kaxown to me to be the person described in and who executed the foregoing instrument and (s)he duly acknowledged that (s)he executed the same.. Notary Public QUALIFICATION OF BIDDERS TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK The Town may make such investigation as the Town deems necessary to determine the responsibility of any Bidder or to determine the ability of any Bidder to perform the Work. Bidders shall furnish to the Town all information and data required by the Town, including complete financial data, within the time and in the form and manner required by the Town. The Town reserves the right to reject any bid if the evidence required by the Town is not submitted as required or if the evidence submitted by or the investigation of any Bidder fails to satisfy the Town that the Bidder is responsible, or is able or qualified to carry out the obligations of the Contract or to complete the Work as contemplated. Item A (pages 2-3) are to be copied and completed by all members of the design/build team. Items B -K (pages 4-8) are to be completed by the contractor only. Item L (pages 9-17), New York State Uniform Contracting Questionnaire, is to be completed by the lowest Bidder AFTER RECEIPT OF BIDS, if requested by the Town, and may be used to assist in determining the Bidder's qualifications. SHAC Al-01 QB- 1 of 8 10/18/01 QUALIFICATION OF BIDDERS A. The following is a list showing the name of the Owner, Location, Date of Construction, General Description of Work, Amount of the Contract and Contract Period for projects of similar nature in size, construction method and construction procedure, which have been completed by the undersigned as the prime contractor, and which have been in operation for a period of not less than one year, (minimum of five such projects). Project No.1 Owner: Touro College Contact Name and Phone Number: Akiva Kobre 212-463-0400 Location: Bay Shore General Description: Complete Renovation Contract Amount: $2,000,000.00 ContractPeriod: September 1997 through January 1998 Project No.2 Owner: Mineola Post Office Contact Name and Phone Number: Maria Mesimeris (H2M Group) 631-756-8000 Location: Mineola, New York General Description: Renovation Contract Amount: $850,000.00 Contract Period: May 2000 - November 2000 SHAC Al-01 QB- 2 of 8 10/18/01 t1~ G~OLJP QUALIFICATION OF BIDDERS Project No.3 Owner: North Fork Bank Mattituck, NY Contact Name and Phone Number: Greg Siliris Location: Mattituck, New York General Description: Bank Addition 631-298-3281 Contract Amount: $850,000. oo Contract Pefiod: March 1999 - October 1999 Project No.4 Owner: PEP Boys Contact Name and Phone Number: Location: East Meadow, New YOrk General Description: New Building (ground up) Contract Amount: Contract Period: $1,475.277.00 March 1998 - September 1998 Project No.5 Owner: Atla.ntic 0ceanside Ltd. Contact Name and Phone Number: Location: Oceanside~. New York General Description: New Building (ground up) Contract Amount: $1., 307,923.00 Contract Period: 7 Months SHAC Al-01 QB- 3 of 8 10/18/01 QUALIFICATION OF BIDDERS Size of construction crew to be maintained on a regular basis for this contract: 5 men Superintendent's Name: Kev±n Kellam If other than corporation or partnership, describe organization and name principals: Have you ever failed to complete any work awarded to you? lfso, note when, Where and why: NO Has any officer or partner of your organization ever been an officer or a partner of another organization that failed to complete a construction contract? If so, state circumstances: NO List the construction experiences of the principal individuals of your organization: See Attached SHAC Al-01 QB-4of8 10/18/01 14~ G~OUP QUALIFICATION OF BIDDERS Trade references: MarSam Supplies Acme Architectural Farmingdale, NY 631-249-2900 John Montouri West Babylon, NY 631-893-5555 Mark Teich Pleasant View Plumbing Amityville, NY 631-789-0202 Joseph Ozwald Bank references: North Fork Bank Sunrise Hwy. Bohemia, NY Mr. William Miller 631-244-5256 Name of Bonding Company and name and address of agent: RLI Insurance Company Robert J. Frey Agency Surety Division 26 West Merrick Avenue 9025 N. Lindberg Drive Valley Stream, NY 11580 Peoria, IL 61615 We normally perform 20% of the work with our own forces. We intend to perform 20 % of the work on this project with our own forces. List trades below of work to be subcontracted or that may be subcontracted: Excavation Carpentry Concrete Steel Paint SHACA1-01 QB- 5 of 8 10/18/01 Id~,~ C- F~.OU P QUALIFICATION OF BIDDERS K. The following is a list of the major areas of construction work under this contract to be performed by subcontractors to the bidder, showing the Type of Work and the name of the Owner, Location and Date of Construction for work of similar nature in size, construction method and construction procedure, which have been completed by the undersigned, and which have been in operation for a period of not less than one year, (minimum of five such projects). Subcontractor Name: General Steel Corporation Type of Work: Steel Owner Contact Name Phone Number J.D.Donelson 303-904-4837 Subcontractor Name: Roebell Painting Type of Work: Paint Location Lakewood, CO Contract Amount Owner Contact Name Phone Number 631-471-6200 Location Contract Amount Ronkonkoma, NY SHACA1-01 QB- 6 of 8 10/18/01 Iq~ GP. OUP QUALIFICATION OF BIDDERS Subcontractor Name: A J V Construction Corp. Type of Work: Excavation Owner Contact Name Phone Number 631-218-0520 Subcontractor Name: Concrete Structures Type of Work: Concrete Location Contract Amount Bohemia, New York Owner Amerieo Contact Name Phone Number same 631-588-7613 Location Contract Amount Ronkonkoma, New York SHAC Al-01 QB- 7 of 8 10/18/01 I-t~ O-- FaO U P QUALIFICATION OF BIDDERS The Town of Southold reserves the right to reject any and all bids which do not include a completed qualifications section and/or do not meet the necessary qualifications criteria, for both prime contractor and subcontractors, as described within this qualifications section, for construction work to be performed and completed as required by the contract documents. BIDDER FIRM NAME: ADDRESS: PREPARED BY: SIGNED BY: TITLE: SJS CONSTRUCTION CO.. INC. 430 Falmouth Road, West Babylon, New York 11704 Deniz Gurcan President SHAC Al-01 QB - 8 of 8 10/18/01 construction company, inc. General Contractors · Construction Managers PRINCIPALS & KEY INDIVIDUALS Some background information on the key individuals at SJS Construction Co., Inc. is as follows: Deniz Gurcan: President A 1985 graduate of Plattsburg State University with a Bachelor of Science Degree in Business and Economics, he had eight years of construction experience as a project supervisor for MRF Industries prior to joining SJS Construction Co., Inc in 1993. As a project manager he played a major role on numerous jobs working with companies such as Pergament, Columbia University, Herman's, Old Westbury Golf and Country Club and Pathmark Supermarkets. In 1996 in recognition of his hard work, dedication, and superior working knowledge of many construction trades Deniz was promoted to Vice President in charge of construction. In spite of his construction workload Deniz still found the time to help out in the Sales and Marketing Department by bringing in new clients such as Home Depot, CVS Drug Stores, Adelphi University, Talbots Clothing, LILCO (Keyspan Energy), and North Fork Bank. On January 1, 2000 Deniz purchased SJS Construction Co., Inc. and became the Sole Proprietor. His goals include making sure that proper project management and quality relations are provided to all clients, new and existing, increasing the customer base, and focusing on a new direction for the firm including increased commercial services for the retail field. Frank C. Wedl: Chief Project Manager He holds a Bachelor of Science Degree in Building Construction Management from Pratt Institute. Frank joined SJS Construction Co., Inc. with extensive experience in retail and commercial construction, having worked for six years in Bloomingdale's Store Planning and Construction Division, followed by five years with Diesel Construction Company, a major building construction contractor and another eight years as Director for Store Planning and Construction for National Shoes, Inc., a national retail chain store operation. This was followed by a period of fourteen years as Vice President with a medium sized construction management firm performing projects for clients such as Home Box Office, Warner Communications, Manhattan Cable Television and Laura Ashley, Inc. More recently, Frank was associated with MRF Industries, Inc. as Senior Project Manager, where he completed several institutional projects, a shopping center, and numerous retail store installations. While at SJS Construction Frank has managed many projects for us some of which are: Pathmark Stores Inc. in Bay Shore, Staten Island, Woodmere, Commack, and Seaford; Federal Aviation; Payless Shoes, NJ; Walgreens, Oceanside; MAB Liquors; Pep Boys, East Meadow; Marketspan, Melville; LILCO, Hicksville; Tutor Time, Northport; North Fork Bank ATM, Ronkonkoma, Operations Center Addition, Mattituck, and Allstate Insurance, Garden City. 430 Falmouth Road · West Babylon, NY 11704 · Tel (631) 893-3060 Fax (631) 893-3062 construction company, inc. General Contractors · Construction Managers Steve Tews: Chief Estimator A graduate of NY University's School of Engineering, he worked for Garson-Bergman Inc., general contractors, as a Foreman, General Superintendent and finally as Chief Estimator. With Garson-Bergman he constructed the offices of Architects Paul Rudolf, Charles Gwathmy and Robert A. M. Stern, all of Manhattan. Steven has work on projects related with the following companies: YMHA, Disney, Designs for Business, Kaiser Aluminum, CVS Pharmacies and NY University to name a few. Frank Szelwach: Proj ect Manager/Marketing Director Having a business, sales, and construction background Frank started a construction division for the Polaris Corp. where he acted as ChiefEstimatoffProject Manager. Running seventeen men and trucks and bidding both public and private sector work, Frank personally ran projects such as the Nassau County Jail, Roslyn Firehouse, H. Lee Dennison Building, Smithtown Animal Shelter, Jamaica Savings Bank, Courtesy Drugs, Loehmanns Inc., Radio Shack, Bond Clothes, and others. After seven years with Polaris, Frank joined Tandem Construction for eight years, where he handled numerous school projects and worked with firms such as Goodyear Tire and Rubber, Geico Insurance, Lafayette Radio, and Executone Communications. He has also worked for Centurion Construction (an architectural and construction firm), Grillo Associates, where he acted as field liaison for the Architect and the Hartsdale School District in a major multi-million dollar construction project. While with SJS Construction he has completed many projects some of which were for Rite Aid Pharmacy, Revco Drug Store, Pergaments, Blockbuster Video, Dr. Davis Optical Clinic, Econo Lodge hotel and an 80,000 square foot, three-story renovation for Touro College in Bay Shore. Frank LoCascio: Project Manager Frank has extensive experience as both a field superintendent and project manager. He has worked in these capacities with Auriga Building Corporation, Star Circle Construction Corporation, J & S Industries, Highland Construction, James A. Smith, Kulka Construction Management Corporation and MRF Industries. Frank was involved in the design construction of the Central Islip Campus of the New York institute of Technology, and worked on major projects such as Starret City Housing Complex and the Seaman's Furniture Warehouse Facility in Central Islip. Frank coordinated projects for Roy Rogers, McDonalds Fast Food, CoCos Restaurant and renovations for 3 Pathmark Supermarket stores. Other chains he has constructed or renovated for were Sears Outlet Store in Rocky Point, Consumer Distributors and Times Square Stores. 430 Falmouth Road · West Babylon, NY 11704 · Tel (631) 893-3060 Fax (631) 893-3062 construction company, inc. General Contractors · Construction Managers Greg Edwards Expeditor/Coordinator: Having studied Architecture and Design in school Greg became a partner in his own firm, which he ran for five (5) years. After joining SJS Construction in a field supervisor capacity he handled several projects for Pergament, North Fork Bank, Revco Drugs, and Rite Aid Pharmacies. Due to his energetic nature, determination and attention to detail Greg was promoted last year and is now in charge of scheduling all of the men, expediting all materials needed and estimating many of the smaller projects we do for Home Depot, North Fork Bank, and various Universities. Anthony Dzingelis: Jr. Project Manager Holds a degree in Architecture from Briarcliffe College. Anthony worked for Marine Midland Bank for eight (8) years, acting as their in house Architect and overseeing many of their construction projects. Anthony joined SJS Construction in 1994 and has handled numerous projects for Adelphi University, Keyspan, and North Fork Bank. Mina Field: Office Manager After receiving a Bachelor of Science degree in Accounting from SUNY Old Westbury, Mina went to work in the accounting field, where she worked for various CPA firms. After a number of years the accounting field no longer challenged Mina so she went to work for companies such as AT & T, where she was involved in Management along with accounting. Since joining SJS Construction, Mina's responsibilities include managing all day to day operations of the company such as supervision and hiring of office staff, coordination of project management, overseeing the bidding process, preparation of project closeout packages, troubleshooting computer problems, and coordination and follow up with the bookkeeping department regarding accounts payable and receivable. 430 Falmouth Road · West Babylon, NY 11704 · Tel (631) 893-3060 Fax (631) 893-3062 SiS construction company, inc. General Contractors · Construction Managers January 16, 2002 Job No. 01-429 TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING PRELIMINARY SCHEDULE: 1 Two Months 2. One Month 3. One Month 4. Two Months Planning and Engineering Excavation and Concrete Building Shell Carpentry and Finishes **Details and milestones to follow. 430 Falmouth Road · West Babylon, NY 11704 o Tel (631) 893-3060 Fax (631) 893-3062 Sj S construction company, inc. General Contractors · Construction Managers January 16, 2002 Job No. 01-429 TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING Exclusions and Qualifications 1. No boulder removal. 2. No tank removal. 3. No existing foundation removal. 4. No hazardous material handling or removing. 5. No importation of premises fill. 6. No removal of earth from beyond site. 7. Building based on General Steel Corp. specifications which meet the criteria of the new International Specs. 430 Falmouth Road ° West Babylon, NY 11704 o Tel (631) 893-3060 Fax (631) 893-3062 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ' ALTERNATES '~:,- Alternate Number Description of Alternate Cost (State whether alternate is to be added or deducted from the base bid cost) Alternate It NONE $ ,'- CLEARLY IDENTIFY IF THE ALTER~NATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-0! P-BG (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL FFEMS COMBINATION OF ITEMS OR PORTIONS OF TItE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN 1N WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH I, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( 185 ) One Hundred_Eighty Five CALANDERDAYS. Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BG (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 '~ Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing Ibis proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will resull in disqualification of the bidder. , .: . : ITEM lA - BONDS AND INSURANCES Written in Words): Fifteen Thousand Flve Hundred Dollars ($15,500.00 ITEM 1B -- DESIGN AND ENGINEERING Written in Words): Fifteen Thousand Dollars (515,000.00 ITEM lC -- GENERAL REQUIREMENTS Written in Words): Seventy-Seven Thousand (57 ?, 000.00 ITEM 1D - INDEPENDENT TESTING SERVICES Wrilten in Words): Five Thousand Dollars ($ 5,000.00 ITEM l E - PROJECT SUPERVISION Wriaen in Words): Th±try-One Thousand Five Hundred Dollars ($ 31,500.00 ITEM 2 - DIVISION 2 - SITE WORK Written in Words): Fifteen Thousand Dollars ($15,000.00 ITEM 3 - DIVISION 3 - CONCRETE WORK Written in Words): Fifty-Three Thousand Five Hundred Dollars (553,500.00 ITEM 4 - DIVISION 4 - MASONRY WORK Written in Words): Zero (5 00.00 ITEM 5 - DIVISION 5 - METALS Written in Words): Eighty-Five Thousand Dollars ($ 85,000.00 ITEM 6 - DIVISION 6 - WOOD AND PLASTICS (Written in Words): Eight Thousand Five Hundred Dollars (5 8,500.00 ITEM 7 - DIVISION 7 - THERMAL & MOISTURE PROTECTION (Written in Words): One Thousand Dollars ($ 1,000.00 ITEM 8 - DIVISION 8 - DOORS & WINDOWS (Written in Words): Twenty-Nine Thousand Seven Hundred Dollars ($ 29,700.00 ITEM 9 - DIVISION 9 - FINISHES (Written in Words): One Hundred Forty Thousand One Hundred Dollars ($ 140,100.00 ITEM 10 - DIVISIONS 10 - 14 iWritten in Words): Sixty-Eight Thousand Two Hundred Dollars ITEM 11 - PROJECT CLOSEOUT (Written in Words): Ten Thousand Dollars ($ 68,200.00 ($ 10,000.00 ITEM 12 - AS-BUILT DRAWINGS (Written in Words): Two Thousand Dollars TOTAL~BASE'B~D i(ITEMS~A~.,,~I~. U 12) OVfi .tt~n in ~pi~10:,, F i$'&~::~ii~hd 3 fi a Fifty-Seven (5 2,000.00 Thousand 1~o i~j$!L;~;!: :~-($557, 00~0.,.00 .., 0 SHAC Al-01 P-BG (1 OF 4) 12/03/01 I~,~ -' ' ? PROPOSAL RECEIVED 7 2002 Southold Town Cled:. TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK The undersigned, as Bidder, declares that the only persons, company or parties interested in the Proposal as principals are named herein; that he has carefully examined the annexed Form of Contract, and the Plans and Specifications therein referred to; that he has made a personal examination of the site of the proposed work and such investigations as are necessary to determine the character of the materials to be encountered, and he proposes and agrees that if this Proposal is accepted, he will contract with the Town of Southold, New York, to provide the necessary machinery, tools, apparatus and other means of construction, and all materials and labor called for by the said Contract, RFP, Plans and Specifications, or necessary to complete the work in the manner and within the time set forth in said Contract, RFP, Plans and Specifications, for the prices set forth in the following Form of Proposal: Signed By Signature Deniz Gurcan SHAC Al-01 PA-I OF 1 12/04/01 ~~. CONSTRUCTION CONSULTANTS/L.I. CCh RECEIVED January 16, 2002 Town of Southhold Town Clerk 53095 Main Road Southhold, Ny 11971 dAN ~ 7 2002 Southold Town Cler[ Re: Town of Southold Animal Shelter Building Gentlemen: Please be advised that I have visited the job site in regards to the above referenced project. President Notary Public Date BEATRICE BOSCH Notary Public, State of New York No. 01806056790 Qualified in Suffolk County Commission Expires Mamh 26, 20~_~ 125 - A WEs'r BROADWAY, PORT JEFFERSON, NY 11777 QUALIFICATION OF BIDDERS TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK The Town may make such investigation as the Town deems necessary to determine the responsibility of any Bidder or to determine the ability of any Bidder to perform the Work. Bidders shall furnish to the Town ail information and data required by the Town, including complete financial data, within the time and in the form and manner required by the Town. The Town reserves the right to reject any bid if the evidence required by the Town is not submitted as required or if the evidence submitted by or the investigation of any Bidder fails to satisfy the Town that the Bidder is responsible, or is able or qualified to carry out the obligations of the Contract or to complete the Work as contemplated. Item A (pages 2-3) are to be copied and completed by all members of the design/build team. Items B - K (pages 4-8) are to be completed by the contractor only. Item L (pages 9-17), New York State Uniform Contracting Questionnaire, is to be completed by the lowest Bidder AFTER RECEIPT OF BIDS, if requested by the Town, and may be used to assist in determining the Bidder's qualifications. SHAC Al-01 QB- 1 of 8 10/18/01 QUALIFICATION OF BIDDERS A. The following is a list showing the name of the Owner, Location, Date of Construction, General Description of Work, Amount of the Contract and Contract Period for projects of similar nature in size, construction method and construction procedure, which have been completed by the undersigned as the prime contractor, and which have been in operation for a period of not less than one year, (minimmn of five such projects). Project No.1 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.2 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: SHAC Al-01 QB - 2 of 8 10/18/01 MARTIN SENDLEWSKI PAGE 82 01/16/2002 17:56 51G7275335 QUALIFICA, TION 01: (}~era] ~scripl~tt oF Work, Amo~l of the Contr~t ~ Commct Pe~ for projects of ~imi~r nmum in si~c, con~;ti~ meth~ and ~m~tcl~on ~, w~ch ;~c bc~ compl~ by t~ tmd~ig~ u t~ ~Jmc cold.mc a~ ~;~ A~vc ~cn in opcmti~ for a p~i~ o~t I~ ~1~ onc yea', (minimum o~ ~ve such pro~ects). J S~AC Alii 013- 2 ofg ~ Ol I $i0 ) 01/16/2002 17:56 5167275335 MARTIN SENDLEWSK! PAGE 03 ~UALIFICATION OF B:DDI~RS ~,iee~ No.3 Projeet No.¢ SNAC AI-Oi QB - ) ot'$ [~:~14 c.. [2© hJ ¢3 QUALIFICATION OF BIDDERS Project No.3 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.4 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.5 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: SHAC Al-01 QB - 3 of 8 10/18/01 QUALIFICATION OF BIDDERS Size of construction crew to be maintained on a regular basis for this contract: Superintendent's Name: Bill budesa If other than corporation or partnership, describe organization and name principals: Have you ever failed to complete any ~vork awarded to you? if so, note when, where and why: No Has any officer or partner of your organization ever been an officer or a partner of another organization that failed to complete a construction contract? If so, state circumstances: List the construction experiences of the principal individuals of your organization: Joel Itzkowitz - 30 years Rich Moore - 30 years Bill Budesa - 40 years SHAC Al-01 QB - 4 of 8 10/18/01 lq:~,~ GFdO LJ P QUALIFICATION OF BIDDERS Trade references: Roebel 1 Painting Riverhead Building Supply Hinck Electric Bank references: State Bank - East Setauket Name of Bonding Company and name and address of agent: Atlantic Coverage Syosset, NY We normally perform --10 % of the work with our own forces. We intend to perform 10 % of the work on this project with our own forces. List trades below of work to be subcontracted or that may be subcontracted: as required SHAC Al-01 QB - 5 of 8 10/18/01 QUALIFICATION OF BIDDERS K. The following is a list of the major areas of construction work under this contract to be performed by subcontractors to the bidder, showing the Type of Work and the name of the Owner, Location and Date of Construction for work of similar nature in size, construction method and construction procedure, which have been completed by the undersigned, and which have been in operation for a period of not less than one year, (minimum of five such projects). Snbcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount SHAC AI-01 QB - 6 of 8 10/18/01 QUALIFICATION OF BIDDERS Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount SHAC Al-01 QB- 7 of 8 10/18/01 QUALIFICATION OF BIDDERS The Town of Southold reserves the right to reject any and all bids which do not include a completed qualifications section and/or do not meet the necessary qualifications criteria, for both prime contractor and subcontractors, as described within this qualifications section, for construction work to be performed and completed as required by the contract documents. BIDDER FIRM NAME: ADDRESS: PREPARED BY: SIGNED BY: TITLE: Constraction Consultants/L.I., Inc. 125A West Broadway Port Jefferson. Ny_ Joel It zkowitz 11777 Joel Itzk~itz President SHACA1-01 QB- 8 of 8 10/18/01 PROPOSAL RECLI¥~.L) TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK SQuthQld Town Clerk Tile undersigned, as Bidder, declares that the only persons, company or parties interested in the Proposal as principals are named herein; that he has carefully examined the annexed Form of Contract, and the Plans and Specifications therein referred to; that he has made a personal examination of tile site of the proposed work and such investigations as are necessary to determine the character of the materials to be encountered, and he proposes and agrees that if this Proposal is accepted, he will contract with the Town of Southold, New York, to provide the necessary machinery, tools, apparatus and other means of construction, and all materials and labor called for by the said Contract, RFP, Plans and Specifications, or necessary to complete the work in the manner and within the time set forth in said Contract, RFP, Plans and Specifications, for thc prices set forth in the following Form of Proposal: Signed By /r'f 3oel Itzkowitz // Signatu/~_ ~ SHAC Al-01 PA-1 OF 1 12/04/0 t PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing Ibis proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failnre to do so will resalt in disqualification of the bidder. ITEM lA - BONDS AND iNSURANCES (Written in Words): Twenty thousand dollars (S 20,000.00 ITEM lB - DESIGN AND ENGINEERING (Written in Words): twenty-five thousand dollars (S iTEM1C GENERAEREQUIREMEN'IS (Written ill Words): thirty-five thousand dollars (S 35,000.00 ITEM 1D INDEPENDENT TESTING SERVICES (Written in Words): two thousand dollars (S 2,000.00 ITEM 1E - PROJECT SUPERVISION (Written m Words): twenty-five thousand dollars ($ 25,000.00 ITEM 2 DIVISION 2- SITE WORK (Wrinen m Words): eleven thousand dollars (S 1 ] ,000.00 ITEM 3 DIVISION 3 - CONCRETE WORK (Written io Words): fifty thousand dollars ($50,000.00 ITEM 4 - DIVISION 4 - MASONRY \VORK (Written in Words): ($ 0 iTEM 5- DIVISION 5 METALS (Written in Words): one hundred eighty-five thousand dollars (S 185,000.00 ITEM 6 - DIVISION 6 - WOOD AND PLASTICS (Written ill Words): thirty-eight thousand dollars ($ 38,000.00 ITEM 7 - DIVISION 7 - THERMAL & MOISTURE PROTECTION (Written in Words): fifty thousand dollars ($ 50,000.00 ITEM 8 - D1VIS1ON 8 - DOORS & WINI)OWS (Written in Words): twenty thousand dollars ($ 20,000.00 ITEM 9- DIVISION 9 FINISHES (Written in Words): seven thousand dollars ($ 7,000.00 ITEM 10- DIVISIONS 10 14 (Written in Words): one hundred thousand dollars ($ 100,000.00 ITEM 11 ~ PROJECT CLOSEOL1T (Written in Words): eight thousand dollars ($ 8,000.00 ITEM 12 - AS-BUILT DRAWINGS (Written m Words): two thousand dollars ($ 2,000.00 TOTAL BASE BID (ITEMS lA THRU 12) Five h~ndred seventy-eight thousand dollars ($ 578;~00 (Written in Words): SHAC Al-01 P-BG (1 OF 4) 12/O3/O 1 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILD1NG SUFFOLK COUNTY, NEW YORK CONTRACT G -- GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure. to clearly state same will be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified m the applicable sections of the specifications manual. The undersigned proposes and agrees that should the lblloxving alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND TIlE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Alternate Cost (State whether alternate is to be added ot deducted from the base bid cost) Alternate# NONE $ CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BG (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Ai-01 'FIFE TOWN RESERVES TitE RIGIIT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. TIlE BIDDER AGREES TO PERFOP, M WORK FOR INDIVIDUAL iTEMS SELECTED BY THE TOWN. THE TOWN RESERVES TIlE RIGIIT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTII WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEE'iS. ANY REVISIONS TO I'HE PROPOSAL BY TIlE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( 240 ) Two hundred forty CALANDER DAYS. Number of Da3r$ Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FiVE HUNDRED ($500.00) FOR EAClt CONSECUTIVE CALENDAR DAY THEREAFTER TItAT TIlE WORK IS NOT COMPLETED WI DIIN TIlE TiMF. FRAME ENTERED ABOVE. UPON RECEIPT OF WRITFEN NOTICE OF THE ACCEPTANCE OF THIS BID, TIlE BIDI)F.R WILL EXECUTE A FORMAL CONTRACT WlI'lt TIlE OWNER AND DEL1VER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS TttEREAFTER. THE BIDDF~R AGREES TftAT TIlE BID SHALl. BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER TIlE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY TIlE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BG (3 OF 4) 2/03/01 PROPOSAL, TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUMNO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN TIlE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR ItER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR 'FO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: Construction Consultants/L. I., Inc. BIDDER'S ADDRES~'~125A West Broadway SIGNED BY:~' ' DATE: 1-164)2 Port Jefferson~ NY 11777 TITLE: President TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: (_ 631 )_ FAX: (631) 474-4770 FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-.01 12/03/01 NIGHT: ( ) P-BG (4 OF 4) PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SIiAC A1-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result iu disqualification of the bidder. ITEM IA - BONDS AND INSURANCES (Written m Words): IS 20,000.00 ITEM lB - DESIGN AND ENGINEERING (Written m Words): ($ 25,000.00 ITEM lC -GENERAI. REQUIREMENTS (Written m Words): ($ 35,000.00 ITEM 1D - PROJECT SUPERVISION (Written m Words): (S 2,000.00 ITEM2 DIVISION 15 MECHANICALEQUIPMINI' (Written in Words): ($ 25,000.00 ITEM 3 - DIVISION I5 - CONTROLS (Written in Words): ($ ITEM 4 - DIVISION 15 - ALL OTHER MECIIANICAL ITEMS (Written in Words): ($ ITEM 5 - PROJECT CLOSEOUT (Written in Words): (S iTEM 6 - AS-BUILT DRAWINGS (Written in Words): ($ TOTAL BASE BID (ITEMS lA THRU 6) (Written in Words): ($ ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All work included under this heading shall be suhject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. SHAC Al-01 P-BH (1 OF 4) 12/03/01 PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE Pursuant to Section 103-D of the General Municipal Law, the Contractor makes the following statement under penalty of perjury, and by submission of this bid or proposal, the Bidder certifies that: (a) this bid or proposal has been independently arrived at without collusion with any other bidder or ~vith any competitor or potential competitor; (b) this bid or proposal has not been knowingly disclosed and will not be knowingly disclosed prior to the opening of the bids or proposals for this project to any other bidder, competitor or potential competitor; (c) no attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) the person signing this bid or proposal certified that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the Bidder as well as to the person signing in its behalf; (e) attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signatory of the bid or proposal on behalf of the corporate bidder. Resolved that Construction Consultants/I,,I.. Inc. be (Name of Corporation) authorized 1:o sign and submit the bid or proposal of this corporation for the following project: Town of Sonthhold Animal Shelter building (Name of Project) and to include in such bid or proposal the certificate as to non-collusion required by Section 103- D of the General Municipal Law as the act and deed of said corporation; and for ~my inaccuracies or misstatements in such certificate, this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by Coastruction Consultants/E1. at a meeting of its Board of Directors held on the 16thday of January ,2~2. (Seal of the Corporation) Secretary: Joel Itzkowitz Respectfully submitted, FIRM NAME: Construction Consultants/L.I., Inc. FIRM ADDRESS: 125A k~st Broadway P/~ Jefferson, Ny 11777 SIGNED BY: ~ --'~ _ ~ PRINT NAM~.z' Joel Itzkowitz TITLE: President SHAC Al-01 PD-1 OF 1 10/08/01 PROPOSAL OFFER OF SURETY In the event the above Proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful performance bond, and on bond to protect labor and material, the following Surety: (Name of Surety Company) SIGNED BY (Name of Bidder) CERTIFICATE OF SURETY, to be signed by a duly authorized official, agent or attorney of the Surety Company. In the event that the above Proposal is accepted and the Contract for the work is awarded to said: the (Name of Bidder) (Name of Surety Company) will execute the Surety Bonds as hereinbefore provided. SIGNED (Authorized Official, Agent or Attorney) Dated: ,20 SHAC Al-01 PE-1 OF 1 10/08/01 BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, Construction Consultants LI, Inc. 125A Broadway, Port Jefferson, New York 11777 and the Travelers Casualty And Surety Company of America as Principal, hereina~er called the Principal, of 90 Merrick Avenue, East Meadow, New York 11554 , a corporation duly organized under , as Surety, hereinafter called the Surety, are held and firmly bound unto the laws of the State of Connecticut Town Of Southold 53095 Main Street, Southold, New York 11971 as Obligee, hereinafter called the Obligee, in the sum of 5% of the Amount Bid ............................................................... Dollars ($ 5% of the Amount Bid ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for New Animal Shelter NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 16 day of Witness Witness January 2002 . Constructio~onsultants LI, Inc. 125A Br.~d./gtay, Port Jefferson, New York (Seal) Principal J~tzkowitz, Pre~den~ Title Travelers Casualty And Surety Company of America Nicole Gruter Attorney-in-Fact S-0054/GEEF 12/00 FRP TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTI]rlCATE OF AUTItORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COM~PANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Louis J. Spina, Anthony J. Panno, Denese Thompson, Anthony M. Spina, Theresa Burke, Nicole Gruter, Jaclyn Perez, Tara Delia Cava, Barbara Walker, Jodie A. Fowler, Lynette Liebert, of St. James, New York, their lrae and lawful Attorney(s)-ni-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by lfis/her sole signature and act, any and all bonds, recog~i?~nces, contracts of indemnity, and other writings obligatory in the nature of a bond, recogmZance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as ff the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-ia-Fact, pursuant to the authority hereia given, a~e hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Compames, which Resolutions ~re now ia full fome and effect: VOTF2D: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Searetary may appoint Attorneys-in-Fast and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Compeny's name end seal with the Compeny's seal bonds, recograzances, conducts of iademrdty, and other writings obligatory m the nature of a bond, recogx~anca, or conditional undertaking, and any of said officers or the Board of Dkectors at eny time may remove any such appointee end revoke the power given l'dm or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, eny Serdor Vice President or any Vice President may delegate ali or any part of the foregoing authority to one or more officers or employees of this Compeny, provided that each such delegation is in writing and a copy therenfis filed in the office of the Secrete~. VOTED: That eny bond, recegmZance, contract of indemnity, or whting obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chmrman, eny Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secrela_,'y or any Assistant Secretaxy and duly attested and sealed with the Company's seal by a Secretary or Assistant Secrelary, or (b) duly executed (under seal, ff required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed ia Iris or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice Presidant, any Assistant Vice President, any Secretary, any Assistant Secretmy, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-ia-Fact for purposes only of executing and attesting bonds and andemkings and other writi~s obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile aignature or facsimile seal shall be valid and binding upon the Company and any such power ~o executed and certified by such facsimile signature and facsirrdle seal shall be valid and binding upon the Company in the future with respect to any bend or undertaking to which it is attached. IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAI~VEL'ERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 9th day of October 2000. STATE OF cONNECTICUT ) SS, Haxfford COUNTY OF HARTFORD TRAVELERS CASUALTY AND SIYRETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMI~ANY FARMINGTON CASUALTY COMPANY George W. Thompson Senior Vice President On this 9th day of October, 2000 before me personally came GEORGE W. TtIOMPSOiN to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described m and which executed the above mstrament; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the sa/d instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. CERTL?ICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticat Dated this 16 dayof January ,20 02 Kori M. Johanson Assistant Secretary, Bond TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CT. 06183 ATTORNEY-IN-FACT JUSTIFICATION PRINCIPAL'S ACKNOWLEDGMENT-- IF A CORPORATION Stale ofNew York, County of Suffolk ) ss. on mis 16 day of January, 2002, before me personally appeared JoeX Itzkowitz to me known, who, being by me duly sworn, deposes and says: Thai he/sbe resides in the City of Cutchogue t New York thathe/sheisthe President of Construction Consultants LI, Inc. , the 0ualffied In Suff01k CountY ~tmmlsslon Expires 0ct~ber 21, 20 23~!l~N¢IPAL'S ACKNOWLEDGMENT -- IF IND1VIBUAL OR FIRM Statc of New York, County of } ss On this day of , before me personally appeared to be (the individual) (one of the firm of he/she thereupon duly acknowledged to me that he/she executed the same (as the act and deed of ~aid finn). to .me known ) described in and who executed the within instrument, and SURETY COI~IPANY'S ACKNOWLEDGMENT State of New York, County of Suffolk } ss. On this 16 day of January , 2002 , before me personally appeared Nicole Gruter · to me known, ho. being by mc duly sworn did depose and say: That he/she resides xn the City of r)~. ~.~-...e ~A.. Yo~k ; thal he/she is Attorney-m-Fact of TRAVELERS CASUALTY AND SURETY C(~I~I~A~r~ ~II[~A, the corporatmn described in and which executed the within instrument; that he'she knows the corporate seal of said Company; thal the seal afhxed to said instrument is such corporate seal; and that be/she signed said instrument as Attorney-in-Fact by authority of the Board of Dircclors of said Company; and afliam did further depose and say thal the Sup~nt~ndent of Insurance of the State of New York has, pursuant to Chapter 882 of the Laws of the State of New York for the year 1939, constituting chapter 28 of the Consolidating Laws of the State of New York aa thc Insurance Law a~ amended, issued to TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA his&er certificate that said Company is qualified to become and be accepted a~ surety or guarantor on all bonds, undertakings, recognizances, guaranties, and other obligatiom required or permitted by law; and that such certificate has not been revoked. NOTARY PUBLIC,No. 490529'iState of New York c~~~ ~ Notary Public Qua!ified in Suffolk County 02 Commission ~xpires May 7, 20 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 FINANCIAL STATEMENT AS OF DECEMBER 31,2000 AS FILED WITH THE INSURANCE DEPT. OF THE STATE OF NEW YORK CAPITAL STOCK $ 6,000,000 ASSETS LIABILITIES Cash & Invested Cash $ 198,357,521 Bonds 1,134,144,803 Stcck 40,794,369 Other Invested Assets 15,302,995 Investment Income Due and Accrued 16,947,460 Premium Balances 60,705,592 Reinsurance Recoverabie 13,377,627 Federal Income Tax Recoverable Receivable for Securities 30,674,046 Other Assets 67,270,167 Unearned Premiums $ 285,634,884 Losses 273,132,702 Loss Adjustment Expenses 75,441,139 Accrued Expenses and other Liabilities 333,836,082 Provision for Reinsurance 16,960,790 Total Liabilities 985,005,597 Capital Stock 6,000,000 Paid in Surplus 303,297,402 Other Surplus 283,271 ,,581 Surplus to Policyhoiders Total $ 1,577,574,580 Total Securities carried at $13,749,740.00 in the above statement are deposited with public authorities, as required by law 592,568,983 $ 1,577,574,580 RECEIVED Janua~ 16,2002 JAN 1 7 ~IX)2 Town of Southold PO Box 1179 Southold, NY 11971 Southold Ton 006. RE: Town of Southold Animal Shelter Building Suffolk County, New York Project No. SHAC-A1-01 This is to verify that a site visit has been performed by fpf Construction for the above referenced project. Should you require additional information, please do not hesitate to give me a call. Sincerely, fpf Construction, Corp~ Nancy C. Paz President Sworn to before me this I:~NNY J. H~ t FNBACK No, 4860183 ~l~d in $~lk ~. ~ ~00~ Please note our new area code is (631) fpf CONSTRUCTION CORP- 140 FLORIDA STREET, FARMINGDALE, NY 11735 · (516)420-8282 fax(516)420-6948 14~,~ (¢[5OLJ P PROPOSAL RECEIVED Southold Town Uert TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK The undersigned, as Bidder, declares that the only persons, company or parties interested in the Proposal as principals are named herein; that he has carefully examined the annexed Form of Contract, and the Plans and Specifications therein referred to; that he has made a personal examination of the site of the proposed work and such investigations as are necessary to determine the character of the materials to be encountered, and he proposes and agrees that if this Proposal is accepted, he will contract with the Town of Southold, New York, to provide the necessary machinery, tools, apparatus and other means of construction, and all materials and labor called for by the said Contract, RFP, Plans and Specifications, or necessary to complete the work in the manner and within the time set forth in said Contract, RFP, Plans and Specifications, for the prices set forth in the following Form of Proposal: Signed By Signature Nancy C. Paz, President~ fpf Construction, Corp. SHAC Al-01 PA-1 OF 1 12/04/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC A1-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (Written in Words): Twenty-three thousand one hundred. ($ 23,100 ITEM 113 - DESIGN AND ENGINEERING (Written in Words): Included (S ±neluded ITEM lC -- GENERAL REQUIREMENTS (Written in Words):Seventy_five thousand six hundred fifty-three, ITEM ID INDEPENDENT TEST1NG SERVICES (Writtenin Words):E;i;ght' thousand nine hundred twenty. ITEM 1E - PROJECT SUPERVISION (Writtenin Words):Th±rty six thousand four hundred eighty. ITEM 2 DIVISION 2 - SITE WORK (Written in W°rds): Seven thousand, ($ 75~653 ) ($ 8,920 ) ($ 36,480 ) (S 7~000 ) ITEM 3 - D1VISION 3 - CONCRETE WORK (Written in Words):F±fty-n±ne thousand, ($ 59,000 ) ITEM 4 DIVISION 4 - MASONRY WORK (Written in Words): Not Included. ($ NIC ) ITEM 5 -.DIVISION 5 - METALS (Prefabricated Boundsquarters Building)$ (Written ~n Words) tee hun ( :Th dred thirteen thousand six hundred forty. 313,640 ITEM 6 - DIVISION 6 - WOOD AND PLASTICS (Written in Words): Included. ($ included ) I iEM 7 - DIVISION 7 - THERMAL & MOISTURE PROTECTION (Written in Words):Two thousand five hundred, ($ 2,500 ) ITEM 8 - DIVISION 8 - DOORS & WINDOWS (Written in Words): One thousand one hundred. ($ 1,100 ) ITEM 9 - DIVISION 9 - FINISHES (Written in ($ ) W°rdS):Thirty-four thousand six hundred eighty-f~ze, 34~. 685 ITEM 10- DIVISIONS 10 14 (Written in Words): Twenty~six thousand f±¥e hundred thirty-five. ($ 26,535 ) ITEM I 1 - PROJECT CLOSEOUT (Written in Words): One thousand five hundred. ($ 1,500 ) ITEM 12 - AS-BUILT DRAWINGS (Writtenin Words): TWO thousand seven hundred seventy-five. ($ 2~ 775 ) TOTAL BASE BID (ITEMS lA TIIRIJ 12) : Written in Words , ; '~: ($ ' : ) SHAC Al-01 P-BG (1 OF 4) eighty-eight. 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned lhrther agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Alternate Cost (State whether alternate is to be added or deducted from the base bid cost) ^ ternate NONE $ None CLEARLY IDENTIFY IF THE ALTERNATE 1S AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BG (2 OF 4) 12/03/01 I~ C~'©U D PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEw YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF TIlE WORK. 'FILE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY TIlE TOWN. THE TOWN RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD 'FO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( 182 ) One hundred eighty-two. CALANDERDAYS. Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITFEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITIt THE OYVNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT TIlE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BG (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 TH[:. UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED None THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: fpf Construction, Corp. BIDDER'S ADDRESS: 140 Florida Street, Farmingdale, NY SIGNEDBY:°'~(~,/LCL/ ~/~,/'/ TITLE: Preside~ Nancy C. ~az ]~ DATE:January 16, 2001 11735 TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: (631) 420-8282 NIGHT: (516) 682-5465 FAX: (631) 420-6948 FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BG (4 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YOP,~K CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (Written in Words): One thousand two hundred. ($ 1,200 ) ITEM lB DESIGN AND ENGINEERING (Written in Words): Three thousand. (S 3,000 ) ITEM lC - GENERAL REQUIREMENTS (Written in Words): Four thousand two hundred. ($ 4,200 ) ITEM 1D - PROJECT SUPERVISION (Written in Words): Ten. thousand. ($ i0,000 ) ITEM 2 DIVISION 15 MECHANICAl. EQUIPMENT Written in Words): Seventy-one thousand. ($ 71~ 000 ) ITEM 3 - DIVISION 15 - CONTROLS Written in Words): included. ($ included ) ITEM 4 - DIVISION 15 ALL OTHER MECHANICAL ITEMS Written in Words): included ($ included ) ITEM 5 - PROJECT CLOSEOUT Written in Words): Five hundred. ($ 500 ) ITEM 6 - AS-BUILT DRAWINGS Written in Words): Seven hundred fifty. ($ 750 ) TOTAL BASE BID (ITEMS lA THRU 6) Writtenin Words)t~linety-thousand six hundred fifty, ($ 90;650 ) ALTERNATES: The contractor shall clearly state xvhether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the altemate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. SHAC Al-01 P-BH (1 OF 4) 12/03/0 l I~ (-= ~0 U PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC A 1-01 Note: The bidder is asked to use either black ink or type~vriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Alternate Cost (State whether alternate is to be added or deducted from the base bid cost) Alternate # H-1 Design, detail and install a central air conditioning system for all office area between column lines 6 and 7. $ 13,200 Alternate # H-.2 Design, detail and install a central air conditioning system for center work areas between column lines 2.5 and 4. $ 15,360 Alternate # H-3 Design, detail and install a central air conditioning system for interior kennel areas. $ 30,000 Alternate # H-4 Design, detail and install a cen~al air conditioning system for entire building, excluding mechanical room. The office area between column lines 6 and 7, the center work areas between $ 5/4,000 column lines 2.5 and 4, and the kennel areas shall independently be controlled. Alternate # H-5 Eliminate base bid radiant slab heating system for office area between column lines 6 and 7. Design, detail and install a $ 7,200 forced air heating system for same area. Alternate # H-6 Design, detail and install a central air conditioning system for all office areas between colunm lines 6 and 7 if alternate H-5 $ 'i0,800 alternate for forced air heating is selected. Alternate # H-7 Eliminate base bid radiant slab heating system for entire building and design, detail and install a forced air heating system for all interior spaces. The office area between column $ (30,000) lines 6 and 7, the center work areas between column lines 2.5 and 4, and the kennel areas shall independently be controlled. Alternate # H-8 Design, detail and install a central air conditioning system for entire bnilding if alternate H-7 alternate for forced air heating is selected. The office area between column lines 6 and 7, the $ 39,600 center work areas between column lines 2.5 and 4, and the kennel areas shall independently be controlled. CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternates. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BH (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY TIlE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH I, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( 182 ) One hundred eighty-two. CALANDER DAYS. Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF TIlE ACCEPTANCE OF THIS BID, TIlE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRA~VN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BH (3 OF 4) 12/03/01 I~ QP~OUD PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE; UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: fpf Construction, Corp. BIDDER'S ADDRESS: 140 Florida Street, Farmingdale, NY 11735 SIGNEDBY:'"~/(~/ ('~ '/~(~..----- TITLE: President Nancy o. ~az ~ DATE: January 16, 2002 TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: (631) 420-8282 FAX: (631) 420-6948 NIGHT:(516) 682-5465 FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BH (4 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of tbe bidder. ITEM lA - BONDS AND INSURANCES (Writteo ia Words): ($ ITEM lB DESIGN AND ENGINEERING (Writteu in Words): ($ ITEM lC - GENERAL REQUIREMENTS (Written in Words): ($ ITEM 1D - PROJECT SUPERVISION (Written in Words): ($ ITEM 2A DIVISIONS 2 & 15 - WATER SERVICE (Written in Words): ($ ITEM 2B - DIVISIONS 2 & 15 - SANITARY SYSTEM Written in Words): ($ ITEM 3A - DIVISION 15 - PLUMBING FIXTURES AND SPECIALTIES Written in Words): ($ ITEM 3B - DIVISION 15 ALL OTHER PLUMBING ITEMS Wrinen in Words): ($ ITEM 4 - PROJECT CLOSEOUT Written in Words): ($ iTEM 5 - AS-BUILT DRAWINGS Written in Words): ($ TOTAL BASE BID (ITEMS lA THRU 5) (Written in WOrds): ~ SHAC Al-01 P-BP (1 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so xvill result in disqualification of the bidder. ALTERNATES :: Alternate Number Description of Ahernate Cost (State whether a ternate is to be added or deducted from the base bid cost) ^ temate NONE $ None CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The To~vn of Southold is exempt from Federal, Nesv York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BP (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY TItE TOWN. THE TOWN RESERVES TIlE RIGItT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS W1LL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE .DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN Number of Days ~ Nu'm]~er of Days W~itten iT Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT TIlE WORK IS NOT COMPLETED WITItIN TIlE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRiTTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WlTHIN FIVE (5) DAYS TttEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING B1DS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BlD SUBMISSION. SHAC Al-01 P-BP (3 OF 4) 12/03/01 ROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD TillS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: '~pf Construction, ~ BIDDER'S AD~RESS: ~t, Farmingdale, NY 11735 ?3aOr'c. DATE: January 16, 2002 ~-~0 ~-'-'~'2 [ ~ TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: (631) 420-8282 NIGHT: (516) 682-5465 FAX: (631) 420-6948 FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BP (4 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND TIlE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND iNSURANCES Writleu in Words): Two thousand one hundred fifty. ($ 2,150 ) ITEM lB - DESIGN AND ENGINEERING Written m Words): Three thousand. ($ 3,000 ) ITEM lC - GENERAL REQUIREMENTS Written in Words): Nine thousand. ($ 9,000 ) ITEM 1D - PROJECT SUPERVISION Written in Words): Twenty-thousand eight hundred. ($ 20~80~0 ) ITEM 2 - DIVISION 16 ELECTRICAL SERVICE AND PANELS AND TVSS Written in Words): One hundred forty-nine thousand. ($ 1/49,000 ) ITEM 3 DIVISION 16- LIGHTING Writtenin Words): included ($ included ) ITEM 4 - DIVISION 16 POWER AND DISTRIBUTION Written io Words): included ($ included ) ITEM 5 - DIVISION 16 ALL OTHER ELECTRICAL ITEMS Written in Words): included (S included ) ITEM 6 ~ PROJECT CLOSEOUT (Writtenin Words): Seven hundred fifty. ($ 750 ) ITEM 7 - AS-BUILT DRAWINGS (Written in Words): One thousand fifty. TOTAL BASE BID (ITEMS IA THRU 7) (Written in W°rds):One hundred eightY-five thousand seven hundred ~ifty. ($ 1,050 ) SHAC Al-01 P-BE (1 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, I0:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follmvs: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERaNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Altematc Number Description of Alternate Cost (State whether alternate is to be added or deducted from thc base bid cost) Alternate # E-1 Increase of service from 400A to 600A 120/208 Vac, 3 phase 4 wire. New distribution panel rated at 600 A. $ 1-3,200 Alternate # E-2 Design, deatail and install.a com[~lete fire alarm system for the entire building. $ 39,600 CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BE (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES THE RIGHT TO REJECT ANY AND ALI., BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN (. 182 ) One hundred e±ght¥-two. CALANDER DAYS. Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF F1VE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SttALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BE (3 OF 4) 12/03/01 fl~,~ C[~.CDU P PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRAC'T E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT 7NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: fpf Construction, Corp. BIDDER'S ADDRESS: 140 Florida Street, Farmingale, NY SIGNEDBY:?~'({TtI~(,/~-~ /~/ TITLE: Presid ~_nt Nanc~ C. Pa~ DATE: January 16, 2002 11735 TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY:(631) 420-8282 NIGHT: (516) 682-5465 FAX:(631) 420-6948 FEDERAL I.D. NO, OR SOCIAL SECURITY NO.: SHAC Al-01 P-BE (4 OF 4) 12/03/01 PROPOSAL Enclose certified check or bid bond for five pement (5%) of the bid total as stipulated in the foregoing Information for Bidders. The Bidder hereby agrees to enter into a Contract within five (5) days (Sundays excepted) after due notice from the Town of Southotd that the Contract has been awarded to it and is ready for signature; such notice to be given in writing within ninety (90) days of opening of the bids; and, on the signing of such Contract by the Bidder, to furnish the indemnifying bonds as provided in the Contract. The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract in accordance with this bid within five (5) days after due notice from the Town that the Contract has been awarded to it and is ready for signature, as given in accordance with the Information for Bidders and/or its failure to execute and deliver the bond for the full amount of the Contract price, as provided in said Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the Town shall (at the option of Town) become due and payable as ascertained and liquidated damages for such default; otherwise, said check or bid bond will be returned to the undersigned. The full names and residences of all persons and parties interested in the foregoing bid as principals are as follows: NAME Nancy C. Paz, President ADDRESS 374 Fairhaven Blvd., Woodbury~ NY l1797(home) NAME OF BIDDER: fpf Construction, Corp. ADDRESS OF BIDDER: 140 Florida Street Farmingdale, NY 11735 DATED AT: 4:30 pm THE 16th DAY OF January ,20 02 SHAC Al-01 PC-I OF 1 10/08/01 PROPOSAL NON-COLLUSIVE BIDD1NG CERTIFICATE Pursuant to Section 103-D of the General Municipal Law, the Contractor makes the following statement under penalty of perjury, and by submission of this bid or proposal, the Bidder certifies that: (a) this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) this bid or proposal has not been knowingly disclosed and will not be knowingly disclosed prior to the opening of the bids or proposals for this project to any other bidder, competitor or potential competitor; (c) no attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) the person signing this bid or proposal certified that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the troth thereof, such penalties being applicable to the Bidder as well as to the person signing in its behalf; (e) attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signatory of the bid or proposal on behalf of the corporate bidder. Resolved that fpf Construction, Corp. be (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following project: Town of Southhold Animal Shelter Building - Project #SHAC Al-01 (Name of Project) and to include in such bid or proposal the certificate as to non-collusion required by Section 103- D of the General Municipal Law as the act and deed of said corporation; and for any inaccuracies or misstatements in such certificate, this corporate bidder shall be liable under the penalties of perjury. The foregoing is a tree and correct copy of the resolution adopted by fpf Construction at a meeting of its Board of Directors held on the 15tahty of Jan. ,2002, (Seal of the Corporation) Respectfully submitted, FIRM NAME: fpf Construction, Corp. FIRM ADDRESS: 140 Florida Street F;~rmingdal% ~ 11735 SIGNED BY: '~'-)'~0~56/ PRINT NAME: Nancy C. 'Paz TITLE: President SHAC Al-01 PD-1 OF 1 10/08/01 PROPOSAL **See bid bonds attached** OFFER OF SURETY In the event the above Proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful performance bond, and on bond to protect labor and material, the following Surety: (Name of Surety Company) SIGNED BY (Name of Bidder) CERTIFICATE OF SURETY, to be signed by a duly authorized official, agent or attorney of the Surety Company. In the event that the above Proposal is accepted and the Contract for the work is awarded to said: the (Name of Bidder) (Name of Surety Company) will execute the Surety Bonds as hereinbefore provided. SIGNED (Authorized Official, Agent or Attorney) Dated: ,20 SHAC Al-01 PE-1 OF 1 10/08/01 PROPOSAL **See bid bonds attached** BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undarsigncd, as Principal and (Bidder's Name) as Surety arc (Name of Surety) hereby held and firmly bound unto the Town of Southold, Suffolk County, New York, as Obligee, in the penal sum off ($ ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this day of ,20__ The condition of the above obligation is such that, whereas, the Principal has submitted to the said Town, a certain Proposal dated to enter into a contract in writing, for the work described in the contract documents for: NOW THEREFORE, (a) If said Proposal shall be rejected, or, in the alternate (b) If said Proposal shall be accepted and the Principal shall execute and deliver a contract properly completed in accordance with said Proposal and shall furnish the Performance Bond and the Labor and Material Bond with a Surety Company authorized to do business in the State of New York as Surety on each bond, and shall in all other respects perform the agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. SHAC Al-01 P-F - 1 OF 4 10/08/01 PROPOSAL The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the Obligee may accept such Proposal; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunder set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereunto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (SEAL) By:. (Principal) (SEAL) (Surety) By:. SHAC Al-01 P-F - 2 OF 4 10/08/01 · l~ C-I~CDU P PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION STATE OF ) ) SS~ COUNTY OF ) On this day of before me personally came and appeared to me known, who, ~-eing by me duly sworn, did depose and say that he resides at that he is the of , the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. (SEAL) NOTARY PUBLIC ACKNOWLEDGEMENT OF PRINCIPAL, IF A PARTNERSHIP STATE OF ) ) SS: COUNTY OF ) On this __ day of ,20__ before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC Al-01 P-F - 3 OF 4 10/08/01 PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF AN INDIVIDUAL STATE OF ) ) SS: COUNTY OF ) On this_ day of , 20__ before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC Al-01 P-F - 4 OF 4 10/08/01 BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A~310 KNOW ALL BY THESE PRESENTS, That we, fpf Construction Corporation 140 Florida Street. Farminodale. New York 11735 andthe International Fidelitylnsurance Company of 1 Newark Center, Newark, NJ 07102 the laws of the State of New Jersey Town of Southold as Principal, hereinafter called the Principal, , a corporation duly org.nlzed under , as Surety, hereina~er called the Surety, are held and fu'mly bound unto 53095 Main Rd., Southold, NY as Obllgee, hereinafter called the Obligee, in the sum of 5% of amt bid ..................................................................... Dollars ($ 5% of amt bid ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for New Animal Shelter Building. Project gSHAC 1A-01 Contract G - General Buildin9 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Cona'act with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficiem surety for the faithful performance of such Cunmtct and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Cunt~act and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof betwean the amount specified in said bid and such larger amount for which the Obligee may in good faith cun~'act with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 14th day of Witness January , 2002 fpf Construction Corporation 140 Florida Street, Farmingda~, New York (Seal) ,{ ,,~ .// Principal Wiiness Theresa S. Burke /~- Attorney-in-Fact S-O054/GEEF 12/00 FRP PROPOSAL OFFE or S_U . T¥ fo . In the event the a,bov¢ Proposal is a~epted an.d tho undersigned is awarded the Contract r ttt~ ,work. thc und~..t~.ti,,ned o.ffe~, as surety for fatthful performance bond. and on bond to protect lanor nn~ maten~l, the following Surety: Tn~tj~n~l Fidelity Insurance ~ _~F~, ~ny .... (N~me of Surety Company) SIGNED BY _ . 0 .am o_fm dde0 fpf uons~ruction corporation CERTIFICATE OF SURETY, to be si~ned by a duly authorized official, agcat or attorney ofthe Surety Company. In the event that the above Proposal is accepted and tbo Contract ~or the work is awarded to said: fpf Construction Corporation (Name of Bid~cr~ tho International Fidelity Insurance Company (Name of Surety Company) will execute the Surety Bonds as hereinbefore provided. (Authodz~d ohiciat, ~,~ent or Attorney)~ Theresa S Bur~ - At~=orney-in-Fact Dated: _.~, 20.... SHAC Al-01 PEA OF 1 10/08/01 INTERNATIONAL FIDELITY INSURANCE cOMPANY HOME OFFIC£: ONE NEWARK CENTI~. ii)TH FLOOR NEWARI~' NEW mtCSEY 07~02-5207 FOR BID BOND/RIDEPJCONSENTS/A~'FIDAV1T$ l~ws ot th~ Sta~ of New Jars~y, and h&vm~ lt~ pnn~pal ~ce m ~e ~ ~ New~, New ~e~y, ~ ~ ~m~ ~ ~ D~ESE THOMPSON, ~O~ J. P~O, THERESA S. B~, D~YL ~LTON, LOUIS J. SPINA, IH TESThMONY WI-II~V~OF, I~I'I~KNATIONAL FIDF.,Lrl'Y II~ISURAHC~ COl~[Pi~IY has _,~,,~d ~ inatx~unant to b~ si~ed and ~ ~otpor~ ~ to b~ ~ by i~ n~t~oriz~d offi~r, tais 3 l~t d~y of Au~uat, A.D. 199S. STATE OF NEW IERSEY IH'r ~w~qATIONAL ~IDELfrY ~CE col~j~tl~_ On thi~. Slat d~I, of Ausu~ 1998, before me ,can~, the individual who executed ~he preceding insmunent, m m.~ penonally knowu_..and, .¥ing .by _me d~ly sworn, said th~ h~ m the ~h~min das~dbed and au~or~d offi~r of.th~ I[Ig'I'~RN~TIOI~I.L i~ID~Id-'I'Y~C~ COMP.~'~; thst t~ s~l. ~l.~sd to said i~shmm~nt is tt~ Corpora~ ~ of said Company; t~t the ~aid Corpora~ $~al and ~is slg~,..~ w~m duly afffx~ by order of ~e Board of Da-~:~ts of ~id Compsny. IH TI~TIMON~ WHEI~OF, I I~v8 hereunto s~t my hand affixed my ~ Semi, at tho City of Newark, New Jersey the d~y and year fi~st ~bov8 v~i~n. A NOTARY PUBLIC OF NEW CERTII~CATION My Commission ~ Nov. 2h I, ~e uude~gned ~r ~ ~r~ON~ ~ ~ CO~ do ~y ~ ~ I ~ ~ Power ~ ~m~y ~ ~t. ~d ~ ~ ~ ~s Se~ of ~ By-~ws ~ ~d Co~y ~ ~ fo~ ~ ~ ~w~ ~ ~. ~ ~ O~G~ ON ~ ~ HO~ O~CE OF S~ CO~. ~d ~ ~e ~ ~ m~ ~ ~om~. ~ ~ ~ ~o~ ~ ~ ~ ~. of ~y ~ not ~n ~o~ ~d ~ now ~ ~H fo~ ~d ~ ~0~ ~OF, I ~w h*~a~ ~t ~ ~ ~ 14 ~y ~ Janua~ 2002 INTERNATIONAL FIDELITY INSURANCE COMPANY ONE NEWARK CENTER, 20x~ FLOOR, NEWARK, NEW JERSEY 07102~5207 STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS AT JUNE 30, 2001 ASSETS Bonds (Amortized Value) ................................... $28,332,656 Preferred Stocks .......................................... 2,042,100 Common Stocks (Market Value) ............................... 5,648,301 Mortgage Loans on Real Estate ............................... 1,849,973 Real F~a~ ............................................. 32,000 Cash & Bank Deposits ..................................... 9,633,278 Short Term InveS~nents ..................................... 2,:52'/, 166 Unpaid Premiums & Assumed Balances .......................... 2,723,390 Reimuranee Recoverable on Loss Payments ....................... :55,371,673 /51eca'onic Data Processing Equipment ........................... 280,79:5 Interest & Dividends Due and Accrued .......................... :571,806 Federal & Poreiga In~ome Tax Recoverable ...................... :500,000 Funds Held in Escrow Ac, counts ............................... 12,702,640 Collateral Funds Held Under Contrast ........................... (12,702,640) Other Assets ............................................ 284,897 TOTAL ASSETS ................................. 59.800.035 LIABK~IF_~, SIYRPLUS & OTHF, R FUNDS Losses (R~ported Lossas Net as to Reimuran~ Ceded and incurr~ But Nm P.~ported Losses) ............................. Loss Adjus~l~l[ Bxpetls~ ................................... Contingent Commissions & Other Similar C3arges .................. Other Expemas ~xcluding Taxes, Licenses and F~es) ................ Taxes, Licemes & Fees (Exe, luding Federal Income Tax) .............. Unearned Premiums ....................................... Ceded Relmurane, e Premiums Payable ........................... Funds Held by Company Under Reinsurance Treaties ................ Amounts Withbr,]d by Company for A¢coum of Others ................ Liability for Umuthorized Reimuranea .......................... Other Liabilities ......................................... TOTAL LIABILIT/ES .......................... Common Capital Stock ..................................... Gross Paid-in & Contributed Sta-plas ............................ Unassigned Punds (Surplus) .................................. Surplus as Regards Policyholders ................... TOTAL LIABILrflP. S, SURPLUS & OTI-IF~ FUNDS ... $8,722,035 3,649,549 440,238 92,479 58.151 11,314,692 2,048,935 271,878 187,761 412,881 3,~38 ~7.201.837 $1.500,000 374,600 30~723,598 32,598~ 198 I, Francis L. Mit~'hoff, President of INTERNATIONAL FIDELITY INSURANCE COMPANY, certify that the foregoing is s fair statement of Assets, Liabilities, Surplus and Other Funds of this Company, at the clo~ of business, lune 30, 2001, as reflected by its books and records and as reported in its statemei~t on file with the Iasttranc~ D~partmem of the State of New Jersey. TESTIMONY WI-I~REOF, I have ~et my hand and affixed tha s~] of the Company, this 10th day of Augur, 2001. INTERNATIONAL FI~EI. ITY IN~IRANC~ COMPANY BID BOND Gonforms with The Amerloan Institute of Arehlteots, A.I.A. Dooument No. A-310 KNOW ALL BY THESE PRESENTS, That we, fpf Construction Corporation 140 Florida Street, Farminadale, New York 11735 end the International Fidelity Insurance Company of 1 Newark Center, Newark, NJ 07102 the laws of the State of New Jersey Town of Southold as Principal, hereinat~er called the Principal, , a corporation duly organized under , as Surety, hereinai~er called the Surety, are held end firmly bound unto 53095 Main Rd., Southold, NY as Obligee, hereina~r called the Obligee, in the sum of 5% of amt bid ..................................................................... Dollars ($ 5% of amt bid ) , for the payment of which sum well end truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors end assigns, jointly end severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for New Animal Shelter Building, Project #SHAC 1A-01 Contract H - HVAC Design & Construction NOW, THEREFORE, if the Obligee shall accept the bid of the Principal end the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, end give such bond or bonds as may be specified in the bidding or Contract Documents with good end sufficient surety for the faithful performence of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid end such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null end void, otherwise to remain in full force end effect. Signed end sealed this 14th day of Wimess Witness January 2002 fpf Construction Corporation 140 Florida Street, Farmingdale, New York (Seal) ~f~ Principal { Title International Fidelity Insurance Company Theresa S. Burke J'~ Attorney-in-Fact / S-O054/GEEF 12/00 FRP ~ Gr~oup PROPOSAL OFFER OF SURETY In tho ~vcnt the above proposal is a~ccpted an.d. the undersigned is awarded the Contract for thc work, thc undersigned o.ffers. ~s surety for fatth~l pm'fonnance bond. and on bond to protect labor and material, the ~ollovan$ Surety: ._ Tnt_~rnational Fidetitv Insurance Company (Name of Surety Company) SIGNED BY iff Construction corpora:~on CERTIFICATE OF SURETY, m be signed by a duly authorized official, agent or attorney ofth~ Surety Company. In the event that the above Proposal is accepted and tl~ Contract t%r the work is awarded to said: fpf Construction Corporation (Name ol- Bidder) the International Fidelity InsUrance Company (N~e of Su~ Company) will execute the Surety Bonds as hereinbc£ore provided. (Authorized O~otnl, A~ of Attorney) Theresa S Burke -/Attorney-in-Fact Da~l: ~, 2o_ SHAC Al-O1 PP-.-I OF 1 10/08/01 Individual Acknowledgment State of County On this day of. of the year, , before me personally came to me known, and known to me to be the individual in and who executed the foregoing instrument, and acknowledged to me that he/she executed the same, My commission expires Notary Public Corporation Acknowledgment State of ~.~ ~0/C County of ~ -- to'~e kn0w~, who being ~y me duly sworn, did depose and say ~at ~/she/~py reside(s) in ~ ~ o~ ~, ~ that he/shelley is (am) the ~/~'~ of~e~ ~c~ ~ , ~e ~omtion described in and which executed the above instrument; that he/shelley know(s) the seal of ~id ~omfion; that · e seal affixed to said instrument is such ~omta seal; ~at it was so affixed by au~oH~ of the board of directors of said ~omtion,~ ~he/they signed hi~her/~eir name(s) thereto by like authoH~, ~ota~N0.Public01-S~047477S~te of New Yo~ ~ ~v ~nmmieeiAn av~irAe Qualified in Suffolk Coun~ Sure~ ~knowledgment State of New York County of Nassau On this 14th day of January of the year 2002 before me personally came Theresa S Burke to me known, who, being by me duly sworn, did depose and say that he/she/they is an attorney in fact of International Fidelity Insurance ComPany. the corporation described in and which executed the within instrument; that he/she/they know(s) the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he/she/they signed the said instrument and affixed the said seal as Attorney-in-fact by authority of the Board of Directors of said corporation and by authority of this office under the standing resolution My commission expires ~--Not~ry 1~511c ANTHONY M. SPINA #ota['Y Public State ol New Yo~ No. 0~.-SP6047417 Qualified in Suffolk County Commission Expires AUgust 2~, 20 ., ,. : INTERNATIONAL FIDELITY INSURANCE cOMPANY HOME OFFICE: ON~ NLr~ARK C~N'L~, 20TH FLOOR FOR BID BOND/RIDER/CONSENTS/A~'glDAV1TS DENESE ~O~SON, ~O~ J. P~O, ~E~ESA S. B~, D~ ~LTON, LO~S ~. S~INA, i . COLE GR~ER, DO~A DA~S p~.~. ~) To ~, ~ uy ~ ~ ~ ~-~ ~ ~vob b ~ Oven. · -~d Compa~. INTERNATIONAL FIDELITY INSURANCE COMPANY ON~ NEWARK CE?TI'ER, 20~ FLOOR, NBWARK, NEW JERSEY 07102-5207 STATE/vlENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER ]W3NDS AT SUNE 30, 2001 AS~T$ Bonds (Amortized Value) ................................... $28,332,656 Preferred Stocks .......................................... 2,042,100 Common Stock~ (Mark~ Value) ............................... 5,648,301 Mortgage E_~n,~ on ~ ~ ............................... 1,849,973 - Cush & Bank Dcpo~i~ 9 633 278 ~ort T~nn Inv~mm~ ..................................... 2,$27,166 Unpaid Premiums & A~umed ~ .......................... 2,723,390 ReLnmrance R~..over~a]~ on Lo~ Payments ....................... 5,371,673 Ele~ronic Data Pruee~g Bqutpm,m, ........................... 280,795 inter~t & Dividends Due and Accrued .......................... 571,806 Fed~tl & Foreign lne. ome Tax Recoverable ...................... 500,000 Fun~ Held in ~orow Aesounts ............................... 12,7020640 Collateral Funds H~ld Under Conu'a~ ........................... (12,702,640) Other A,~ets ............................................ 286f897 TOTAL ASSETS ................................. 59.800.035 LIABILIT]t~, SURPLUS & OTIt]~ FUNDS Losses (P. eponed Losses Net as to l~moran~ C. ed~l and Incurred But Not P. eponed Losses) ............................. $8,722.035 Lo~ Adjustment .~xpeus~ ................................... 3,649,549 ContJn~flt Commi~miOus & Other ~imilar ChafRes .................. 440,238 Otlm' ~ (lLxcindiag Tax~, I.i~mes and F~) ................ 92,479 Taxea, Licentes & F~us (Bxcludtng Federal Income Tax) .............. Unearned Pr~n!.ms ....................................... 11,314,692 Ced~l R¢insuran~ Preminn~ Payable ........................... 2,048,935 l~unda I-~ld by Company Under R~in~urance Treaties ................ 271,878 Amounts Wiilll~d by Company for Account of Others ................ 187,761 L~bflity for Unauthorized Rr. inmran~ ................. · ........ 412,881 Other Liabilities ................................. TOTAL ~'I'IF.S .......................... 27.201.837 Common Capita] Stock ..................................... $1,500,000 Gros~ Paid-in & ContrJbut~l Surplus ............................ 374,600 Unaligned l~_,,~s (Surplus) .................................. 30,723,598 Surplus a~ Regard~ Policybolden~ ................... 32,598,198 TOTAL LIABILf£LSS, SUI~LU$ & ~ FUNDS ... 59.800.035 L Franci~ L. Mitterhoff, President of/INTBRNATIONAL FIDI~LITY INSURANCB COMPANY, certify that th~ foregoing is a fair at~!_em,mt of A~~:, Liabilities, Surplus and Other Fund~ of this Company, at the clo~e of bualness, )'uue 30, 2001, as r~flected by it~ books and records and as rcported in its ~t,!_~,~ on ~¢ with the h~tu'a~ce Depanmc~ of the State of New IN TF_.~-'TIMONY WHERI~F, I have s~t my bana and affixed ~sl oft~ Comp~my, ~ 10~h day of August, 2001. INTERNATIONAL FIDELITY INSURANCE COMPANY BID BOND Conforms with The American Institute of Architects, A.I.A. Document No. A-310 KNOW ALL BY THESE PRESENTS, That we, fpf Construction Corporation 140 Florida Street. Farminedale, New York 11735 and the International Fidelity Insurance Company of 1 Newark Center, Newark, NJ 07102 the laws of the State of New Jersey Town of Southold 53095 Main Rd., Southold, NY as Principal, hereinafter called the Principal, , a corporation duly organized under , as Surety, hereinafter called the Surety, are held and firmly bound unto as Obligee, hereinafter called the Obligee, in thc sum of 5% of amt bid ..................................................................... Dollars ($ 5% of amt bid ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, admlnistxators, successors and assigns, jointly and severally, fim~ly by these presents. WHEREAS, the Principal has submitted a bid for New Animal Shelter Building. Project #SHAC 1A-01 Contract E - Electrical Design & Construction NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Conlxact with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contxaet and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such ConU'act and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 14th dayof Witness January 2002 fpf Construction Corporation 140 Florida Street, Farming~lale, New York (Seal) ,/ ~ r-,/~/~ Principal Wimess International Fidelity Insurance Company Theresa S. Burke ,/ Attorney-in-Fact S-0054/GEEF 12/00 FRP PROPOSA~ OFFER OF SURETY fo "In th.~ c?nt the a.bove.Pm_por~d is accepted ~ the undemi~n~ is awarded the Contract r u~..w, onc, m? .u~..~noa. o.t?~. ,~._sur~ty for ~atth~l t~cfommace bond, and on bond to prote~t la~o~ nll~ mate~al, the tolzovang Surety: Tn~.~tional Fidel~v insu~gnce C~. _~y (N~me of Surety Company) SIGNED BY fpf construction corpora~:~on CERTIFICATE OF SURETY, to be signed by a duly authorized official, ~ent or attorney of the Surety Company. In the event that the above Proposal is accepted and thc Contnct ~or the work Is awm'ded to s~td: fpf Cons~ruc=ion Corporation (Name of Bid(lot) In=erna~ional Fidelity InsUrance Coa~an¥ ~= of Surety Company) will cxccute th~ Surcty Bonds as her~inbcforc provided. Theresa S Burke -~:=orne¥-in-Fact , Da~: _lJ. lt/.Ul_, 2o_ SHAC Al-O1 P]~.I OF I lO/OS/Ol Individual Acknowledgment State of County of On this day of. of the year, , before me personally came to me known, and known to me to be the individual in and who executed the foregoing instrument, and acknowledged to me that he/she executed the same. My commission expires Notary Public Corporation Acknowledgment State of ~_..~3...~ ~7~ ~ County of J~-)(~S ~ ? Onthis (__~dayof i (O-,'lbb~l-UJ of the year 0~Jc~ beforeme personally came f~J~/lOJ~ ~---~. 0,.~__ to r~e known,L{vho bein¢l by~uly sworn, did depose and say that ~J ~,,~/she/th. ey re{ride(s) in~ cc[ [?~rtA . ~ that he/she/they is (are) the 'P'/~/_C~q ~ of the q~-~ (~/Y~C~ ~v~J~/~ - , the corporation described in and which executed the above instrument; that he/she/they know(s) the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the board of directors of said corporation, and ~tb~e~.l~'ley signed his/her/their name(s) thereto by like authority. Notary Public State of New York No. 01-SP6047477 Qualified in Suffolk County .~ /~'.,,f- ~. My Commission expires C0mci:=.~ -":;:.::; :,;~;;', ::, 20~._ . --motar~uDIIC ' Surety Acknowledgment State of New York County of Nassau On this 14th day of January of the year 2002 before me personally came Theresa S Burke to me known, who, being by me duly sworn, did depose and say that he/she/they is an attorney in fact of International Fidelity Insurance ComDanv. the corporation described in and which executed the within instrument; that he/she/they know(s) the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he/she/they signed the said instrument and affixed the said seal as Attorney-in-fact by authority of the Board of Directors of said corporation and by authority of this office under the standing resolution thereof. My commission expires AHTHOflY M. SPINA I(otlr~ Public State of New Yodl No, 0]-$P6047477 Qualified in Suffolk Couflty /,... Commission Expires August 28, 20 Notary 15ublic INTERNATIONAl, FIDELITY INSURAN. 'CE cOMPANY HOME OPPICI/: ON~ NEWARK CI~ l-~.l~, 20TH FLOOR NL~VARK,'N~W ~RSaY 0~10/J20~ FOR BID BOND/R.~DEPJCONSENTS/A~'Fu~AVITS INTERNATIONAL FIDELITY INSURANCE COMPANY ONE NEWARK CENTJ~,K, 20ra FLOOR, NEWA.RK, NEW J-I~RSi. gY 07102-5207 STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS AT JUNE 30, 2001 Bond~ (Amortized Value) ................................... ~28,332,~56 Preferred Stocks .......................................... 2,042,100 Common Stocks O~u'k~ V~lue) ............................... 5,648,301 Mort/age Loa~ on Real E~tte ............................... 1,849,973 Real ~*~!c ............................................. 32,000 Cash & Bank Dclmsiu ..................................... 9,633,27~ ~hor~ Term Im,~mmnt~ ............................ ......... 2,527,166 Unpaid Premiums & A~um~l B~!*_n,-~es .......................... 2,723,390 Reimuran~ Recoverable on Lo~ Payments ....................... 5,371,673 Electronic Data processing Equipment ........................... 280,795 Interest & Dividead~ Due and ~ .......................... 571,806 Fed~al ,~, Foreign In~ome Tax Recoverable ...................... 500,000 Fund~ Held in ~crow Accounia. ~ ............................. 12,702,6,10 Colla~al Fund~ Held Under Conwact ........................... (12,702,640) Other Assets ............................................ 286~897 TOTAL ASSBTS ................................. 59.800.0~5 LIABIL1TIESt SURPLUS & Oq'HN~ I~JND$ Losses iReported Los~ Net a~ to Reimum~ Cedei and Incurred But Not Reported Los~) ............................. Loss Adju~le~t ~ ............................. Corttin_~e~t Commi~miolls ,~' ~ ~illli]lu' Ch~'ges ............ Othcr ~ (F. xcluding Taxes, L/cens~ and Fees) .......... Taxes, Licemes & Fees (Bxcludi~ Federal Income Tax) ........ Unean~d Prem/um~ ................................. Ceded Reinsuranc~ Premium~ Payable ..................... 1%nd~ Held by Company Under Reimorame Tr~afie~ .......... Amourm Withh^]d by Company for Accoun~ of Others .......... Liabfliiy for Ummthortz~ Reimurs~e ..................... Other Li~bilttie~ Commt~rl Capital Stock ..................................... Gross Paid-i~ & Con~rib,~ Surplus ............................ Un.signed F.nds (Surplus) .................................. Surplu~ u Regard~ Poli~holden~ ................... TOTAL LIABILITIt/S, SURPLUS & ~ FUNDS .,, $8,722,035 3,649,549 dA0,238 92,479 58,151 i1,314,692 2,048,935 271,878 18'7,761 412,881 3~238 27.201.837 $1,500,000 374,600 30~723,598 32~598~198 I, Franch L. Mi~erhoff, President of IIqTERNATIONAL NIDELrI'Y INSURANCE COIvI~A.NY, certify that the foregoin~ a fair stat_.~ent of A~'t~, Liabilities, Smplus and Other Fun& of this Company, at th~ do~ of business, June 30, 2001, refleaed by it~ IX)oh and records and a~ reported in its atn~em~nt On file Wtlh th~ ~ De~ Of the Stat~ Of N~W Jersey. IN ~ONY WI-I~OF, I have set my hand and aiTvced the seal of the Company, flfl~ 10th day of August, 2001. ~5~RNATIONAL FIDEIXI~ INSURANCE COMPANY PROPOSAL TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK The undersigned, as Bidder, declares that the only persons, company or parties interested in the Proposal as principals arc named herein; that he has carefidly examined the annexed Form of Contract, and the Plans and Specifications therein referrcd to; that he has made a personal examination of the site of the proposed work and such investigations as are necessary to detemaine the character of the materials to be encountered, and he proposes and agrees that if this Proposal is accepted, he will contract with the Town of Southold, New York, to provide the necessary macl)inery, tools, apparatus and other means of construction, and all materials and labor called for by the said Contract,; RFP, Plans and Specifications, or necessary to complete the work in the manner and within the;time set forth in said Contract, RFP, Plans and Specifications, for the prices set forth in the following Form of Proposal: Signature SHAC Al-01 PA-1 OF 1 12/'04/01 I~:~ (7- ~© U PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typexvriter (black ribbon) in completing tiffs proposal form. EACH LINE ITE,M COST AMOUNT. PROJECT ALTEILNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so ~vill result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (I~V~;:e:l~n W°rds): N ~.O~,~~ - DESIGN A~ D.ENGINEERING (Written in Words):&"~:/'~'"'~.~~~ Written in Words): ~~~~ ITEM 1 D - INDEPEND 'T~J,.J, ESTI,~fiERVICES (Written in Words): ~,...~ Wr,tten, Words): ITEM 2 - DIVISION 2~ITE ~O~ f (Written in Words): ITEM 3 - DIVISION 3 - CONCRE~ ~O (XVriuen in W Trds): , iTEM 4 - DIX ISION 4 - MASONRY~K Written in Words): is/4 v ,o / ITEM 5 - DIVISION 5 - METALS (Written in \Vords): ~(S O ~9~" ITEM 6 - (Written io Words): ($ ITEM 7 - DIVISION 7 (Written in Words): ($ ITEM 8 - DIVISION (Written in Words): ($ ITEM 9 - ITEM 10 - DIVISIONS (Written in Words): ($ ITEM 11 - PROJECT ( (Written in Words): ($ ITEM 12 - AS-BUILT D / (Written in Words): ($ ~/~ ~ TOTAL BASE BID ( ; lA THRU 12) ~.~., /-~._ , . (wr:,,e. :, Word,): & a a / ..... ! SHAC AI-0I P-BG (1 OF 4) / 12/03/01 ~l~t, GF40© P PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. Ail work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID xvill be revised as folIoxvs: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall bl held and honored for a period of six months from the date of contract signing. i Note: The bidder is asked to use either,black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Alternate Cost (State whether alternate is to be added or deducted from the base bid cost) ^ltemate NONE $ CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BG (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. TIlE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2~002. THE BIDDER FURTHER AGREES TO FULLY CO3II~LETE THE~q~I~SIGN AN[} CO,.NSTR~C,TION OF THE NEW BUILDING WITHIN Number of Days ~umber of Days written in Wo~ds (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTIIER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500,00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BG (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-0! THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUMNO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND ,SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIE~) SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE~ TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: FLo~.,~u ?,4£K /~1 Ilool BIDDER'S ADDRESS: lO V(--flOEA/'4 ,~t]EMO~5'-' SIGNED BY: ~~TITLE: DATE: I// TELEPHONE ~MBER WHERE THE CONT~CTOR OR A COMPETENT REP~SENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: (5~g) ~3~- ~g NIGHT: (~) ~qa -~?a t FAX: (5,/~) ¥3~/- 3t o~/ FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BG (4 OF 4) 12/03/01 Id~ Q~OUP PROPOSAL Enclose certified check or bid bond for five percent (5%) of the bid total as stipulated in the foregoing Information for Bidders. The Bidder hereby agrees to enter into a Contract within five (5) days.(Sundays excepted) after due notice from the Town of Southold that the Contract has been awarded to it and is ready for signature; such notice to be given in writing within ninety (90) days of opening of the bids; and, on the signing of such Contract by the Bidder, to furnish the indemnifying bonds as provided in the Contract. The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract in accordance with this bid within five (5) days after due notice from the Town that the Contract has been awarded to it and is ready for signature, as given in accordance with the Information for Bidders and/or its failure to execute and deliver the bond for the full amount of the Contract price, as provided in said Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the Town shall (at the option of Town) become due and payable as ascertained and liquidated damages for such default; other~vise, said check or bid bond will be returned to the tindersigned. The full names and residences of all persons and parties interested in the foregoing bid as principals are as follows: NAME ADDRESS NAME OF BIDDER: V~/, ADDRESS OF BIDDER: CLo~'AC DATED AT: IV~S5~O Coo~'r-)/~ N/ THE 1oo I DAY OF O'~r~var/ ,20o :~- SHAC Al-01 PC-I OF 1 10/08/01 I~ GI~OUP PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE Pursuant to Section 103-D of the General Municipal Law, the Contractor makes the following statement under penalty of perjury, and by submission of. this bid or proposal, the Bidder certifies that: (a) this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) this bid or proposal has not been knowingly diseased and will not be knowingly disclosed prior to the opening of the bids or proposals for this project to any other bidder, competitor or potential competitor; (c) no attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) the person signing this bid or proposal certified that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the troth thereof, such penalties being applicable to the Bidder as well as to the person signing in its behalf; (e) attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signatory of the bid or proposal 'on behalf of the corporate bidder. Resolved that ~ W.U7 W~.c6',q ,..,~r, qoc'FoP~-$ CORP. be · (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following project: (Name of Project) and to include in such bid or proposal the certificate as to non-collusion required by Section 103- D of the General Municipal Law as the act and deed of said corporation; and for any inaccuracies or misstatements in such certificate, this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by W ~ bU~zs,q SZ4bcTt,~'¢S at a meeting of its Board of Directors held on thejJ_~day of ?--a~'~;;;, 20g_a co,CP. (Seal of the Corporation) Secretary: Respectfully submitted, FIRM NAME: ~. ~ Vl/BL,3'/./ 5weocToqe:5 Cc~ta. FIRM ADDRESS: ]0 V~°zSe, xi~ 19V~M~'- FLo,,4fi L- P,~K ,v,/ ~5o / SIGNED BY: '~"'~~~ ~ PR1NTNAME: lg// LI,/,4~ ,,fi7 lM,4~5 l~ TITLE: iOt~CS I O'ff ~ T-- SHAC Al-01 PD-I OF 1 10/08/01 · ' Ifl~l,~ GIP.OU P QUALIFICATION OF BIDDERS TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK The Town may make such investigation as the Town deems necessary to determine the responsibility of any Bidder or to determine the ability of any Bidder to perform the Work. Bidders shall ~'rnish to the Town all information and data required by the Town, including complete financial data, within the time and in the form and manner required by the Town. The Town reserves the right to reject any bid if the evidence required by the Town is not submitted as required or if the evidence submitted by or the investigation of any Bidder fails to satisfy the Town that the Bidder is responsible, or is able or qualified to carry out the obligations of the Contract or to complete the Work as .contemplated. Item A (pages 2-3) are to be cop4ed and completed by all members of the design/build team. Items B - K (pages 4-8) are to be completed by the contractor only. Item L (p. ages 9-17), New York State Uniform Contracting Questionnaire, is to be completed by the lowest Bidder AFTER RECEIPT OF BIDS, if requested by the Town, and may be used to assist in determining the Bidder's qualifications. SHAC Alo01 QB - 1 of 8 10/18/01 ~,~ C-P~OUP QUALIFICATION OF BIDDERS A. The following is a list showing the name of the Owner, Location, Date of Construction, General Description of Work, Amount of the Contract and Contract Period for projects of similar nature in size, construction method and construction procedure, which have been completed by the undersigned as the prime contractor, and which have been in operation for a period of not less than one year, (minimum of five such projects). Project No.1 Owner: ~OO Tt4ol. D ,5C. b~ U Contact Name and Phone Number: ~' CD OtST-RtcT- o L r/_. ,4 tO Contract Period: Location: General Description: Contract Amount: Project No.2 Owner: 0 y 8-'F,E/e- Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: (~/qy'- 6,bfT NoRt,O,cH C, S, D . Ng o SHAC Al-01 QB - 2 of 8 10/18/01 QUALIFICATION OF BIDDERS Location: General Descrip. tion: Contract Amount: Project No.3 Owner: }Q3 O~J-r-A/c~K /Tiff Contact Name and Phone Number: Contract Period: / ~ ~- / Project No.4 Owner: ' GIi~L ~CO[/'r~ Contact Name ~d Phone Number: Location: ~ H~~ General Description: Contract Amount: Contract Period: Project No.5 Contact Name and Phone Number: Location: L oto C~ General Description: Contract Amount: Contract Period: SHAC Al-01 QB- 3 of 8 10/18/0l [t~ GFqOU D QUALIFICATION OF BIDDERS Size of construction crew to be maintained on a regular basis for this contract: /~5 Superintendent's Name: ~q/~LE$ G20 IN Ix/ If other than corporation or partnership, describe organization and name principals: Have you ever failed to complete any work awarded to you? If so, note when, where and why: Eo Has any officer or partner of your organization ev[r been an officer or a partner of another organization that failed to complete a c~nstruction contract.'? If so, state circumstances: /'4O List the construction experiences of the principal individuals of your organization: SHAC Al-01 QB - 4 of 8 10/18/01 ~t~ GP~OUP QUALIFICATION OF BIDDERS Trade references: £05 tgPoog V,Lee Bank references: /7o ¢UL~? /~,V¢¢' F~?~c ~ /V)/ //oo/ Name of Bonding Company and name and address of agent: We normally perform,~'O% of the work with our own forces. We intend to perform 30 % of the work on this project with our own forces. List trades below of work to be subcontracted or that may be subcontracted: ~UTLE)~ ,I~OOF SHAC Al-01 QB- 5 of 8 10/18/01 I~ OROUP QUALIFICATION OF BIDDERS K. The following is a list of the major areas of construction work under this contract to be performed by subcontractors to the bidder, showing the Type of Work and the name of the Owner, Location and Date of Construction for work of similar nature in size, construction method and construction procedure, which have been completed by the undersigned, and which have been in operation for a period of not less than one year, (minimum of five such projects). Subcontractor Name: ~ B ~'- ~ ~'-7-~-,~/t~/AJ.~ ~) // Type of Work: "/~'~0 ST-- - 8 ! D Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount SHACA1-01 QB- 6of8 10/18/01 14~ GI'~OU P QUALIFICATION OF BIDDERS Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount SHAC Al-01 QB- 7 of 8 10/18/01 QUALIFICATION OF BIDDERS The Town of Southold reserves the right to reject any and all bids which do not include a completed qualifications section and/or do not meet the necessary qualifications criteria, for both prime contractor and subcontractors, as described within this qualifications section, for construction work to be performed and completed as required by the contract documents. BIDDER FW,~NA~E: ~.'T W,q/,~,q a'T',Cuc'CU, ee._s corP. PREPARED BY: TITLE: SHAC Al-01 QB- 8 of 8 10/18/01 January 16, 2002 Town of Southold 53095 Main Road Southold, NY 11971 Attn: Town Clerk Re: New Animal Shelter Building Gentlemen: This letter will verity that a responsible representative ofW.J. Walsh Structures Corp. has visited the project site to verity the scope of work on the above re£ereneed project. Wii~V ~side~jZ ~ 'fOR~ TAR'f ?uet.~ , ~0.01G~,6025305 coQi~Oi~,ON EXp,R~.S t~N' 24, W.J. Walsh Structures 10 Verbena Avenue Floral Park, New York 11001 Phone: 516-437-2308 Fax: 516-437-3107 Email: walshstructures@aol.com STATEMENT OF SURETY'S INTENT To: Town of Southhold We have reviewed the proposal of W.J. Walsh Structures Corp. (Contractor) of 10 Verbena Avenue, Floral Park, NY 11001 (Address) for New Animal Shelter Building per Project No. SHAC - Al - 01. Bids for which will be received on January 17, 2002, and wish to advise that should this bid of the Contractor be accepted and the Contract awarded to him, it is our present intention to become Surety on the Performance Bond and Labor and Material Payment Bond required by the Contract. Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assume no liability to you or third parties if for any reason we do not execute the requisite bonds. We are duly authorized to do business in the State of New York. Attest: ORISKA INSURANCE COMPANY ~---~urety's Authorized signature(s) ' Gerald Swarthout, Attorney-in-Fact Attach Power of Attomey (Corporate Seal, if any. If no seal write "NO SEAL" across this place and sign.) (This form must be completed and submitted with the Proposal) Statement of Surety's Intent Page 1 of 1 ORISKA INSURANCE COMPANY ORISKANY, NEW YORK POWER OF ATTORNEY Know al/men by these Presents, the ORISKA INSURANCE COMPANY, as a New York Corporation, having its principal office in the Village of Oriskany, County of Oneida, State of New York, does hereby make, constitute and appoint Gerald Swarthout of Oriskany, New York, its true and lawful Attomey(s)~in-Fact in their separate capacity if more than one is named above to execute, sign, seal and deliver for and on its behalf as surety and as its act and deed (without power ofredalegatinn) uny and all bonds and undertakings and other writings obligatory in nature thereof (except bonds guarunteeing the payment of principa3and interest of notes, mortgage bonds and mortgages) provided the amount of no one bond or undertaking exceeds UNLIMITED Dollars ($ UNLIMITED .). The execution of such bonds und undertakings shall be as binding upon said ORISKA INSURANCE COMPANY as fully and to all intents and purposes as if the same had been duly executed and acknowledged by its regularly elected officers at its Home Office in Oriskany, New York. This Power of Attorney is granted under and by authority of thc following resolution adopted by the Directors of ORISKA INSURANCE COMPANY on the l 1t~ day of October, 1994. RESOLVED, that thc President or any Vice President, in conjunction with thc Sevretary or any Assistant Secretary, be and they ate hereby authorized and empowered to appoint Astomeys4n-Fact of the Company, in its name and as its acts, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizance, contracts of indemnity and all other writings obligatory in the nztore thereof, with power to attach thereto the seal of the Company. Any such writing so executed by such Attorneys-in-Fact shall be binding upon the Company as if they had been duly achanwledged by the regularly elected officers of the Company in their own proper persons. "NOW THEREFORE, the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney by a facsim fie, and any such Power of Attorney beating such facsimile siguaturez or scm shall be valid and binding upon the Company/' IN WITNESS WHEREOF, the ORISKA INSURANCE COMPANY has caused these presents to be signed by its Authorized Officers, this 11T~ day of October, 2000. Assistant Secretary STATE OF NEW YORK) COUNTY OF ONEIDA )ss.: ORISKA INSURANCE COMPANY President On the I Im day of October, 2000, before me, a Notary Public in and for the State of New York, personally came Donna Carney and James M. Kernan, to me known, who acknowledged execution of thc preceding instrument and, being duly sworn, do depose and say, that they arc Assistant Seeratary and president, respectively, of ORISKA INSURANCE COMPAWY; and that the seal affixed to said instrument is the corporate seal of ORISKA INSURANCE COMPANY; and that the said corporate seal is awvted and their signatures subscribed to said instrument by authority and order of the Board of Directors of said corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand at Oriskany, New York, thc day and year first above written. JUDITH A. BINGHAM Notary Public, State of New No. 01B10295 ! 25 Qualified in Oneida Counilf C4mmt~lon Expires March 30, STATE OF NEW YORK) COUNTY OF ONEIDA ) ss,: ~otary Public I, Donna Camay, the Assistant Secretary of the ORISKA INSURANCE COMPANY, do hereby certify that the foregoing is a true and correct copy of the Power of Attorney, executed by said ORISKA INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the Seal of the said corporation at Oriskany, New York, this ~_Sth day of _~TJ;~'l~y __ ~ 20 02. THE AMERICAN INSTITUTE OF ARCHITECTS Bid Bond AIA Dooumont A$10 Bond No. JK1002373-6 KNOW ALL MEN BY THESE PRESENTS, that we W.J. Walsh Structures Corp., 10 Verbena Avenue, Floral Park, NY 11001, as Principal, hereinafter called the Principal, and the ORISKA INSURANCE COMPANY, 1310 Utica Street, P.O. Box 855, Oriskany, NY 13424 a corporation duly organized under the laws of the State of New York, as Surety, hereinafter called the Surety, are held and firmly bound unto the Town of Southold, as Obligee, hereinafter called the Obligee, in the sum of 5% of Bid Amount, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for New Animal Shelter Building per Project No. SHAC - A1 -01. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds ~s may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material fm'nished in the prosecution thereof, or in the event of the failure of the Principal to enter such Conltact and give such bond or bonds, if the Principal shall pa to the Obligee the difference not to exceed the penalty bereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith conlract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 15th day of January, 2002. (Witne~] ('~ilness) W. J. Walsh Structures Corp. ORISKA ~'CE COMPANY I Gerald Swarthout Attomey-in-Fact AIA DOCUMENT A310 BID BOND AIA FEBRUARY 1970ED THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 ORISKA INSURANCE COMPANY ORISKANY, NEW YORK POWER OF ATTORNEY Know all men by these Presents, the ORISKA INSURANCE COMPANY, as a New York Corporation, having its principal office in the Village of Oriskany, County of Oneida, State of New York, does hereby make, constitute and appoint Gerald Swarthout of Oriskany, New York, its tree and lawful Attomey(s)-in-Fact in their separate capacity if more than one is named above to execute, sign, seal and deliver for and on its behaifas surety and as its act and deed (without power ofredelegation) any and ail bonds and undertakings and other writings obligatory in nature thereof(except bonds guaranteeing the payment of principa3und interest of antes, mortgage bonds and mortgages) provided the amount of no one bond or undertaking exceeds UNLIMITED Dollars ($ UNLIMITED ). The execution of such bonds and undertakings shall be as binding upon said ORISKA INSURANCE COMPANY as fully and to all intents and purposes as if the same had been duly executed and acknowledged by its regularly elected officers at its Home Office in Oriskany, New York. This Power of Attorney is granted under and by authority of the following resointion adopted by the Directors of ORISIO, INSURANCE COMPANY on the 11'h day of October, 1994. RESOLVED, that the President or any Vice President, in conjunction with the Sec~tmy or any A~sistant Secretary, be and they ~re hereby authorized and empowered to appoint Attorneys-in-Fact of the Company, in it, name mad a~ its act,, to execute and acknowledge for and on it, behalf a~ Surety any and all bonds, recognizance, contract, of mdemmity and all othe~ wdtthgs obligatory in thc nathm flacreof, with power to attach thereto thc seal of the Company. Any such writing so executed by such Attorneys-in-Fact shall be binding upon the Company ~ if they hod been duly acknowledged by the mgnlarly elected officers of the Company in their o~n proper persons. "NOW THE~FORE, the signatures of such officem and the seal of the Company may be affixed to any such Power of Aaomey by a facsimile, and any such Power of AUomey bearing such facsimile signatures or seal shall be valid and binding upon the Company." IN WITNESS WHEREOF, the ORISKA INSURANCE COMPANY has caused these presems to be signed by its Authorized Officers, this 11 m day of October, 2000. STATE OF NEW YORK) COLrNTy OF ONEIDA ) sS.: ORISKA INSURANCE COMPANY Assistant Secretary ~~ President On the 11~' day of October, 2000, b~fore ma, a Notary Public in and for the Stat~ of New York, pe~onally game Donna Carney and James M. Kernan, to me known, who acknowledged execution oftbe preceding thstmment and, being duly sworn, do depose and say, that they are Assistant Secretary and President, respectively, of ORISKA INSUR.4~CE COMPANY; and that the seal affixed to ssid instrument is thc corporate seal o fORISKA INSURANCE COMPANY; and thaIthc said ~orporate seal is affixed and their signatures subscribed to said instrument by authority and order of thc Board of Di~ctors of said corporation. 1~ TESTI~4ONY WHEREOF, I hove hereunto set my hand at Oriskany, New York, thc day and year first above wriaen. JUDITH A, BINGHAM No. 01 BI0295 ! 26 Qualified in Oneida Counrt aqotary Public Commission Expires March STATE OF NEW YORK) COUNTY OF ONEIDA ) ss,: 1, Donna Carney, the Assistant Secretary of the ORISKA I~SURANCE COMPANY, do hereby cetti~ that the fonggoing is a true and correct copy of the Power of AUomey, executed by said ORISKA INSURANCE COMPANY, which is still in full for~ and effect. IN WITNESS 'WIIEREOF, I have hereunto set my hand and affixed the Seal of the smd corporation at Oriskany, New york, this 15tXllday of January .20 02._. ORISKA INSURANCE COMPANY FINANCIAL STATEMENT AS OF DECEMBER 31, 2000 FROM ANNUAL REPORT FILED WITH NEW YORK INSURANCE DEPARTMENT ASSETS U.S. Govermnental Direct Guaranteed Bonds All Other Bond Stocks Cash Equities & Deposits in Pools & Associations Premium in Coursc of Collection Premium Booked But Deferred Interest due and Accrued Reinsurance Recoverables Receivable from Parent Other Receivables Total Admitted Assets $ 3,836,532 $ 0 $ 1,671,487 $ 2,238,482 $ 0 $ (407,742) $ 503,456 $ 55,472 $ 788,391 $ 496,171 $ 1,031,000 $ 10,213,249 LIABILITIES AND SURPLUS Reserve for all Losses $ 3,451,341 Unearned Premiums $1,965,726 Reserve for Claim Expeme $ 485,562 Dividends $ 0 Taxes Accrued $ 104,244 Federal Income Tax $ 57,019 Amounts Withheld on Accouat of Others $ 793 Provisions for Reinsurance $ 0 Miscellaneous Accounts Payable $ 189,207 Contingent Commissions $ 0 Total Liabilities $ 6,253,892 Surplus Common Stock Gross Paid in aad Contributed Surplus Ua,assigned Funds Surplus as regards Policyholders $1,500,000 $ 2,859,O68 ($ 399,711) $ 3,959,357 Toml $10,213,249 STATE OF NEW YORK ) COUNTY OF ONEIDA ) ss.: James M. Keman, President of the ORISKA INSURANC~E COMPANY, Oriskaay, New York, being duly sworn, says t~at he is rite above described otflcer of said Corporation, all of the assets shown abgve were the absolute propet~y of the said corporation, flee aad ciea~ from all liem or claims thereon except as above stated, and that the foregoing statement is a ~ and tree exhibit of all assets and Iial~flities of the said Corporation at the d~se of business December 31, 2000, according to the best oflfis knowledge, information and belief. Subscribed and Sworn to before me Frank R, Talarico, Secretary S. J. Hoerning Consteuction. Inc. Phone (6~1) 206-1676 Fax (631) 968-0344 January 15, 2002 Town of Southold 53095 Main Road Southold, NY 11971 RECEIVED JAN 1 7 2002 $o,th0H Torn Clert 1471 Fifth Avenue Bay Shore, NY 11706 RE: Project No. SHAC A1-01 Town of Southold Animal Shelter Building This letter will certify I have visited the site of the above-mentioned project to vedfy the scope of work for Contract G - General Building Design & Construction. President State of New York County of Suffolk On the/~' day of ,_'~Y 2002. before me personally came -.T~i to me known, who, being duly sworn, did depose and say that he is ~'~ /3 e ,u T of · .~-~ /7~,f~/CY,~)~ ~/_L~]'~~he entity described in, and which executed, the foregoing instrument. Notary Public, 8tire of Now York No. 01WA6030~57, StJffolk Commllllon Gxplml ~lpt. 20, 20.g~ PROPOSAL OFFER OF ,SURETY In the event the above Proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful perfom~ance bond, and on bond to protect labor mid material, the following Surety: THE HANOVER INSUP, ANCE COMPANY (Name of Surety Company).~. ., :5~// CERTIFICATE OF SURETY, to be signed ly authorized official, agent or atlomey of the Surety Company. In the event that the above Proposal is accepted and the Contract for the work is awarded to said: (Name of Bidder) the THE HANOVER INSURANCE COMPANY ('Karl"of Surety Company) will execute the Surety Bonds as hereinbefore provided, SIGNE (~k~thonzed Oftieial, Agent or Attorney) Milena Langert, Attorney.in-fact Dated: Jan. 15, ,2o 02 SHAC Al-01 PE-1 OF 1 10/05/01 ALLMERICA FINANCIAL® HANOVER INSURANCE® Bid Bond The Hanover Insurance Company KNOW ALL MEN BY THESE PRESENTS, that we S.J. HOERNING CONSTRUCTION INC. 1471 FIFTH AVENUE BAY SHORE, NEW YORK 11706, as Principal, hereinafter called the Principal and THE HANOVER INSURANCE COMPANY 100 NORTH PARKWAY WORCESTER, MA 01605, a corporation duly organized under the laws of the State of New Hampshire, as Surety, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOUTHOLD 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971, as Oblige®, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE AMOUNT BID Dollars ($5%)/'or the payment of which sum well and truly to be made, the said Principal and the said Surety brad ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has subm/tted a bid for ANIMAL SHELTER BUILDING, CONTRACT G - GENERAL BUILDING DESIGN & CONSTRUCTION NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as m~ay be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Oblige® may be in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 14th day of JANUARY, 2002. (Witness) t~/ime~s) ~ S.J. HOERNING CONSTRUCTION INC. (Principal) THE HANOVER INSURANCE COMPANY (Surety) By: 1L~m y~ M ¢ - - ,~U~ETY ACKNOWLEDGMENT STAT~OFN~WYORK COUNTY OFNASSAU SS: On this 14th day of JANUARY in the year 2002, before me personally came MILENA LANGERT to me known, who being by me duly sworn, did depose and say that he resides in WESTBURY, NY; that he is the attorney~in-fact of THE HANOVER INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. NOTARY PUBLIC STAMP SHARON $CHIS~EL NOTARY PIJBMC, State of New York No. 018C6065816 .f?'~Cfl. ed in Ou;~s County ~ommls.c, inr~ ~x,~,i-~,: October 29, INDIVIDUAL- PRINCIPAL STATE OF COUNTY OF NOTARY PUBLIC SS: On this __ day of , 20__ instrument and duly acknowledged to me that ., before me, the undersigned personally came and appeared to me personally known and known to me to be the individual described in and who executed the foregoing executed the same. NOTARY PUBLIC STAMP NOTARY PUBLIC CORPORATION - PRINCIPAL STATE OF /['2~ { SS: COUNTY OF ~ On this /,.~- day of ~ , 20 O~,, before me came to me known, who, bein~C~oy me duly~worn, did depose and say that he resides at / ~¢/~, /ti/_z)//jg<;¢'~/(~o~,,/~.y~ .~//-z¢.¢...~' that he is /'~/P,.%J/5~-/c, ;-- of $.J. HOERNING CONSTRUCTION INC. the corporation described in and which executed the foregoing instrument as principal; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. NOTARY PUBLIC STAMI~usAN C. WARREN Notary Public, State of New York No. 0 lWA6030657, Suffolk County Commission Explrea Sept, 20, 2005. PARTNERSHIP - PRINCIPAL STATE OF COUNTY OF SS: NOTARY PUBLIC On this __ day of ,20 , before me personally came known, and known to me to be a member of the firm of me that he executed the same for the uses and purposes therein mentioned. NOTARY PUBLIC STAMP to me personally and he duly acknowledged to NOTARY PUBLIC This Power of Attorney may not be used to execute any bond with an InCeption date after Sltl2004 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAYINSURANCE COMPANY POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire do hereby constitute and appoint Scott R. Trelber, Richard Guarini, Gary Morrissey, Milena Langert, H. Craig Treiber, Jean C. Speim and/or Sharon Schlssel of Garden City, NY and each is a tree and lawful Attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed, at any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows: -Any such obligations In the United States, in any amount - And said companies hereby ratify and confirm all and whatsoever said Attomey(s)-in-fact may lawfully do in the promises by virtue of these pesents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: · RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as its ac~s, to execute and acknowledge for and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers ofcitation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-fact shall be as binding upon the C~npany as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons.' (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982- Massachusetts Bay Insurance Company) IN WITNESS WHEREOF, THE HANOV~,I~..INSURANCE COMPANY AND MASSACHUSETTS BAY INSURANCE COMPANY have caused these presents to be sealed with their respectivec~.~;ll~l.*~, duly' attested by a Vice President qnd an Assistant Vice President, this 1st day of May, 2001. ~lllu!/Ur///// ×~ ~.~ ~U,~.~ ~/'~,, _~/,c~ ~---~-~-~_~ THE HANOVER INSURANCE COMPANY .-'_o~TM ~,:~ ~ Assistant Vice President THE C O a I~l~n'[~,'~ S..~ c H u S E'l-t'S ) CouNrv~~ r~ ) ss. On this 1at day of May, 2001, before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company and Massachusetts Bay Insurance Company, to me personally known to be the individuals and officem described herein, and acknowledged that the seals affixed. J[~lMIN~i. ng instrument are the corporate seals of The Hanover Insurance Company and Massachusetts Bay Insurance Company, resl~l~x~i.l~ka~, t~,said cerpomte seals and their signatures as officers v~re cbly affixed and subscribed to said instrument by the authority ani~ll~zl~ef ~J .l~,,~tions. .,~ _ . : : I Nofe yPublic ~'~[ ~ ~OS/l~ .~ ~. _l My Commission Expires November 26, 2004 I, the uede'll~l~ .i .J .I.~'r~/.~,ss..."~*s"[ant ~/T'_g~.~°re'e'~"..,l~'ent of The Hanover Insurance Company and Maseachusetts Bay Insurance Company, hereby cert,fy that the above a~l~ll~.~'~'~[.~lrand correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said P'~ still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company and Massachuseffs Bay Insurance Company. "RESOLVED, That any and all Powers of Attorney and Certif'~d Copies of such Powers of Attorney and ceAification in respect thereto, granted and executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile.' (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 - Massachusetts Bay Insurance Company) I GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this I~day of ,Jl~//~)L/'~r~ , THE HANOVER INSURANCE COMPANY MASSAC~ COMPANY Assistant Vice President ALLMERICA FINANCIAL® HANOVER INSURANCE® The Hanover Insurance Company 100 North Parkway Worcester, MA 01605 Financial Statement Bedford, New Hampshire FINANCIAL STATEMENT AS OF DECEMBER 31, 2000 ASSETS 2000 Cash in Banks (Including Short Term Investments) ................................................. $ 57,908,121 Bonds and Stocks .................................................................................................. 2,308,929,540 Other Admitted Assets .......................................................................................... 675,375,207 Total Admitted Assets ........................................................................ 3,042,212,868 LIABILITIES, CAPITAL AND SURPLUS Reserve for Unearned Premiums ........................................................................... Reserve for Loss and Loss Expense ........................................................................ Reserve for Taxes .................................................................................................. Funds held under reinsurance treaties ................................................................... Reserve for all other Liabilities .............................................................................. Capital Stock - $1.00 par ......................................... $ 5,000,000 Net Surplus .............................................................. 1,027,772,342 Policyholders' Surplus ........................................................................................... Total Liabilities, Capital and Surplus ..................................................................... $ 588,355,522 1,241,814,543 0 8,784,900 170,485,561 1,032,772,342 3,042,212,868 COMMONWEALTH OF MASSACHUSETTS ils .s.: COUNTY OF WORCESTER l Henry R St. Cyr, Asst. Treasurer of The Hanover Insurance Company, being duly sworn deposes and says that he is the above described officer of said Company, and certifies that the foregoing statement is a true statement of the condition and affairs of the said Company on December 31,2000. HENRY R S'E CYR Asst. Treasurer I~ c. si20 U P QUALIFICATION OF BIDDERS TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK The Town may make such investigation as the Town deems necessary to determine the responsibility of any Bidder or to determine the ability of any Bidder to perform the Work. Bidders shall furnish to the Town all information and data required by the Town, including complete financial data, within the time and in the form and manner required by the Town. The Town reserves the right to reject any bid if the evidence required by the Town is not submitted as required or if the evidence submitted by or the investigation of any Bidder fails to satisfy the Town that the Bidder is responsible, or is able or qualified to carry out the obligations of the Contract or to complete the Work as contemplated. Item A (pages 2-3) are to be copied and completed by all members of the design/build team. Items B - K (pages 4-8) are to be completed by the contractor only. Item L (pages 9-17), New York State Uniform Contracting Questionnaire, is to be completed by the lowest Bidder AFTER RECEIPT OF BIDS, if requested by the Town, and may be used to assist in determining the Bidder's qualifications. SHAC Al-01 QB- 1 of 8 10/18/01 I~,~ C-J~OUP QUALIFICATION OF BIDDERS A. The following is a list showing the name of the Owner, Location, Date of Construction, General Description of Work, Amount of the Contract and Contract Period for projects of similar nature in size, construction method and construction procedure, which have been completed by the undersigned as the prime contractor, and which have been in operation for a period of not less than one year, (minimum of five such projects). Project No.1 Owner: 4TEE [ Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.2 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: SHAC Al-01 QB - 2 of 8 10/18/01 QUALIFICATION OF BIDDERS Project No.3 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.4 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.5 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: SHAC Al-01 QB- 3 of 8 10/18/01 !~ G[2OUP QUALIFICATION OF BIDDERS Size of construction crew to be maintained on a regular basis for this contract: Superintendent's Name: --~ ,~ ,~ e e h 14~ ~z,~ ~ ,4c~ If other than corporation or partnership, describe organization and name principals: Have you ever failed to complete any work awarded to you? If so, note when, where and why: Has any officer or partner of your organization ever been an officer or a partner of another organization that failed to complete a construction contract? If so, state circumstances: List the construction experiences of the principal individuals of your organization: SHAC Al-01 QB - 4 of 8 10/18/01 I~ GP. OUP QUALIFICATION OF BIDDERS Trade references: Bank references: Name of Bonding Company and name and address of agent: We normally perform.~2~ of the work with our own forces. We intend to perform % of the work on this project with our own forces. List trades below of work to be subcontracted or that may be subcontracted: SHAC Al-01 QB- 5 of 8 10/18/01 QUALIFICATION OF BIDDERS K. The following is a list of the major areas of construction work under this contract to be performed by subcontractors to the bidder, showing the Type of Work and the name of the Owner, Location and Date of Construction for work of similar nature in size, construction method and construction procedure, whicb have been completed by the undersigned, and which have been in operation for a period of not Jess than one year, (minimum of five such projects). Subcontractor Name: 7~o /2 ~ DE ;'-e~,~.,g //v~ Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount SHAC Al-01 QB- 6 of $ 10/18/01 QUALIFICATION OF BIDDERS Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: T},pe of Work: Owner Contact Name Phone Number Location Contract Amount SHAC Al-01 QB - 7 of 8 10/18/01 It~ QB©UP QUALIFICATION OF BIDDERS The Town of Southold reserves the right to reject any and all bids which do not include a completed qualifications section and/or do not meet the necessary qualifications criteria, for both prime contractor and subcontractors, as described within this qualifications section, for construction work to be performed and completed as required by the contract documents. BIDDER FIRM NAME: ADDRESS: PREPARED BY: SIGNED BY: TITLE: SHAC Al-01 QB - 8 of 8 10/18/01 ~1t1612~02 14:38 516-8~2-1791 JOLLY CC'NSTRIJCTIOH ~AGE 0S JOLLY CONSTRUCTION CO.,/NC. 1115 Marconi Boulevard C0piBgue, New York 117;~.2816 Phone; (631} 842-3333 Fax,. (631) 842-1zgI Village Club of Sands Point, 5,000 sf, Richard Bernhardt (516} 883-7943 Colucci Marketing, 4,000 sf, Mastic, NY, Curtis Colucci (914) 948-6305 Indian Hills Country club, 2,400 sf, Northport, NY Keith Milier (631) 261-5700 St. James RC Church, 7,700 sf, Setauket, NY, Dandrea Construction (Nick Liberatoscioli Jr.) (631) 242-9780 Crestwood Country day School, 2,400 sf, Melville, NY SHERRI BUILDERS INC., Tony Tishner (516) 791.3791 S J Hoerning Construction, Inc. 1471 Fifth Ave, Bay Shore, NY 11706 (631) 206-1676 Fax (631) 968-0344 PROJECTS COMPLETED: Sachem Central School District Additions To Tamarac School Contract Amount: $456,000.00 Owner: Sachem CSD AIA: Sammel Architecture David Sammel (914) 273-0070 South Side High School Auditorium Floor Replacement Contract Amount: $44,000.00 Owner: Rockville Centre UFSD AIA: Sammel Architecture David Sammel (914) 273-0070 Victory Engine Company #4 Renovation of Meeting Room Contract Amount: $19,165.00 Owner: Inc. Village of Hempstead Contact: Fred Sandas (516) 486-0311 South Side High School Corridor Ceiling Replacement Contract Amount: $91,500 Owner: Rockville Centre UFSD AIA: Cameron Engineering & Assoc. Nick Kumbatovic (516) 827-4900 Robert C. Murphy JHS & Paul J. Oelinas JHS Science Room Interior Alterations Contract Amount: $298,000 Owner: Three Village Central School District AIA: Burton, Behrendt & Smith Michael Tmsca (631) 475-0349 S J Ho rning Construction. Inc. 1471 Fifth Ave, Bay Shore, NY 11706 (631) 206-1676 Fax (631) 968-0344 PROJECTS COMPLETED (page 2) Sept 1999 to March 2000 Terryville Fire Dept New Substation ConUact Amount: $205,000 Owner: Tertyville Fire District Construction Manager: Park East - James Wojcik (631)549-9800 Lindenhurst Ceiling Contract - 6 Elementary Schools Contract Amount: $398,000 Owner: Lindenhurst UFSD AIA: Baldassano Architectural Group Matt Antonucci RA (631) 580-2100 Lindenhurst Middle School Cafeteria Renovation Contract Amount: $392,000 Owner: Lindenhurst UFSD AIA: Baldassano Architectural Group Matt Antouncci RA (631) 580-2100 March 1999 to Oct 1999 Gardiner Manor Elementary School Four Classroom Addition Contract Amount: $543,000 Owner: Bay Shore UFSD AIA: Burton Behrendt & Smith Roger Smith (631) 474-0349 July 1999 to Nov 1999 Bay Shore High School Library Renovation Contract Amount: $199,000 Owner: Bay Shore UFSD AIA: Burton Behrendt & Smith Roger Smith (631)474-0349 S J Hoerning Construction. Inc. 1471 Fifth Ave, Bay Shore, NY 11706 (631) 206.-1676 Fax (631) 968-0344 PROJECTS COMPLETED (page 3) 3uly 1999 to Nov 1999 Bay Shore High School Cafeteria Renovation Contract Amount: $325,000 Owner: Bay Shore UFSD AIA: Burton Behrendt & Smith Roger Smith (631)474-0349 March 1999 to Nov 1999 Jerusalem Ave Firehouse General Repairs Contract Amount: $63,114.00 Owner: Inc. Village of Hempstead Contact: Kevin Candido (516) 486-0311 North Patchogue Fire Dept Concrete Foundation Contract Amount: $545,000 Owner: North Patchogue Fire District AIA: Martin Sendelwski (631)727-5352 Bay Shore High School Ceiling Contract and Framing Contract Amount: $239,000 Owner: Bay Shore UFSD AIA: Burton Behrendt & Smith Roger Smith (631) 474-0349 Sunquam Elementary School Site Work and Storm Drainage Installation Contract Amount: $52,000 Owner: Half Hollow UFSD Construction Manager: Park East - James Wojik (631 )549-9800 S J Ho~ening Consteuction, Inc. 1471 Fifth Ave, Bay Shore, NY 11706 (631) 206-1676 Fax (631) 968-0344 PROJECTS COMPLETED (page 4) Sewanaka Central School District New Running Track: Excavation, Curbs, Asphalt and Restoration Contract Amount: $238,000 Owner: Sewanaka UFSD AIA: Migone Associates Ira Berson (631)661-6782 Jo~eoh W. Hoer~ing JO~ O~IECTIVE S~lf Employed Bay Shore, New York 11706 1993 to Present 1988 to 1993 1954 to 198B 1981 to 1984 EMPI,,QYMENT S. J. Ho~ning Comu}ting / Construction Bay Shore, New York Construction Manager / Estimator/Owner Tully Construction Corp Flushing, New York Cost Estimator Duck Industries, LT~ Islip, New York Cost Estimator J.D. Po~I~ Inc. Farm'mgdat~, .N,w York Pro t ED~J. CATIQN Bay Shor~ High School Rzgt~r~ Endorserr,.nt State Universiiy 0fNew York At Farm'mgdale Degree: Associate Degn~e In Civil Technology Polytechnic Institate Of Technology Degree: Bachelor Degree In Civil Technology (corttirroe) Resume Of: Joseph W. Hoerning Page 2 EXPERIENCE HIGHLIGHTS EROJE.C.T ENGINEERING: 1. NY.SD.O.T - Road reconstruction ofleric'ho Tpke. Huntington New York. Project included drainage, curbs, concrete pavement, agphalt, excavating, utility work and landscaping Contract Lenght: 2 years (13 million) 2. N.Y S.D.O.T - Road reconstruction of Sunrise highway, Islip New York. Construction of new asphalt service roads and concrete rienforced elevated express highway. Construction of two 10St steel girder and concete bridge deck abutment structures. Major utility relocation and traffic signal work. Contract Length 2 years(11 million) 3. Nassau County Department Of Public Works: Cedar Creek Water Pollution Control Plant, Wantagh. New York. Construction of underground electrical duct bank and manholes. Cotrtra~t Lc-mght 6 month~ ($Z50,OOO) 4. JFK540: Port Authority Of New York: JFK Airport, construction of major roadway package for main terminal. Including prestress concrete design bridge work. Contact Lenght 2 Years ( 14.9 Million) 5. N.Y.S. Dormitory Authority: Co~'uction Ora 27000sfindustfi~l building. 13000 sf Pre-engineered storage facility connected to a 14000sfmasonry construction. ($1.9 Million) 6. S. C. College: Construction Of new Alpha Building addition: Construction of load cmu walls with steel trusses Metal standing seam roof 7 Various small municipal and private projects ranging form $50,000 to $500,000 I~,~, ,(~, F.'f; L) PROPOSAL RECEIVED Southold Town Clerk TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK The undersigned, as Bidder, declares that the only persons, company or parties interested in the Proposal as principals are named herein; that he has carefully examined the annexed Form of Contract, and the Plans and Specifications therein referred to; that he has made a personal examination of the site of the proposed work and such investigations as are necessary to determine the character of the materials to be encountered, and he proposes and agrees that if this Proposal is accepted, he will contract with the Town of Southold, New York, to provide the necessary machinery, tools, apparatus and other means of construction, and all materials and labor called for by the said Contract, RFP, Plans and Specifications, or necessary to complete the work in the manner and within the time set forth in said Contract, RFP, Plans and Specifications, for the prices set forth in the following Form of Proposal: Signed SHAC Al-01 PAd OF t 12/04/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or type~vriter (black ribbon) in completing tbis proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (Written in Words): ITEM lB - DESIGN AND ENGINEERING (Written in Words): (S IO~o©©°~ ) ITEM lC GENERAL REQUIREMENTS (Written in Words): ($ '?-oO~OOO - ) ITEM 1D - INDEPENDENT TESTING SERVICES (Written in Words): ($ \ 2,0CD ~ ITEM 1E - PROJECT SUPERVISION oO (Written io Words): (S z¥O ,~C)C~ ~ ITEM 2 - DIVISION 2 - SITE WORK (Written in Words): (S (oO~. C)C.I.) ' __ ITEM 3 DIVISION 3 - CONCRETE WORK (Written in Words): (S %GtOU,3- ITEM 4 DIVISION 4 - MASONRY WORK (Written in Words): ITEM 5- DIVISION 5 METALS (Written in Words): ITEM 6 - DIVISION 6 - WOOD AND PLASTICS (Written in Words): OO ($ ~oloOO- ) ITEM 7 - DIVISION 7 - THERMAL & MOISTURE PROTECTION (Written in Words): ITEM 8 - DIVISION 8 - DOORS & WINDOWS (Written in Words): ITEM 9 - DIVISION 9 FINISHES ~ (Written in Words): ($ d.?'~ OC~ - ) ITEM 10 - DIVISIONS 10 ~ 14 o~ (Written in Words): ($ ::;~C.7..OO - ) ITEM 11 - PROJECT CLOSEOUT (Written in Words): ($ '~:/DO~) -- ) ITEM 12 - AS-BUILT DRAWINGS oa (Written in Words): ($ ~ - ) TOTAL BASE BID (ITEMS lA THRU 12) CO (Written in Words): SHAC Al-01 P-BG (1 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same xvill be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigmed further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Alternate Cost (State whether alternate is to be added ('~k or deducted from the 0 ~ ~ base bid cost) Alternate # I NONE $ CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BG (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC A1-0I THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES TItE RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTtt WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY 'FILE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( '~,~ )'Tv,z¢~ xq,.~,~cA '~,~4-~ ~,,~ ~ CALANDERDAYS. Number of Days Number of Day~ Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITItIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF TIlE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BG (3 OF 4) 12/03/01 ROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: ~-~. '~ BIDDER'SADDRESS: / q 71 '73rgy .5/qo, qg5 /c.'q //706 SIGNED BY: ~ TITLE:~//P~-3;/zl~,~,~ 7" DATE: l/Ol- TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: NIGHT: /i · .3 7g SHAC Al-01 P-BG (4 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or type~vriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM IA - BONDS AND"I~SURANCES (Written in Words): " -, ITEM lB DESIGN AND ENGINEERING (Wrinen in Words): NN ITEM lC - GENERAL REQUIREMEN'*K~ (Written in Words): ITEM 1D - PROJECT SUPERVISION (Written in Words): ITEM 2 - DIVISION 15 MECIIANiCAL EQUIPi~NT (Written in Words): ITEM 3 - DIVISION 15 CONTROLS (Written in Words): M~SSNNNN 1TEM 4 - DIV1SION 15 - ALL OTHER MECHANICAL tTE (Written in Words): ITEM 5 - PROJECT CLOSEOUT (Written in Words): ITEM 6 - AS-BUILT DRAWINGS (Written in Words): TOTAL BASE BID (ITEMS IA THRU 6) (Written in Words): ($ ) ($ ) ($ ) ($ ) ($ ) (s ) (s ) (s ) ($ ) ($ ) ALTERNATES: ~ The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same ~vill be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. SHAC A1-0t P-BH (1 OF 4) 12/03/01 [q~M, (~12()b PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder.  ALTERNATES Alternate Number Description of Alternate Cost (State whelher alternate is to be added or deducted from the base bid cost) Alternate # H-1 ~ Design, detail and install a central air conditioning system for ,~I1 office area between column lines 6 and 7. $ Alternate # H-2 D~ign, detail and install a central air conditioning system for cent~vork areas between column lines 2.5 and 4. $ Alternate # H-3 Design,~etail and install a central air conditioning system for interior khlxnel areas. $ Alternate # H-4 Design, deta'gtxand install a central air conditioning system tbr entire bwdding,~xcluding mechanical room. The office area between column I~es 6 and 7, the center work areas between $ column lines 2.5X~nd 4, and the kennel areas shall independently be cont~led. Alternate # H-5 Eliminate base bid radiahlxslab heating system for office area between column lines 6 a~7. Design, detail and install a $ forced airheating system for sl~kne area. Alternate # H-6 Design, detail and install a centrxaJ,,air conditioning system for all office areas between column lin~ 6 and 7 if alternate H-5 $ alternate for forced air heating is selec~d. Alternate # H-7 Eliminate base bid radiant slab heat'ha,,g system for entire building and design, detail and install ~,,,forced air heating system for all interior spaces. The office areXaxbetween column $ lines 6 and 7, the center work areas between ~lunm lines 2.5 and 4, and the kennel areas shall independently 15ex,controlled. Alternate # H-8 Design, detail and install a central air conditionin~k,system for entire building if alternate H-7 alternate for forced /~ heating is selected. The office area betxveen column lines 6 ark~7? the $ center work areas between column lines 2~5 and 4, ai~ the kennel areas shall independently be controlle& X~ I CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. ~ * Amount of certi fled check or bond to be 5% of TOTAL AMOUNT BASE BID exclud~gxaltemates. Note: The Town of Southold is exempt from Federal, Nesv York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BH (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR UAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES TIlE RIGHT TO ALL BIDS. LL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE ¢HOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ) THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR RESULT IN BID REJECTION. BIDDER TO ( ?E THE FOLLOWING THE BIDDER HEREBY OR BEFORE MARCH 1 THE OWNER BY APRIL COMPLETE THE DESIGN ( ) Number of Days Number of Da' (FROM THE DATE OF C TO COMMENCE WORK UNDER THIS CONTRACT ON ND COMPLETE THE DESIGN AND MAKE SUBMISSION TO 2002. THE BIDDER FURTHER AGREES TO FULLY CONSTRUCTION OF THE NEW BUILDING WITHIN CALANDER DAYS. Words BIDDER FURTHER AGREES TO PAY HUNDRED ($500.00) FOR EACH WORK IS NOT COMPLETED WITHIN THE TIME DAMAGES THE SUM OF FIVE 2ALENDAR DAY THEREAFTER THAT TIlE ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF TItE WILL EXECUTE A FORMAL CONTRACT WITtt INSURANCE COVERAGE AND SURETY BONDS WITHIN OF THIS BID, THE BIDDER ER AND DELIVER THE REQUIRED ~ (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE WITHDRAWN FOR A PERIOD OF F~O_RT_Y F1VE_~ SCHEDULED CLOSING TIME FOR RECEIVING B1DS. AND MAY NOT BE DAYS AFTER THE THE CONTRACTOR 1S REQUIRED TO VISIT THE SITE FOR A',lXlELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BH (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. THE ADDENDA (IF IGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING DATED THE TOWNOFSOUTHOLD OTHERTHANTHELOW BIDDER. RIGHT TO AWARD THIS CONTRACT TO THE CONTRACTOR IS TO STAFF, SUBCONTRACTORS AND OF THIS PROJECT. A QUALIFIED SITE REPRESENT AND MAKE DECISIONS FOR SUBJECT JOB, MUST BE ABLE TO GIVE SUBCONTRACTORS AND SUPPLIERS, AND WORK TO BE PROVIDED. FAILURE TO JOB SITE SHALL SUBJECT SAID CONTRACTOR EVERY OCCURRANCE. FULL TIME SITE SUPERVISION FOR HIS OR HER S FOR THE DURATION OF THE CONSTRUCTION ~ERVISOR MUST HAVE THE AUTHORITY TO OR HER COMPANY WITH REGARDS TO THE ',ICE AND DIRECTION TO EMPLOYEES, IST BE KNOWLEDGEABLE ABOUT THE SITE SUPERVISOR AT THE A PENALTY OF ($500) PER DAY FOR BIDDER: BIDDER'S ADDRESS: SIGNED BY: DATE: TITLE: TELEPHONE NUMBER WHERE THE CONTRACTOR O~ A CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: ( ) NIGHT: ( ) FAX:( ) FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: REPRESENTATIVE REPLY AS SOON AS SHAC Al-01 P-BH (4 OF 4) 12/03/O 1 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECt,NO. SHAC Al-01 Note: The er is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. qE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM (Written in Words): ($ ) INEERING (Written in Words): ($ ) ITEM lC-- (Written in Words): ($ ) ITEM ID - PROJECT SUPERVISION (Written in Words): ITEM 2A - DIVISIONS 2 & 15 WATER (Written in Words): ITEM 2B - DIVISIONS 2 & 15- SANITARY ($ ) (S ) (Written in Words): ($ ) ITEM 3A - DIVISION 15 - PLUMBING (Written in Words): ITEM 3B - DIVISION 15 - ALL OTHER PLUMBING ITEMS (Written in Words): ($ ) ($ ) ($ ) ITEM 4 - PROJECT CLOSEOUT (Written in Words): ' ITEM 5 - AS-BUILT DRAWiNGS (Written in Words): ALTIES ($ ) TOTAL BASE BID (ITEMS lA THRU $) (Written in Words): SHAC Al-01 P-BP (1 OF 4) 12/03/01 I~,~ G ?.0~ PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. C Al-01 ALTERNATES: The contractor shall clearl cost. Failure to clearly whether cost indicated is to be added to or deducted from the base bid will be grounds for disqualification of the bidder. All work included under this construction, workmanship and sections of the specifications shall be subject to the general conditions of the project. All ;hes required by the alternates shall be as specified in the applicable The undersigned proposes and a contract, the amount of the : should the following alternates be accepted and included in the BID will be revised as follows: The undersigned further agrees that should indicated shall be held and honored for a following Alternates be accepted, the alternate bid prices of six months from the date of contract signing. Note: The bidder is asked to use form. EACH LINE ITEM COST AMOUNT COMPLETION DATE MUST BE PROVIDED. black ribbon) in completing this proposal PROPOSED , to do so will result in disqualification of the bidder. ALTER~TES Alternate Number Description of Alternate ~ Cost (State whether alternate is to be added or deducted from the base bid cost) Alternate# NONE $ CLEARLY IDENTIFY IF THE ALTEI~NATE IS AN ADD OR D~CT. Amount of certified check or bond to be 5 )/o of TOTAL AMOI~qT BASE BID excluding alternate price. XNN Note: The Town of Southold is exempt from Federal, New York State and'qocal taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC A1-0I P-BP (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: TI~tURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. '~HAC Al-01 THE TOWN REsERVEs THE RIGHT TO AWARD ANY INDIVIDUAl, ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS\~SELECTED BY THE TOWN. THE TOWN RESERVES THE RIGHT TO REJECT ANY AND AL~ BIDS. AMOUNT SHALL BE SHOxWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN II'~ WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY TIlE CONTRACTOR MAY RESULT'k[q BID REJECTION. BIDDER TO COMPLETE THEX~,,OLLOWING THE BIDDER HEREBY AGREES TO, COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND CO'N~PLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17,, 2002. i'xTHE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONS~,~, UCT1ON OF THE NEW BUILDING WITHIN ( ) ,~. CALANDER DAYS. Number of Days Number of Days Written in Wo~s (FROM THE DATE OF CONTRACT SIGNING):xx BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CAIX~NDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME,.ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPT'~NCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT W1TH THE OWNEllxAND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE~) DAYS THEREAFTER. THE BIDDER AGREES TIIAT THE BID SHALL BE ~'~QOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR ANFIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-0! P-BP (3 OF 4) 12/03/01 I~ r3 2~',:iA PROPOSAL TOWN OE SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATB~ THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT ~O. SHAC Al-01 THE U~qDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ~NY):  ADDENDUM NO. DATED THE TOWN OF RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE [ THE CONTRACTOR STAFF, SUBCONTRACTORS OF THIS PROJECT. A REPRESENT AND SUBJECT JOB, MUST BE ABLE SUBCONTRACTORS AND WORK TO BE PROVIDED. FAILURE JOB SITE SHALL SUBJECT SAID EVERY OCCURRANCE. PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION SITE SUPERVISOR MUST HAVE THE AUTHORITY TO FOR HIS OR HER COMPANY WITH REGARDS TO THE GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, AND MUST BE KNOWLEDGEABLE ABOUT THE ~ PROVIDE A QUALIFIED SITE SUPERVISOR AT THE TO A PENALTY OF ($500) PER DAY FOR BIDDER: BIDDER'S ADDRESS: SIGNED BY: DATE: TELEPHONE NUMBER WHERE~THE CONTRACTOR OR~ COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A I~ASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOW: \ DAY: ( ) NIGHT: ( ) ~ FAX: ( ) FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BP (4 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH Li~E ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND'INSURANCES (Written in Words): ($ ) ITEM lB DESIGN AND ENGINEERING (Written in Words): ($ ) ITEM lC - GENERAL REQUIREiClENTS (Written in Words): (S ) ITEM 1D - PROJECT SUPERVISION (Written in Words): ($ ITEM 2 - DIVISION 16 - ELECTRICAL SEP~ICE AN[) PANELS AND TVSS (Written in Words): , ($ ITEM 3 - DIVISION 16 - LIGHTING (Written in Words): ,, ITEM 4 - DIVISION 16 - POWER AND DISTRIBUTIC3N ($ (Written in Words): \, ($ ITEM 5 - DIVISION 16 - ALL OTHER ELECTRICAL ITEM'S, (Written in Words): ITEM 6 - PROJECT CLOSEOUT (Written in Words): ITEM 7 - AS-BUILT DRAWINGS (Writlen in Words): TOTAL BASE BID (ITEMS lA THRU 7) (Written in Words): ',, ($ ) , ($ ) SHAC Al~01 P-BE (1 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATEi THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO, SHAC Al-01 ALTERNATES: The contractor shall cost. Failure to clearI' state whether cost indicated is to be added to or deducted from the base bid grounds for disqualification of the bidder. All work included under construction, workmanshi sections of the heading shall be subject to the general conditions of the project. All finishes required by the altemates shall be as specified in the applicable The undersigned proposes and that should the following alternates be accepted and included in the contract, the amount of the TOTAL be revised as follows: The undersigned further a the following Alternates be accepted, the a!temate bid prices indicated shall be held and honored for a the date of contract signing. Note: The bidder is asked to use e form. COMPLETION DATE MUST BE PROVIDED. black ribbon) in completing this proposal ECT ALTERNATES AND THE PROPOSED ure to do so will result in disqualification of the bidder. ALTE~xNATES Alternate Number Description of Alternate ~ Cost (State whether alternate is to be added or deducted from the base bid cost) Alternate # E-1 Increase of service from 400A to 600A~20/208 Vac, 3 phase 4 wire. New distribution panel rated at 60~. $ Alternate # E-2 Design, deatail and install a completefire al~cn system for the entire building. $ \ CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDU~xT. * Amount of certified check or bond to be 5% of TOTAL AMOUNTxBASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and Io~al taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BE (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE~,THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT N~( SHAC Al-01 THE TOWN RES~I~RVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOP, INDIVIDUAL ITEMS~ SELECTED BY THE TOWN. THE TOWN RESERVES TltE RIGHT TO REJECT ANY AND AI~ BIDS. AMOUNT SHALL BE IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE ,POSAL SHEETS. ANY REVISIONS 'FO THE PROPOSAL BY THE q BID REJECTION. ~LLOWING THE BIDDER HEREBY AGREES OR BEFORE MARCH 1, 2002 AND THE OWNER BY APRIL 17, 2002. COMPLETE THE DESIGN AND £ ) Number of Days (FROM THE DATE OF CONTRACT SIGNING' COMMENCE WORK UNDER THIS CONTRACT ON [PLETE THE DESIGN AND MAKE SUBMISSION TO BIDDER FURTHER AGREES TO FULLY OF THE NEW BUILDING WITHIN CALANDER DAYS. BIDDER FURTHER AGREES TO PAY AS DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH DAY THEREAF FER THAT THE WORK IS NOT COMPLETED W1THIN THE' ENTERED ABOVE. UPON RECEIPT OF WRiTTEN NOTICE OF THE ACCEP~NCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNE'I~ AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVEx~5) DAYS THEREAFTER. THE BIDDER AGREES THAF THE BID SHALL BE XtqOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALEI~xDAR DAYS AFTER THE SCHEDULED CLOS1NG TIME FOR RECEIVING BIDS. ~ THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FORX~ FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. ~ SHAC Al-01 P-BE (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: TI~URSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDE~IGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): 'k ADDENDUM NO. DATED THE TOWN OF 1 OTHER THAN THE LOW BIDDER. RIGHT TO AWARD THIS CONTRACT TO THE CONTRACTOR IS TO STAFF, SUBCONTRACTORS AND OF THIS PROJECT. A QUALIFIED SITE REPRESENT AND MAKE DECISIONS FOR SUBJECT JOB, MUST BE ABLE TO GIVE SUBCONTRACTORS AND SUPPLIERS, AND WORK TO BE PROVIDED. FAILURE TO JOB SITE SHALL SUBJECT SAID CONTRACTOR EVERY OCCURRANCE. FULL TIME SITE SUPERVISION FOR HIS OR HER FOR THE DURATION OF THE CONSTRUCTION MUST HAVE THE AUTHORITY TO WITH REGARDS TO THE AND DIRECTION TO EMPLOYEES, BE KNOWLEDGEABLE ABOUT THE QUALIFIED SITE SUPERVISOR AT THE PENALTY OF ($500) PER DAY FOR BIDDER: BIDDER'S ADDRESS: SIGNED BY: TITLE: DATE: TELEPHONE NUMBER WHERE THE CONTRACTOR OR A CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: ;OON AS DAY: ( ) NIGHT: ( ) FAX:.( ) FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 12/03/01 P-BE (4 OF 4) [t~ (2;L.:i). PROPOSAL Enclose certified check or bid bond for five percent (5%) of the bid total as stipulated in the foregoing Information for Bidders. The Bidder hereby agrees to enter into a Contract within five (5) days (Sundays excepted) after due notice from the Town of Southold that the Contract has been awarded to it and is ready for signature; such notice to be given in writing within ninety (90) days of opening of the bids; and, on the signing of such Contract by the Bidder, to furnish the indemnifying bonds as provided in the Contract. The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract in accordance with this bid within five (5) days after due notice from the Town that the Contract has been awarded to it and is ready for signature, as given in accordance with the Information for Bidders and/or its failure to execute and deliver the bond for the full amount of the Contract price, as provided in said Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the Town shall (at the option of Town) become due and payable as ascertained and liquidated damages for such default; otherwise, said check or bid bond will be returned to the undersigned. The full names and residences of all persons and parties interested in the foregoing bid as principals are as follows: NAME ADDRESS ~HI& /id. [.dwoso,e ,RuE ,~/~ Y ~,qo, P4-. ,,'I,.9' l/v o & NAME OF BIDDER: ADDRESS OF BIDDER: DATED AT: SHO % THE //70 & DAY OF.~,t)~',q~,..? ,20a~ SHAC Al-01 PC-1 OF 1 10/O8/O 1 .' l~ G 2OU PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE Pursuant to Section 103-D of the General Municipal Law, the Contractor makes the following statement under penalty of perjury, and by submission of this bid or proposal, the Bidder certifies that: (a) this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) this bid or proposal has not been knowingly disclosed and will not be knowingly disclosed prior to the opening of the bids or proposals for this project to any other bidder, competitor or potential competitor; (c) no attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) the person signing this bid or proposal certified that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the troth thereof, such penalties being applicable to the Bidder as welt as to the person signing in its behalf; (e) attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signatory of the bid or proposal on behalf of the corporate bidder. Resolved that ....ff ..~f. Z~OgTa~f)/eO~.- ~57Y2~rTO.~_, ~-.rt~. be (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following project: ~ame of Project) ~d to include in such bid or proposal the ce~ificate as to non-collusion required by Section 103- D of the General Municipal Law as the act and deed of said co~oration; and for any inaccuracies or misstatements in such ceaificate, this co¢orate bidder shall be liable under the penalties of pe0u~. The foregoing is a tree and co~ect copy of the resolution adopted by ~w~ ~~ at a meeting of its Board of Directors held on the / ¢ day of 5~ i , ~/~f~ (Seal of the Corporation) SHAC Al-01 10/08/01 PD-1 OF 1 PROPOSAL OFFER OF SURETY In the event the above Proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful performance bond, and on bond to protect labor and material, the following Surety: (Name of Surety Company) SIGNED BY (Name of Bidder) CERTIFICATE OF SURETY, to be signed by a duly authorized official, agent or attorney of the Surety Company. In the event that the above Proposal is accepted and the Contract for the work is awarded to said: (Name of Bidder) the (Name of Surety Company) will execute the Surety Bonds as hereinbefore provided. SIGNED (Authorized Official, Agent or Attorney) Dated: ,20 SHAC Al-01 PE-1 OF 1 1 O/O8/O 1 PROPOSAL BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal and (Bidder's Name) as Surety are (Name of Surety) hereby held and firmly bound unto the Town of Southold, Suffolk County, New York, as Obligee, in the penal sum of: ($ ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this __ day of ,20 The condition of the above obligation is such that, whereas, the Principal has submitted to the said Town, a certain Proposal dated to enter into a contract in writing, for the work described in the contract documents for: NOW THEREFORE, (a) If said Proposal shall be rejected, or, in the altemate (b) If said Proposal shall be accepted and the Principal shall execute and deliver a contract properly completed in accordance with said Proposal and shall fumish the Performance Bond and the Labor and Material Bond with a Surety Company authorized to do business in the State of New York as Surety on each bond, and shall in all other respects perform the agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise the same shall remain in fomc and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. SHAC Al-01 P-F - 1 OF 4 10/08/O 1 11~4 (_3 ~_) PROPOSAL The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the Obligee may accept such Proposal; and said Surety does hereby waive notice of any such extension. 1N WITNESS WHEREOF, the Principal and the Surety have hereunder set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereunto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (SEAL) By:. (Principal) (SEAL) (Surety) By: SHAC Al-01 P-F - 2 OF 4 10/08/01 PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION STATE OF ) ) SS: COUNTY OF ) On this day of before me personally came and appeared to me known, who,-being by me -frilly sworn, did depose and say that he r--~-des at that he is the of , the corporation described in and which executed the foregoing instrument; t-hTfi-he kn-6~ the seal of said corporation; that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. (SEAL) NOTARY PUBLIC ACKNOWLEDGEMENT OF PRINCIPAL, IF A PARTNERSHIP STATE OF ) ) SS~ COUNTY OF ) On this __ day of ,20 before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC Al-0l P-F - 3 OF 4 10/08/01 PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF AN INDIVIDUAL STATE OF ) ) SS: COUNTY OF ) On this__ day of , 20 before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC Al-01 P-F- 4 OF 4 10/08/01 PROPOSAL RECEIVED %u~hold l'own Clef[ TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK The oodersigned, as Bidder, declares that the only persons, company or parties interested in the Proposal as principals are named herein; that he has carefully examined the annexed Form of Contract, and the Plans and Specifications therein referred to; that he has made a personal examination of thc site of the proposed work and such investigations as are necessary to determine the character of the materials to be encountered, and he proposes and agrees that if this Proposal is accepted, he will contract with the Town of Southold, New York, to provide the necessary machinery, tools, apparatus and other means of construction, and all materials and labor called for by the said Contract, RFP, Plans and Specifications, or necessary to complete the work in the manner and within the time set forth in said Contract, RFP, Plans and Specifications, for the prices set forth in the following Form of Proposal: S~gnatme ~ SHAC Al-01 PA-1 OF 1 12/04/01 15~M, c:, 14© ~d PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or type~vriter (black ribbon) in completing tbis proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of tbe bidder. ITEM lA - BONDS AND INSURANCES.....-, (Written in Words): 'r'~.,~g~.~.~'"~,_l ITEM 1C - GENERAL REQUIREMENTS (Written in Words~:~ ~ ITEM I D - ~DEPENDENT TESTING SERVICES (Written m Words):~ ~.~& ITEM IE- PROJECT SUPERVISION (Written in Words)~ ITEM 2 DI~ISION 2- SITE ~VOR~ (Written in X~ ords): ~ ITEM 3 - DIVISION 3 - CONCRETE WORK~ (Written in Words): ~ ~, ~ ~OY~& ITEM 4 - DIVISION 4- MAS~RY W~K ITEM 5 - DIVISION 5 ' METALS t ITEM 6 - DIVISION 6 - WOO~ AN~ PL3STICS (Wri.en in Wo ds}:o.=d n'u v- mwsios m[mA O S URt (Written in Words)~~ ~ ITEM 8 - DIVISION g - DOORS & WINDOWS (Written in Words,: ~,~ %o~ ITEM 9-DIVISION 9- FINIS~s ' ~ ' (Written in Words): ~ v~ (Written in Words): ~ ITEM 11 - PROJECT CLO~EOUT (Written in Woras): ~ %~ ~S~ ~EM 12 - AS-BUILT DRAWIN~% - (Written in Words): O~ TOTAL BASE BID (ITEMS lA TI~IRU 12) ~'N ~ ? (Written in Words).~-~~ ~_l~..~_ ~ut.ll X[~.~'"'~'~_~ : ($) SHAC A1-0I P-~G (I~F 4) ' 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEV¢ YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same xvill be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as folloxvs: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES .4aND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so ~vill result in disqu'alification of the bidder. ALTERNATE S Alternate Number Description of Alternate Cnst (State whether alternate is to be added or deducted from the base bid cost) Alternate NONE CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BG (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY TIlE TOWN. THE TOWN RESERVES TIlE RIGffT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SflALL NOT AMEND, ALTER OR ADD TO THE PROPOSAl, SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID R, EJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( ~'~ ) '~.~_.o.- 1~o~.~.-~-~::~ CALANDERDAYS. Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED W1TIIIN TIlE TiME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF TillS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT 'FILE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PEILIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOS1NG TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BG (3 OF 4) 12/03/01 ROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE; UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF TI:tIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO 'tHE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. SIGNEDBY: ~ ~ TITLE: PK~S,~cJe ~t DATE: ~ / 7, ~ O0 ~ TELEPHONE ~MBER WHERE THE CONT~CTOR OR A COMPETENT ~P~SENTATIVE CAN ACCEPT A TELEPHONE MESSAGE A~ PROVIDE A REASON~LE ~PLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: (6~)~5gi~-~B2k NIGHT: (5/~) R~0- ~70 FAX: FEDERAL I,D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BG (4 OF 4) 2/03/01 PROPOSAL TOYVN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of ~lder. ITEM IA - BONDS AND INSURANCES (Written in \Vords): ITEM lB DESIGN AND ENGINEERING (Writteo in \Vords): ($ ITEM lC GENERAL REQUIREMENTS (Written in Words): (S ITEM 1 D - PROJECT SUPERVISION (Writteo io Words): (S ITEM 2 -DIVISION 15 - MECHANICAL EQUIPMF. NT (Written in Words): ITEM 3 - DIVISION 15 -CONTROLS (Written in Words): ~ MECHAN (Written in Words): / ($ ITEM 5 - PROJECT CLOSEOUT (Written in Words): ($ ITF~-BUILT DRAWINGS (Written in Words): / ($ ~BASE BID (rrEMS lA THRUA/- - (Written in Words): / ($ / ALTEl~NATES: / The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same ~vill be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices ~ndicated shall be held and honored for a period of six months from the date of contract signing. SHAC Al-01 P-BH (1 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, I0:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter {black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND TItE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of..\llematc Cost (State whether alt?fnatc is to be added or ~ducted Alternate # H-1 Design, detail and install a central air conditioning system forf~ hehaqehilt~oXtt all office area between column lines 6 and 7. Alternate # H-2 Design, detail and install a central air conditioning system for center work areas between column lines 2.5 and 4. Alternate # H-3 Design, detail and install a central air conditioning system for interior kennel areas. Alternate # H-4 Design, detail and install a central air conditioning system for entire building, excluding mechanical room. The office ar.~a between column lines 6 and 7, the center work areas betw/e'en $ column lines 2.5 and 4, and the kennel areas/shall independently be controlled. / Alternate # H-5 Eliminate base bid radiant slab heating system for/6ffice area between column lines 6 and 7. Design, detai, yand install a $ forced air heating system for same area. Alternate # H-6 Design, detail and install a central air con,4/(ioning system for all office areas between column lines 6/a'nd 7 if alternate H-5 $ alternate for forced air heating is selec/te'd. Aheruate # H-7 Eliminate base bid radiant slab/h'eaf~ng system for entire building and design, detail and/install a forced air heating system for all interior spaces~Aleofficearea between column $ lines 6 and 7, the center wor/E areasU'-~=~°r'~'---~-between column lines 2.5 and 4, and the kennel areas~hall independently be controlled. Alternate # H-8 Design, detail and instal/Vafe~n~ tr.al air coonchtioning system for entire Building if aherd~ate H-7 alternate for forced air heating is selected. The offi/e'e area between column lines 6 and 7, the $ center work area/s/between colunm hnes 2.5 and 4, and the kennel areas shall independently be controlled. CLEARLY IDENTIFY IF TIlE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternates. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BH (2 OF 4) 12/03/01 II,M. (~ 7.~( ~ LJ PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC A1 ~01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFO1 WORK FOR INDIVIDUAL ITEMS SEEECTED BY THE TOWN. THE TOWN RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTtl WORDS AND FIGURES. IN C THE AMOUNT SHOWN IN WORDS WILL GOVERN. TIlE ALTER OR ADD TO THE PROPOSAL SIqEETS. ANY REVISIONS CONTRACTOR MAY RESULT 1N BID REJECTION. OF DISCREPANCY, ;HALL NOT AMEND, PROPOSAL BY THE BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE OR BEFORE MARCH 1, 2002 AND COMPLETE THE DE~ THE OWNER BY APRIL 17, 2002. THE COMPLETE THE DESIGN AND CONSTRUCTION ( ) Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). UNDER THIS CONTRACT ON MAKE SUBMISSION TO AGREES TO FULLY THE NEW BUILDING WITHIN CALANDER DAYS. BIDDER FURTHER AGREES TO PAY AS L1 HUNDRED ($500.00) FOR EAClt WORK IS NOT COMPLETED WITHIN THE T1 DAMAGES THE SUM OF FIVE THEREAFTER THAT THE UPON RECEIPT OF WRITTEN NOTICE WILL EXECUTE A FORMAL INSURANCE COVERAGE AND THE ACCEPTANCE OF THIS BID, THE BIDDER OWNER AND DELIVER THE REQUIRED ~ONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES TH WITHDIL'~WN FOR A PERIOD SCHEDULED CLOSING TIME THE BID SHALL BE GOOD AND MAY NOT BE FORTY FIVE (45) CALENDAR DAYS AFTER THE TltE CONTRACTOR VERIFY TO VISIT THE SITE FOR A FIELD SURVEY TO PRIOR TO BID SUBMISSION. SHAC Al-01 P-BH (3 OF 4) 12/03/01 [4~,~ C F~OU P PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME STAFF, SUBCONTRACTORS AND SUPPLIERS FOR TH OF THIS PROJECT. A QUALIFIED SITE SUPERVIS REPRESENT AND MAKE DECISIONS FOR HIS OR SUBJECT JOB, MUST BE ABLE TO GIVE SUBCONTRACTORS AND SUPPLIERS, AND WORK TO BE PROVIDED. FAILURE TO PRO JOB SITE SHALL SUBJECT SAID EVERY OCCURRANCE. BIDDER: CONTRACT TO HIS OR HER )F THE CONSTRUCTION MUST HAVE THE AUTHORITY TO ~R COMPANY WITH REGARDS TO THE AND DIRECTION TO EMPLOYEES, BE KNOWLEDGEABLE ABOUT THE A QUALIFIED SITE SUPERVISOR AT THE A PENALTY OF ($500) PER DAY FOR BIDDER'S ADDRESS: SIGNED BY: DATE: TELEPHONE NUMBER CAN ACCEPT POSSIBLE DAY: ( ) FAX: ( ) FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: TITLE: THE CONTRACTOR OR A COMPETENT REPRESENTATIVE REASONABLE REPLY AS SOON AS TWENTY-FOUR (24) HOURS: NIGHT: ( ) SHAC Al-01 12/03/0l P-BH (4 OF 4) PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION B1D DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: Tile bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PRO. POSED COMPLETION DATE MU__S~T BE PROVIDED~. Failure to do so will result in disq~l:~ation of the bidder. . / ITEM lA - BONDS AND INSURANCES (Written in Words): , / (S ) ITEM lB - DESIGN AND ENGINEERING (Written in Words): / ~ ) ITEM lC - GENERAL REQUIREMENTS / ---- -- (Written in Words): / (S ) (Written in Words): / _ ($ ) ~RVICE / - --- (Wrinen in Words): // ($ ) ITEM 2B - DIVISIONS 2 & 15 - SANITARY SYSTE/~ -- T -- (Written ill Words): / (S ) ITEM 3A - DIVISION 15 - PLUMBING FIXTU.~ES AND SPECIALTIES (Written in Words): / _ ($ ) ~ION 15 - ALI_ OTHER P/L~MBII'~G ITE~- (Written in Words): / (S ) - __ (Written in Words): / (S ) ~RA,V1N~/ (Written in Words): // (! ) TOTAL BASE BID (ITEMS/AA THRU $) : (Written m Words) / ($ ) SI:lAC Al-01 P-BP (1 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATF.: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or cost. Failure to clearly state same will be grounds for disqualification of the from the base bid All work included under this heading shall be subject to the general construction, workmanship and finishes required by the alternates shall sections of the specifications manual. of the project. All in the applicable The undersigned proposes and agrees that should the following contract, the amount of the TOTAL BASE BID will be revised ,pted and included in the The undersigned further agrees that should the following Al accepted, the alternate bid prices indicated shall be held and honored for a period from the date of contract signing. Note: The bidder is asked to use either black ink or form. EACH LINE ITEM COST AMOUNT. COMPLETION DATE MUST BE PROVIDED. black ribbon) in completing this proposal ~ AND THE PROPOSED to do so will result in disqualification of the bidder. ACERNATES Alternate Number Description of AIternaj& Cost (State whether / alternate is to be added or deducted from the base bid cost) -Alternate # NON/ $ CLEARLY IDENTIFY IF TH[ AN ADD OR DEDUCT. * Amount of certified alternate price. or bond to be 5% of TOTAL AMOUNT BASE BID excluding Note: The Town AMOUNT OF BID pt from Federal, New York State and local taxes. TOTAL ~e exclusive of all taxes. SHAC Al-01 P-BP (2 OF 4) 12/03/o 1 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES TIfE RIGHT 'FO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD 'FO TtIE PROPOSAL StlEETS. ANY REVISIONS TO Tt-}E PROPOSAL BY TIIE CONTRACTOR MAY RESULT IN BID REJECTION. / BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UfiDER THIS CONTRACT ON OR BEFORE MARCH 1, Z00Z AND COMPLETE THE DESIGN/AND MAKE SUBMISSION TO THE OWNER BY APmL I?, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( ) / CALANDER DAYS. Number of Days Number of Days Written in Words / (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHEP. AGREES TO PAY AS LIQUID/~ED DAMAGES TIlE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE C ~ALENDAR DAY THEREAFTER THAT TIlE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. / UPON RECEIPT OF WRITTEN NOTICE OF T}f~/ ACCEPTANCE OF TillS BID, THE B1DDER WILL EXECUTE A FORMAL CONTRACT WIT~ THE OWNER AND DELIVER TIlE REQUIRED INSURANCE COVERAGE AND SURETY BON~JS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT TH~:. B1D S}IAEE BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BP (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE;.: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF ADDENDA (IF ANY): ADDENDUM NO. DATED FOLLOWING TH[:. TOWN OF SOUTHOLD RESERVES THE RIGHT OTHER THAN THE LOW BIDDER. THIS CONTRACT TO THE CONTRACTOR IS TO PROVIDE FULL STAFF, SUBCONTRACTORS AND SUPPLIERS FOR OF TItlS PROJECT. A QUALIFIED SITE REPRESENT AND MAKE DECISIONS FOR SUBJECT JOB, MUST BE ABLE TO GIVE GU SUBCONTRACTORS AND SUPPLIERS, AND WORK TO BE PROVIDED. FAILURE TO JOB SITE SHALL SUBJECT SAID EVERY OCCURRANCE. SUPERVISION FOR HIS OR HER DURATION OF THE CONSTRUCTION MUST HAVE THE AUTHORITY TO COMPANY WITH REGARDS TO THE AND DIRECTION TO EMPLOYEES, BE KNOWLEDGEABLE ABOUT THE ~UALIFIED SITE SUPERVISOR AT THE TO A PENALTY OF ($500) PER DAY FOR BIDDER: BIDDER'S ADDRESS: SIGNED BY: TITLE: DATE: TELEPHONE NUMBER WH CAN ACCEPT A POSSIBLE, THE CONTRACTOR OR A COMPETENT REPRESENTATIVE A REASONABLE REPLY AS SOON AS THAN TWENTY-FOUR (24) HOURS: DAY: ( ) NIGHT:( ) FAX: ( ) FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BP (4 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (Written in Words): , /(S ) ~DT~ ~TN G / -- (Written in Words): ~ ($ _ ) (\Vritten m Words): _/ (S ) (Written in \Vords): / (S ITEM 2 - DIVISION 16 ELECTRICAL SERVICE AND PANELS ~'(D TVSS (Written in Words): / _ (S ) (Written in Words): / _ _ (S ) TiON/ .... (Written in Words): / _ __ (S ) ~AL/(FE~S -- -- (Written in Words): / _ _ ($ ) ITEM 6 - PROJECT CLOSEOUT (Written in Words): _ _ (S ) ITE~UILT DRAWINGS (Written in kVords): / ($ ) TOTAL BASE BID (ITEMS lA TItRU,/~) Written in Words): ($ ) SHAC Al-01 P-BE (1 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRa~CT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added cost. Failure to clearly state same will be grounds for disqualification the base bid All work included under this heading shall be subject to the construction, workmanship and finishes required by the sections of the specifications manual. conditions of the project. All shall be as specified in the applicable The undersigned proposes and agrees that should the follc contract, the amount of the TOTAL BASE BID ~vill be r~ alternates be accepted and included in the The undersigned further agrees that should the indicated shall be held and honored for a period of~ Alternates be accepted, the alternate bid prices from the date of contract signing. Note: The bidder is asked to use either black ink form. EACH LINE ITEM COST AMOUNT, PI COMPLETION DATE MUST 0 in completing this proposal AND THE PROPOSED do so will result in disqualification of the bidder. ALTERNATES Alternate Number Descriptionof~ltemate Cost (State whether / alternate is to be added or deducted from the base bid cost) Alternate # E- 1 Increase,df service from 400A to 600A 120/208 Vac, 3 phase 4 wire. ~w distribution panel rated at 600 A. $ / Alternate # E-2 Desi,~n, deatail and install a complete fire alarm system for the e~e building. __ $ CLEARLY IDENTIFY THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certi or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Tow~n of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BE (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT 'FO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO p~ERFoRM WORK FOR INDIVIDUAL ITEMS SELECTED BY TIlE TOWN. TIlE TOWN REsERvEs TIlE RIGHT 'FO REJECT ANY AND ALL BIDS. / AMOUNT SItALL BE SHOWN IN BOTH WORDS AND FIGURES. ~ CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BI~DER SHALE NOT AMEND, ALTER OR ADD TO THE PROPosAL SttEETS. ANY REVISION~ TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. / BIDDER TO COMPLET~E THeE FOLLOWIN~G / THE BIDDER HEREBY AGREES TO COMMENCE WOR/K UNDER THIS .~CONTRACT ON OR BEFO~,R~ MARCH 1, 2002 AND COMPLETE THE DESflGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER/FURTH.ER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION ?F THE NEW BUILDING WITHIN ( ) CALANDER DAYS. Number of Days Number of Days Written i~ XVords / (FROM TIlE DATE OF CONTRACT SIGNING). / BIDDER FURTItER AGREES 'FO PAY ,A,S LIQUIDATED DAMAGES ,TILE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE C~LENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITItlN TIlE TIME F~ME ENTERED ABOVE. UPON RECE1PT OF WRITTEN NOTIC~ OF TI!E/ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH ~HE OWNER AND DELIVER THE REQUIRED INSURANCE (?OVERAGE AND SURETY BONDS~ITHFN F1VE (5) DAYS THEREAFTER. TIlE BIDDER AG,~EES TItAT THF. qlD SHALL BE GOOD AND MAY NOT BE ~cIHT~.DDuP~L~.VDNcLFoOfflN~,~iIlEMREIiO:~RORt~CI~?~1~FI~: (45)CALENDAR DAYS AFTER THE THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BE (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Till-; UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT ADDENDA (IF ANY): ADDENDUM NO. DATED THE FOLLOWING THE TOWN OF SOUTHOLD RESERVES THE OTHER THAN THE LOW BIDDER. TO AWARD THIS CONTRACT TO THE CONTRACTOR IS TO PROVIDE FULL STAFF, SUBCONTRACTORS OF THIS PROJECT. A QUALIFIED SITE REPRESENT AND MAKE DECISIONS FOR HI~ SUBJECT JOB, MUST BE ABLE TO GIVE SUBCONTRACTORS AND SUPPLIERS, WORK TO BE PROVIDED. FAILURE TO JOB SITE SHALL SUBJECT SAID CON'] EVERY OCCURRANCE. SITE SUPERVISION FOR HIS OR HER CONSTRUCTION MUST HAVE THE AUTHORITY 'FO HER COMPANY WITH REGARDS TO THE AND DIRECTION TO EMPLOYEES, MUST BE KNOWLEDGEABLE ABOUT THE QUALIFIED SITE SUPERVISOR AT THE TO A PENALTY OF ($500) PER DAY FOR BIDDER: BIDDER'S ADDRESS: SIGNED BY: TITLE: DATE: TELEPHONE NUMBER W CAN ACCEPT POSSIBLE, THE CONTRACTOR OR A COMPETENT REPRESENTATIVE MESSAGE AND .E REPLY AS SOON AS (24) HOURS: DAY: _( ) NIGHT:( ) FAX:( ) FEDERAL LD. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BE (4 OF 4) 12/03/01 PROPOSAL Enclose certified check or bid bond for five percent (5%) of the bid total as stipulated in the foregoing Information for Bidders. The Bidder hereby agrees to enter into a Contract within five (5) days (Sundays excepted) after due notice from the Town of Southold that the Contract has been awarded to it and is ready for signature; such notice to be given in writing within ninety (90) days of opening of the bids; and, on the signing of such Contract by the Bidder, to furnish the indemnif~,ing bonds as provided in the Contract. The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract in accordance with this bid within five (5) days after due notice from the Town that the Contract has been awarded to it and is ready for signature, as given in accordance with the Information for Bidders and/or its failure to execute and deliver the bond for the full amount of the Contract price, as provided in said Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the Town shall (at the option of Town) become due and payable as ascertained and liquidated damages for such default; otherwise, said check or bid bond will be returned to the undersigned. The full names and residences of all persons and parties interested in the foregoing bid as principals are as follows: NAME ADDRESS NAME OF BIDDER: ADDRESS OF BIDDER: DATED AT: -fi,vt 6r'~t~7~tz, M' THE / 7 ~ DAY OF .~"',~,M I ,200~. SHAC Al-01 PC~I OF 1 10/08/01 14~ G/2OUP PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE Pursuant to Section 103-D of the General Municipal Law, the Contractor makes the following statement under penalty of perjury, and by submission of this bid or proposal, the Bidder certifies that: (a) this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) this bid or proposal has not been knowingly disclosed and will not be knowingly disclosed prior to the opening of the bids or proposals for this project to any other bidder, competitor or potential competitor; (c) no attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) the person signing this bid or proposal certified that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the Bidder as well as to the person signing in its behalf; (e) attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signatory of the bid or proposal on behalf of the corporate bidder. Resolved that ~Qx'cel [~Ai IcA~r5 ~r2.?~3 IrDC. be (Name of Co'rporation) authorized to sign and submit the bid or proposal of this corporation for the following project: (N-flame of Project) -~a ' and to include in such bid or proposal the certificate as to non-collusion required by Section 103- D of the General Municipal Law as the act and deed of said corporation; and for any inaccuracies or misstatements in such certificate, this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by~/~t atameetingofitsBoardofDirectorsheldonthe ,~ dayof~_~,2~,,.,,~1~ ^ ~6'~ Secretary: (Seal of the Corporation) Respectful ~,/ted,lyX~t.t.~t FIRM NAME: FIRM ADDRESS: f',~5~ SIGNED BY: P~T TITLE: SHAC Al-01 PD-1 OF 1 10/08/01 PROPOSAL OFFER OF SURETY In the event the above Proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful performance bond, and on bond to protect labor and material, the following Surety: (Name of Surety Company) SIGNED BY (Name of Bidder) CERTIFICATE OF SURETY, to be signed by a duly authorized official, agent or attorney of the Surety Company. In the event that the above Proposal is accepted and the Contract for the work is awarded to said: the (Name of Bidder) (Name of Surety Company) will execute the Surety Bonds as hereinbefore provided. SIGNED (Authorized Official, Agent or Attorney) Dated: ,20 SHAC Al-01 PE-1 OF 1 10/08/01 Ifl~M, G ~OuP ?ROPOSAL OFFER OF SURETY In thc event the above Proposal is accepted and the undersigned is awarded thc Contract for the work, the undersigned offers as surety fbr faithful performance bond, and on bond to protect labor and material, the following Surety: NOv~, c~u~ey Co. (Name or Surety Company) CERTIFICATE OF SU~TY, to be signed by ~hori~d official, agcnl attorney of the Surety Company. In the event that the above Proposal is accepted and Ihe Contract for the work is awarded to said: Excel Builders Group, Inc. (Name of Bidder) the NOVA Casualty Co. (Name of Surety Company) will execute the Surety Bonds as hereinbefore provided, Matthew Clarke Atty-in-fact Dated: Jan. 1 4,20 02 SHAC AI-0I PE-1 OF I 10/08/01 Iq:/~ Gr~c)U P PROPOSAL BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned,  as Principal and (Bidder's Name) /~X4//~ as Surety are (Name of Surety) ~5~_..~ hereby held and firmly bound unto the Town of Southold~, Suffolk County, New York, as Obligee, in the penal sum of: for the payment of which, well and truly to be made, we hereby join~ly~ally bind) ~TrSgne~jiSh,i~u r~h~ij;,oe/ec ut ors, admini strato rs, s uccel7J s__and assign~/]~Vt/ The condition of the above obligation is such that, whereas, the Principal to the said Town, a certain Proposal dated to enter contract in writing, for the work described in the contract documents for: NOW THEREFORE, (a) If said Proposal shall be rejected, or, in alternate (b) If said Proposal shall be the Principal shall execute and deliver a contract properly completed in accordance with said Proposal and shall furnish the Performance Bond and the Labor and Materi'al Bond with a Surety Company authorized to do business in the State of New York as Surety on each bond, and shall in all other respects perform the agreement created by the acceptance of said Proposal, then this obligation shall be void, othep~vise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. SHAC Al~01 P-F - 1 OF 4 10/08/0l PROPOSAL The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the Obligee may accept such Proposal; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunder set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereunto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (SEAL) ~/// /I (Principal) SHAC Al-01 P-F- 2 OF 4 10/08/01 14:/M, (~ F40U P PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION STATEOF ~ ~ COUNTY OF ~a,~t/~ ) kr~wn, who, being by me duly sworo, did depose and say that he resides at ~.~~4.'~. that he is the~..},.[.~----of ~.~he corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. pAIR!CIA LEVIN {xtnur~D ~ ~'mtxg~.~m~.q~n- NOTARY PUBLIC ACKNOWLEDGEMENT OF PRINCIPAL, IF A PARTNERSHIP STATE OF ) ) SS: COUNTY OF ) On this __ day of ,20 before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC AI-01 P-F - 3 OF 4 10/08/01 PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF AN INDIVIDUAL STATE OF ) ) SS: COUNTY OF ) On this__ day of , 20 before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC Al-01 P-F - 4 OF 4 10/08/01 THE AMERICAN INSTITUTE OF ARCHITECTS AIADocumentA3~O Bid Bond Bond # 20505 KNOW ALL MEN BY THESE PRESENTS, thatwe Excel Builders Group, Inc. as Principal, hereinafter called the Principal, and NOVA Casualty Co. a corporation duly organized under the laws of the State of New York as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold as Obligee, hereinafter called the Obligee, in the sum of ~; ~ (F', va PER ¢~[ N T '~ Fourty-Five. Thousand Dollars ($45,000.00), for the payment ot which sum well and tru y to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assisns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Town of Southold Animal Shelter NOW, THEREFORE, if the Obllsee shill accept the bid of the Principal and the Principal shell enter into 1~(:9~tract with the Oblisee in accordance with the terms of such bid, and live such bond Or bonds as may be specified in the-biddin8 or Contract Documents with Iood and sufficient surety tot the faithful performance of such Contract and lot the prompt payment of labor and material furnished in the prosecution thereof, or in the ~'ent ol the failure ol Ihe Principal to entee such Contract and sire such bond or bonds, if the Princil~al shall pay m the Obli$~e the rfifference not to exceed the penalty hereof between the amount specillecl in said bid and such lar$er amount for which the Obligee may in ~ faith contract with another ~arty to perform the Work covered by said bid, then this oblisae~-- ~htll be null and void, othe~vise to remain in full force and effect, Signed and sealed this 9th (Witness) day of Janizary, 2002 /J .E~[cel B~de~s Grou~ Tn~ / .~OV~ C~u~lty Co.~ ~' ' (Title) Matthew Clarke Atty-in-fact (Acknowiedgmen[ by principal, unless It be e. corpor,atlon) STATE OF NEW YORK SS,: r'OUNTY OF On this ~ day of, 2 0_.._.~, b~forc me personally cm~e ___ , to mc kno~vn ,'u~d known to mc to be the person describe! in and who executed the rore~uing instrument, e. nd a~knowledged that ho Nolory Public County (^cknowlcdgmem by principal, ifa ¢o~porutlon) STATE OF NEW YORK COUNTY OF-~~" ' mekno~ wh~eing,by ~ d~om, did d~s~yt~ h~r.)~s in__ [~. ~ ,.~~ of~e ~ ~ ~,: ~h¢ co.radon d~s~ibed~n and which ex~ute~ the fore~in~ instru~nt; t~ he knew t~¢ seal O~id co.ration; t~at lhe seal a~xed to said ¢orporat~o; a~x~ to sad ina~menc was sueh co~ere~e seat; thai k was so ~ffixed b7 order oF Ih~ ~oard of Dire{om o~ ~id cor~[ation, and No{ar'/Public County (Acknowledgment by Surety Comp~my) STATE OF NEW YORK SS,: COUNTY OF .__..~..~X~.q..~ a U _.. Onthis, ,9.t_hd~yo£ January 20 02 ,bef0r~meper~onaliycame Matthew Clarke ,o nleknown, who being by me duly sworn, dldd~P°aeand~ayth~.there$idesin New Yo~k city ' ; that he is the _Atty-in-fact o£m¢ NOVA Casualty Co. ; ~he COrporation described 41~ and which executed the within instrument; thai he knows the seal of said corporation; that the .~:al affixed to said instru~ellt ls such c,)rpor~to scsi; that is was so affixed by ocder of the Board at' Directors af said corporation; ~nd thai he signed his name thereto by like order. NOVA CASUALTY COMPANY (716) 856-3722 ***MATTHEW CLARKE*** lawfulAtto~e~s)-in-fact~ ~to~ke~ execute; ~al' =~:: :~:~,end deliver' foF a~ or1%: =~s befit=,:':: ~s s~re~, © and as ts und~.a?i~g~ and:~tra~:~f ~retyship, ~ro~ t~t ~ ~d;~;q~e~aking or u~s au~ :~afl~:~ in am~t ~e'su~of~ : ***NOT TO E~ED This P~e~ o~;Att0mey::i~ g~an~d,and is signed ~seal~ by~fac~mile under and I~y:~,.a~t~typ~ the fo~ lOwing ReSSl~t~ adbPtefl'~ t§~ B~f Directo~;(~[ N~!~A CASOA[~i~PANY at'~ ~¢e~on ~, ~ or ~re msi~t v~p~ms, ~nt s~ a~ a~e~y(s)-in*fa~, ~ch ~imee ~ ~ve the ~m a~ ~ usu~ to su~ 0~es to ~ bu~n~ ~ th ~ ~ the a~tU m ~ ~ 0~m a~ seal of the ~ny m~ ~ ~ m any su~ ~er 0f ~m~ or ~ a~ ce~te r~n g ~ ~ fa~im~e, and ~:!~ Wi~:~Wbe[eot~ the NOVA CASUALTY COMPANY has cau~d the~'~e~ ~ ~e:=s~n~d~by its offi~r ~de~n~and it~bb~0ra~ seal to be hereto affixed duly attested by its ~ta~, th~ 2i~? d~bf ~tober, 1~3. Attest: . NOVA CASUALTYCOM~NY Harsha AchaP/~, seCreiary I~. SE~ / / NOrman F. Emst, President ~[q~:~ E~IE :.: : ::::; .: L St::~a~ :a :~tober, 1993, befS~e ~::~!i~:~me Norman F.. Emst, {~:me:~nl ~::belng by me Oaly ~m; did'depo~':and say: that he ~'~ide~ ih :th~:ooun~'~:E~ie, State of NeW ~'ori<;'~at;:~ lS ~ preSident of NOVA CASUALTY COMPANY, the corporation desCnbed in and which executed the above instrument; that he knows the Seal of the said cOrporation; that the seal affixed to said instrument is such COrporate seal; that it was so affiXed by order of the Board Of D rec~mof:sa d ~ret. ion .and that h~:sig~t~ na~e:thereto ~ !ike order. :,,: oP COUNTY OF ERIE ] t ~u~m~'/ I / Kathlee. A. ~ourtney ~o~ Notary Public, Erie Co., NY O~iFI~ATE: ':i:~,= : !i;,~a~S.ig~ :d~y~; elected ~ off'~'.i~..t~e~d ~i ~¥0~ the incurfi~i i~:~A ~.~:T~::~OMPANY, a New Y0r~ L;oq3oratisnl authorized to ma~ this ~rtiriCa't~ DO HEREBY CERTIFY that tfi~'foregSi'~{~' ~ttached poWer of Attorney remains in full 'force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the Power of Attorney is noW in force. ~2--~e yo'g~ H. Christopher Hoover, Treasurer This power is valid only if the power of attorney number printed in the upper right hand corner appears in red. Photocopies carbon ~)pies or ,other r?..mduc~.ioos are not binding on the company. Inquiries concerning this power of attorney may be d rected to the Bond Manager at the Idome Lmice of the Nova Casualty Company. 'N@VA NOVA CASUALTY COMPANY 180 Oak Street Buffalo, New York 14203-1610 STATEMENT OF FINANCIAL CONDITION I certify that the following officers have been elected by the Board of Directors el NOVA Casualty Company and still remain in office: NORMAN F. ERNST, JR ............................................................... CHAIRMAN HARSHA ACHARYA ................................................................. PRESIDENT CHRISTOPHER C. HOOVER ....................................... VICE PRESIDENT, TREASURER EUGENE WAHLSTROM ......................................................... VICE PRESIDENT WILLIAM D. SHELDON .......................................................... VICE PRESIDENT ROSEMARY BRAVETTI ............................... .. VICE PRESIDENT, ASSISTANT SECRETARY ROBERT L. FRAILEY ...... · .......................................... ASSISTANT VICE PRESIDENT PATRICIA A. NOLAN ................................... ASSISTANT VICE PRESIDENT, SECRETARY STUART CAPERS .................................................. ASSISTANT VICE PRESIDENT I further certify that the following sta, tement of the Company [s true as taken from the records of said Company as of December 31,2000: ASSETS Cash and Invested Assets: Cash ...................................... $ (1,989,863) Bonds .' ..................................... 23,043,025 Preferred Stocks ............................. 322,953 Common'Stocks ............................. 1,489,807 Short Term Investments ...................... 3,317,485 Interest & Dividends Due and Accrue. d .......... 413.751 $ 26,597,158 Other Assets: Premiums and Agents Balances, Net .......... S 2,885,296 Receivables from Parent ...................... 2,918,903 Reinsurance Recoverable .................... 687,072 Contingent Commission Receivable ............ 2,700,217 Equipment, Net .............................. 285.315 Total Admitted Assets ....................... S 38,024,961 LIABILITIES AND POLICYHOLDERS SURPLUS Liabilities: Losses .................................... S 13,088,768 Loss Adjustment Expenses ................... 824,527 Unearned Premiums ......................... 11,082,729 Taxes, Licenses and Fees .................... 191,900 Federal Income Ta~es ....................... 92,000 Aggregate Write-ins for Liabilities .............. 88,192 Other Liabilities ............................. 659.257 $ 25,975,370 Policyholders Surplus ........................ $10,049,591 Total Liabilities and Policyholders Surplus ...... S 36,024,951 STATE OF NEW YORK ~,~ SS: COUNTY OF ERIE I, Patricia A. Nolen, Secretary of NOVA Casualty Company, a New York Corporation, do hereby certify that the foregoing is a ful!, t;ue and correct copy of the Balance Sheet of said Corporation as of December 31, 2000. In witness whereof, I have hereunto set my hand and affixed the seal o[ said Corporation at Buffalo, NY this 22nd da?'of Februa% 200~. STATE OF NEW YORK COUNTY OF ERIE tSS:' Secretary Subscribed and Sworn to before me on this 22n~ day el February, 2001 L../' My Commission Expires S~ptember 28,"'~002 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A370 Bid Bond KNOW ALL MEN BY THESE PRESENTS, thatwe LOOUCAASSOClATES, INC. Islandia NY 11749 as Principal, hereinafter called the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Edison NJ 08837 a corporation duly organized under the laws of the Slate Of CT as 5uretyLhereinafter called the Surety, are held and firmly bound unto TOWN OF SOUll-IOLD, as ObliBee, hereinafter called the Oblisee, in the sum of Five percent of amount bid.Dollars ($ 5% of Amount Bid ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assisns, jointly and severally, firmly by WHEREAS, the Principal has submitted a bid for Construction of an Animal Shelter Building, Southold, NY NOW, THI~REFORE, if ~he Obh&~e ~h~ll accept the bid of the Principll a~ ~ hiflci~ sAIl ~ter into a C~tra~ of Contr~ ~umm6 with ~ a~ surfeit ~ for t~ la,thai ~ C~tra~ a~ ~ ~ ~ ~ ~ if ~he Pri~i~l shall ~ ~ ~t~ the a~nt ~di~ ~ ~ ~ a~ ~ch ~r a~unt for ~i~ ~ Obli~ ~ in ~ laith ~t with a~l~ ~ ~ ~orm 1~ Work ~ ~ ~M ~d, ~ ~is ~ip~ ~ll b null ~ ~d, ~i~ m r~in 5isned and sealed this 17th day of January 2002 LODUCAASSOCIATES. INC. I ~i ..... Eleanor Doudera (Title) Attomey-in-Fact Al& DOCUMINI' Mll· BIO ~ONO · AIA O · FF~RUAKY 1970 ED · THE AMERICAN TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FAP-~fLNGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COlVIPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY CO1VIPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in thc City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Anthony J. Romano, Eleanor Doudera, Fred Nicholson, Gerard S. Macholz, Rita Sagistano, Thomas Bean, of Uniondale, New York, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other va'itings obligatory in the nature of a bond, recognizance,.or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same ex'tern as tithe same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)- in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED:. That the Chairman, the President. any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, may Second Vice Presidea~, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoin~ Atfomeys~in-Fact end Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other wrltiags obligatory in the nature of a bond, recogrfizance, or conditional undertaking, and any of said officors or the Board of Directors at any time may remove any such appointee and revoke the power given h~ or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any po~ of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing und a copy thereof is filed in the office of the Secretary. VO'IPLD: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a hand, recognizence, or conditional undertaking shall be valid and binding upon the Company when (a)signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President. any Second Vice President. thc Treean~, any Assistant Treasurer, thc Corporate Seere~ry or may Assistant Secretary and duly attested and sealed with the Company's seal by a Se~etary or Assistant Secre~Ty, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or tha~r certificates of authority or by one or more Company officers pursuant to a wHttan delegation of anthority. This Power of Attorney and Ce~ificate of Authority is signed and sealed by facsimile under and by authority of the follow~ing Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY A-ND SURETY COMPANY and FARIVII31GTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature o~' each of the following officers: President. any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligato~ in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed ~.nd certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COb~ANY OF AMERICA, TIRA1,W1,ERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument te be signed by their Senior Vice President and their corporate seals to be hereto affixed this 28th day of July, 2000. STATE OF CONNECTICUT } SS. Hartford COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COlVlPAb'Y FARMINGTON CASUALTY COMPANY George W. Thompson ...... Senior Vice President On this 2$th day of Suly, 2000 b~fore me personally came GEORGE W. TP/OM~SON to me known, who, being by mo duly swofa, · did depose and say: that hdshe is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporalions described in and wkich executed the above instrument; that he/she'knows the seals of said corporations; flint the se~ls, affix.ed to the said instrument are such corpO~ate'~eals~'and that'he/sbe executed the said insu'm'nent on authority of hiS/her office tmdcr the Standing Resolutions thereof. My commission expires Juno 30, 2001 Notary Public Marie C. Tetreault I, ~e ~i~'~si~t,Secreta~ of ~LE~ ~U~:~ SU~ CO~.,OF ~L~ CASU~ ~ S~ CO~ ~d F~GTON C~U~TY CO~,:.~ ~,~o~.0f · c State of Co~e~ DO ~Y CER'I'~ f ~t ~e forgoing ~d a~ch~ Power of A~om~ ~d ~te of Au~on~ rc~ ~ ~1 fo~ ~d ~ not ~n r~oked; ~d fo~ ~ ~e Ce~te of A~ofi~, ~ now in for~. Signed ~d Se~ed at ~e Home Office of ~e Comp~y~ in ~e Ci~ of H~or~ S~e of Co~e~t. Dated ~ i~ ~Y of .20 02. Kori M. Johanson Assistant Secretary, Bond 'I'Fas, VELLR/5 CASUALTY A:.;D ~[i~_ETY CGMPANY OF AMERICA ItARTFORD, CT. 06183 ATTORNEY-IN-Fa, CF JUSTIFICATION PRINCIPAL'S ACKNOWLEDGMENT- IF A CORPORATION State of New York, County of '~ ~, l::,~'~-~ }ss O~this I-~ dayof .)AIO(j~ , ~% , before me personally appeared ~coar,~4D ~.~)l'~c~ that he/she is the "~ ~-g ~ 9 ~'~)'C of LOBUCA ASSOCIATES, it was so affixed by order of the Board of Directors of said corporation, and that he/she sign~ his/her name thereto by like order. /2' / ~a~ ~ublio, 8ta~ of m~n ¥ PRINCIPAL S ACKNOWLEDGMENT -- IF INDIVIDUAL OR F~'~'-" ~O. State of New York, County of } ss ~ SURETY COMPANY'S ACKNOWLEDGMENT State bf New York, County of [~IA~SAII } ss. On this 1 7th day of January 2002, . before me personally appeared Eleanor Doudera to me known, who, being by me duly sworn, did depose and say: The! be/sba resides in ~ Suffolk County, ; that be/she is Attorney-in-Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, thc corporation descril~d in and whirl' New York has, pursuant to Chapter 882 of the Laws of the State of New York for the year 1939, constituting chapter 28 ofthe Consolidating Laws of the Stale of New York a~ th, Insurance Law as amended, issued to Tp. AVELERS CASUALTY AND SURETY COMPANY OF AMERICA his/her cerlificate that said Company is qualified to become ant revoked. Notap/Public, State of New York , No. 01 CO6020162 Notary Pubti~ Qualified in Nassau Coun~..~,../3. ~j/ (/ Commission Expires 02/22.~tAX~ TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 FINANCIAL STATEMENT AS OF JUNE 30, 2001 AS FILED WITH THE INSURANCE DEPT. OF THE STATE OF NEW YORK CAPITAL STOCK $ 6,000,000 ASSETS LIABILITIES Cash & Invested Cash $ 107,369,152 Bonds 1,360,602,644 Stock 32,754,366 Other Invested Assets t 5,302,164 Investment Income Due and Accrued 18,(126,421 Premium Balances 99,840,342 Reinsurance Recoverable 2,395,252 Federal Income Tax Recoverable - Receivable for Securities 23,802,977 Other Assets 34,144,7B0 Unearned Premiums $ 354,461,496 Losses 277,738,698 Loss Adjustment Expenses gl ,896,146 Accrued Expenses and other Liabilities 290,467,262 Provision for Reinsurance 23,850,922 Total Liabilities 1.028,414,524 Capital Stock 6,000,000 Paid in Surplus 303,297,402 Other Surplus 356,526~172 Surplus to Policyholders 665,823,574 Total $ 1,694,238,098 Total $ 1,694,238,09~5 PROPOSAL OFFER OF SURETY In the event the above Proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful performance bond, and on bond to protect labor and material, the following Surety: TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA (Name of Surety Company) SIGNED BY~"~'~e o f ~dder) ~..) CERTIFICATE OF SURETY, to be signed by ~ent or attorney of the Surety Company. In the event that the above Proposal is accepted and the Contract for the work is awarded to said: LODUCA ASSOCIATES, INC. , 171 BRIDGE ROAD, ISLANDIA, NY 11749 (Name of Bidder) the TRAVELERS CASUALTY AND SU, RETY COMPANY OF AMERICA , 399 THORNALL STREET, EDISON, NJ 08837 ('Name 0fSurety Company) will execute the Surety Bonds as hereinbefore provided. TRAVELERSSIGNED CAS~ (AuthoHzed Official Agentor A~omey) ELEANOR DOUDERA, ATTORNEY-IN-FACT Dated: JANUARY 1.7, 20__02 SI-lAC Al-01 PE-1 OF 1 10/08/01 TRAVELERS CASUALTY AND SURETY'COMPANY OF AMERICA TRAVELERS CASUALTY A_ND SURETY COM~PANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMlaANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANy, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Anthony J. Romano, Eleanor Doudera, Fred Nicholson, Gerard S. Macholz, Rita Sagistano, Thomas Bean, of Uniondale, New York, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by Ms/her sole signature and act, any and all bonds, recognizances, contracts of indermfity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same ex'tent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)- in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chalrrmm, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vica President, any Second Vice President, the Treasurer, any Assistant Treasurox, the Coxpomte Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company end may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name end seal with the Company's seal bends, recogni:,~-cas, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any pan of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or ~¢iting obligatory in the nature of n bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairmen, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Compony's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secreta~, and the seal of the Company may be affixed by facsimile to a.ny power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or ce~ificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed a.nd certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (5-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF ANIERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate Seals to be hereto affixed this 28th day of July, 2000. STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD TRAVELERS CASUALTY ~ SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COIVIPANY FARMINGTON CASUALTY COMPANY George W. Thompson Senior Vice President On this 28th day of July, 2000 befor~ me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depes~ and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COIVIPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations d~scribed in and wkich executed the above instrument; that he/she knows the seals of said corporations; that the seals a/~d to thc said instrument arc such corporate seals; and that he/she executed thc said instrument on behalf of ~h~ corporations by authority of Ms/her office under thc Standing Resolutions thereof. My commission expires June 30, 2001 Nota~ Public Marie C. Tetreault CERTIi--tCATE ' · ' : : · , :, the undersigned, Assistant Secretary of TRAVELERS CAsuALTy, AND SURETY COMPAq. '6F AMERicA~. TRAVELERS.. CASUALTY AND SURETY COWtPANY and ltARMI~GTON CASUALTY COMI~ANY, ~ corporations of the State of C~unecticut, DO HEREBY CEI~rL~ '[ that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in thc Certificate of AuthoritT, are now in force. Signed and Scaled at the Home Office of the Company, in the Cit~ of Hartford, Stale of Connecticut. Dated this 17 ch day of JANUARY ,20 0 2. 'OOO Kori M. Johanson Assistant Secretary, Bond I'RAVELERS CASUALi ~ -AND S(!RFTY COMPANY OF AMER}CA ItARTFGRA), CT. 06183 ATTORN EY-LN-FACT JUS I',~FICATION PRINCIPAL'S ACKNOWLEDGMENT -- IF A CORPORATION State of New York, County of } ss Onthis (~ dayof d~ta.~ ,'L0/te~ ,beforeraep~onallyappeared ~'t~'ll~4~ ~n~0Dfolr to me known, who, bein~.~y me duly sworn, deposes and says: That he/she resides in the City of ~'~a'~ A- __ ; that he/she is the 'pl'L~Jltgq~T'" ~ of ~.,e~)~t[.~ ~t~{15~! I~.~' . thc corporation described in and which executed the within instrument; that he/she knows the seal of said corporation; that the seal affixed to said inslmrneet is such corporate seal; thai it was so affixed by order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. .~ ' I M. McCABE - P~INCX~^L~'S ^C~OWL]m~r~T -- IF IN~mvm~A~ o]~ VmM No. 4876184 Qualflled in Suffolk County sine o*'~e,~ York. Co..tV of' } ss COIl#lllllIOn F.,Y, plre~ NOVelnbw 10, ~ On this day of , bel'ore me personalty appeared to fac knowr SURETY COMPANY'S ACKNOWLEDGMENT State Of New York. County of NASSAU } ss. On this 17 th day of JANUARY 2002 . before mc personally appeared ELEANOR DOUDERA to mc known, who, being by me duly sworn, did depose a~d say: That be/she resides in the City of SUFFOLK COUNTY NY ; that he/she is Attomey-in-Facl of TRAVEI.ERS CASUALTY AND SURETY COMPANY OF AML]RICA. the corporation described in and whicl, executed thc within inslrument; that be/she knows thc corporate seal of said Company; that thc seal affixed to said insb-amcnt is such corporate seal; and that he/she signed sak instrument as Atlomey-in-Faet by authority of the Board of Directors of said Company; and affiant did further depose and say thai the Superintendent of Imurance of the Slate New York has, pursuant to Chapter 882 of the Laws of the State ol'New York for the year 1939, constituting chapter 28 of the Consolidating Laws of the State of New York as th, Insurance Law as amended, issued to TRAVELERS CASUALTY AND SURETY COb. II'ANY OF AMERICA his/her certificate that said Company is qualified Io become am be accepted as surety or gnaranlor on all bonds, undertakings, recognizances, guaranties, and other obligations required or permitted by law; and that such cerlifical¢ h~ not bec~ revoked. Notar7 Publi, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hardord, Connecticut 06183 FINANCIAL STATEMENT AS OF JUNE 30, 2001 AS FILED WITH THE INSURANCE DEPT. OF THE STATE OF NEW YORK CAPITAL STOCK $ 6,000,000 ASSETS LIABILITIES Cash & Invested Cash $ 107,369,152 Unearned Premiums $ 354,461,498 Bonds 1,360,602.644 Losses 277,738,698 Stock 32,754,366 Loss Adjustment Expenses 81,896,146 Other Invested Assets 15,302,164 Accrued Expenses and other ~nvestment Income Due Liabilities 290,467,262 and Accrued 18,026,421 Provision for Reinsurance 23,850,922 Premium Balances 99,~0,342 Reinsurance Recoverable 2,395,252 Total Liabilities 1.028,414,524 Federal Income Tax Recoverable Receivable for Securities 23,802,977 Capital Stock 6,000.000 Other Assets 34,144,780 Paid in Surplus 303,297,402 Other Surplus 356,526,172 Surplus to Policyholders 665,823,574 Total $ 1,694,238,09~ Total $ 1,694,238,098 PROPOSAL RECEIVED JAN ] 7 2002 TOWN OF SOUTHOLD $oothold lro~n ~}~rlJFFOLK COUNTY, NEW YORK The undersigned, as Bidder, declares that the only persons, company or parties interested in the Proposal as principals are named herein; that he has carefully examined the annexed Form of Contract, and the Plans and Specifications therein referred to; that he has made a personal examination of the site of the proposed work and such investigations as are necessary to determine the character of the materials to be encountered, and he proposes and agrees that if this Proposal is accepted, he will contract with the Town of Southold, New York, to provide the necessary machinery, tools, apparatus and other means of construction, and all materials and labor called for by the said Contract, RFP, Plans and Specifications, or necessary to complete the work in the manner and within the time set forth in said Contract, RFP, Plans and Specifications, for the prices set forth in the following Form of Proposal: Sign~ SHAC Al-01 PA-1 OF 1 12/O4/01 · ' ' PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Ai-0I Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES ~ND THE PROPOSED COMPLETION DATE ,MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM IA - BONDS AND INSURANCES (Written in Words): 7gOCtFil~... ITEM lB - DESIGN AND E~EER~G ITEM 1 C - GENE~L ~UI~MENTS (W~mn ~n Word~): Tt ;rt~ ITEM 1D - ~DEPENDENT TEST~G SERVIC~//~5 ~Tm ~- ~ROJ~CT SUP~IS~O~ (Wri~en in Words): ~v~q tTm 2 mv~s~oN 2- S~O~ ITEM 3 - DIVISIO~ 3 - ~C~TE WORK (Wri2en in Words):~f~ ITEM 4 - DIVISION 4~ ~ONRY WO~ (Wri~en in Words): ~]~k~ ~ ~ ~ot~ ~~ ITEM 5 - DIVISION 5 -~ETALS (Written in Words):~.~ ~j ;~ ~.o~ ~a ff~ 6- DIV S O 6- WOOO*NO PL ST CS Wo d,): ITEM 7 - DIVISION 7 - THERMAL & MOISTURE PROTECTION ITEM 8 - DIVISION 8 - DO~RS & WINDOWS ITEM 9 - DIVISION 9 - F~HES ITEM 10 - DIVISIONS 10 - 14 (WriRen in Words): ~& ~ ~o~ ~//~ ITEM 11 - PROJECT CLOSEOUT (Wri2en in Words): ~ t~ %~ ff~ ~/~ ITEM 12 - AS-BUILT D~GS SHAC Al-01 P-BG (1 OF 4) 12/03/01 TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted fi.om the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All xvork included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual· The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Alternate Cost (State whether alternate is to be added or deducted from the base bid cost) Altemate# NONE CLEARLY IDENTIFY IF THE ALTEILNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BG (2 OF 4) 12/03/0 l PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN 1N BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH I, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( ~,~:>0 ) 3~o_~'~ ~,~.-C~ CALANDERDAYS. Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BG (3 OF 4) 12/03/01 ROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: !_oDu£.~ BIDDER'S AD~ ~I)) DATE: TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: NIGHT: FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BG (4 OF 4) 12/03/01 PROPOSAL' Enclose certified check or bid bond for five percent (5%) of the bid total as stipulated in the foregoing Information for Bidders. The Bidder hereby agrees to enter into a Contract within five (5) days (Sundays excepted) after due notice from the Town of Southold that the Contract has been awarded to it and is ready for signature; such notice to be given in writing within ninety (90) days of opening of the bids; and, on the signing of such Contract by the Bidder, to furnish the indemnifying bonds as provided in the Contract. The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract in accordance with this bid within five (5) days after due notice from the Town that the Contract has been awarded to it and is ready for signature, as given in accordance with the Information for Bidders and/or its failure to execute and deliver the bond for the full amount of the Contract price, as provided in said Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the Town shall (at the 'option of Town) become due and payable as ascertained and liquidated damages for such default; otherwise, said check or bid bond will be returned to the undersigned. The full names and residences of all persons and parties interested in the foregoing bid as principals are as follows: NAME ADDRESS NAME OF BIDDER: ~o~vc.~, ~6¢O~iMe. JS, iUL,. ADDRESS OF BIDDER: i"7~ '?.59.11)~[ 'J2~.t,D, 1Skfi_k)bl~., 1-,I,( II'-t2~ DATED AT: --"~5Z~'~ THE ~G:~ DAY OF 3-tso~, ,20 O__Z SHAC Al-01 PC-1 OF 1 10/08/01 PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE Pursuant to Section 103-D of the General Municipal Law, the Contractor makes the following statement under penalty of perjury, and by submission of this bid or proposal, the Bidder certifies that: (a) this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) this bid or proposal has not been knowingly disclosed and will not be knowingly disclosed prior to the opening of the bids or proposals for this project to any other bidder, competitor or potential competitor; (c) no attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) the person signing this bid or proposal certified that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the Bidder as well as to the person signing in its behalf; (e) attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signatory of the bid or proposal on behalf of the corporate bidder. Resolved that ~-o~)c~c~ ~r)c i~tc~, , Ob, be ~ame of Co~oration) authorized to sign ~d submit the bid or proposal of this co~oration for the following project: (Nme of Project) ~d to include in such bid or proposal the ce~ificate as to non-collusion required by Section 103- D of the General Municipal Law as the act and deed of said co~oration; ~d for ~y inaccuracies or misstatements in such ce~ificate, this co.orate bidder shall be liable under the penalties of peru.. The foregoing is a ~e ~d co~ect copy of the resolution adopted by ~~ ~ at a meeting of its Bo~d of Directors held on the ~~ (Sealofthe Co~oration) Secret: ~ Respecthlly submitted, FIRM NAME: FIRM ADDRESS'. PRINT NAME? TITLE: SHAC Al-01 PD-1 OF 1 10/08/01 I~ G2OUP QUALIFICATION OF BIDDERS A. The following is a list showing the name of the Owner, Location, Date of Construction, General Description of Work, Amount of the Contract and Contract Period for projects of similar nature in size, construction method and construction procedure, which have been completed by the undersigned as the prime contractor, and which have been in operation for a period of not less than one year, (minimum of five such projec, ts). Project No.1 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.2 Owner: Covtact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: SHAC Al~01 QB- 2 of 8 10/18/01 ~ c-r-.~ou n QUALIFICATION OF BIDDERS Project No.3 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.4 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.5 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: SHACA1-01 QB-3 of 8 10/18/01 QUALIFICATION OF BIDDERS Size of construction crew to be maintained on,a regular basis for this contract: Superintendent's Name: ~'o~e~gq ~>e ~,-v.'~ If other than corporation or partnership, describe organization and name principals: Have you ever failed to complete any work awarded to you? If so, note when, where and why: Has any officer or partner of your organization ever been an officer or a partner of another organization that failed to complete a construction contract? If so, state circumstances: 1',30 List the construction experiences of the principal individuals of your organization: SHAC Al-01 QB-4of8 10/18/01 l~ G~OUP QUALIFICATION OF BIDDERS G. Trade references: H. Bank references: Name of Bonding Company and name and address of agent: We normally perform K.K % of the work with our own forces. We intend to perform _~ of the work on this project with our own forces. List trades below of work to be subcontracted or that may be subcontracted: SHAC Al-01 QB - 5 of 8 10/18/01 I~ G~OUP QUALIFICATION OF BIDDERS K. The following is a list of the major areas of construction work under this contract to be performed by subcontractors to the bidder, showing the Type of Work and the name of the Owner, Location and Date of Construction for ~vork of similar nature in size, construction method and construction procedure, which have been completed by the undersigned, and which have been in operation for a period of not less than one year, (minimum of five such projects). Subcontractor Name: ,, ~ ~mr~rt--tO Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount SHAC Al-01 QB-6 of 8 10/18/01 Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount SHAC Al~01 QB - 7 of 8 10/18/01 I~ C-XOtJP QUALIFICATION OF BIDDERS The Town of Southold reserves the right to reject any and all bids which do not include a completed qualifications section and/or do not meet the necessary qualifications criteria, for both prime contractor and subcontractors, as described within this qualifications section, for construction work to be performed and completed as required by the contract documents. BIDDER FIRM NAME: ADDRESS: PREPARED BY: SIGNED BY: TITLE: SHAC Al-01 QB - 8 of 8 10/18/01 me LODUCA ASSOCIATES INC, TEL # (631) 234-0646 FAX # (631) 234-9457 E-mail: LoDucaGC~aol.com General Contractors 171 Bridge Road, lslandia, N.Y. 11749 I I I I I I I I I I I I I I I I GENERAL INFORMATION AND OVERVIEW 1.0 2.0 3.0 ORGANIZATION 1.1. 1.2 1.3 1.4 1.5 1.6 1.7 Name of Firm: Federal EIN: Address of Principal Office: Primary Category of Work: Number of Years in Business: Sole Shareholder and Principal officer: LODUCA ASSOCIATES, INC. 11-2668612 171 BRIDGE ROAD ISLANDIA, NY 11749 GENERAL CONTRACTOR in Public / Capital arena 19 YEARS RICHARD LODUCA LoDuca Associates is not a parent, subsidiary or in any way affiliated with any other organization. KEY PERSONNEL 2.1 Please find Key Personnel in our organization including years experience in the trade and also including any pertinent licenses, license numbers, certifications or registrations. Also attached is our company Organization Chart. PROJECT EXPERIENCE 3.1 Please find our organization's major projects, projects currently in progress and completed contracts all including the name of the project, owner, contract amount, percent complete and scheduled completion date. 3.2 Our average annual amount of construction work performed over the last 5 years is: $7.0 Million Construction Managers · Design/Build I I I I I I I I I I I I I I I I I 4.0 REFERENCES PROFESSIONAL REFE _RENCE: TRADE REFERENCE: BANK REFERENCE: SURETY REFERENCE: Joseph Baader Dvirka & Bartillucci 330 Crossway Park Drive Woodbury, NY 11797 Tel (516)364-9892 Marsha Wolfe-Mulch Long Island Rail Road 90-27 Sutphin Blvd. - 4th Floor Jamaica, NY 11435 Tel (718)558-7400 x3664 Gary Bruno Gary J. Bruno Architeet, P.C. 1225 Locust Ave. Bohemia, NY 11716 Tel (631)563-4848 WORTH SUPPLY CO. INC. 3665 EXPRESSWAY DRIVE NORTH HAUPPAUGE, NY 11788 SOIL SOLUTIONS 110 CHERRY VALLEY AVENUE WEST HEMPSTEAD, NY 11552 NORTH FORK BANK 4525 SUNRISE HIGHWAY BOHEMIA, NY 11716 A'I'rN. WILLIAM MILLER (516)567-6700 Aon Risk Services 333 Earle Ovington Blvd. Uniondale, NY 11553 Attn. Thomas Bean Tel: (516)794-7000 Fax: (516)794-7089 I I I I I I I I I I I I i I I I I I 5.0 6.0 FINANCIAL INFORMATION 5.1 Audited Financial Statement prepared by an independent certified public accountant is available at your request should you determine an interest in LoDuca Associates, Inc. 5.2 Attached please find certification from the Surety listed above indicating our organizations assessed Bonding Capacity. POLICY STATEMENTS 6.1 Our organization strictly complies with all environmental laws and standards. 6.2 Our organization strictly complies with equal employment oppommity requirements under federal, state and local laws and executive orders. 6.3 Our organization's policy on payment to subcontractors is as follows: Subcontractors are paid on a percentage of completion based on percentages approved for their trade by the owner. Payments are made within ten (10) days of receipt of payment from the owner. 6.4 Our organization's policy on minority and women-owned business participation is as follows: LoDuca Associates, Inc. is an equal opportunity employer and utilizes minority and women owned enterprises as well as non-certified firms. Should any additional information be required, please do not hesitate to call us at (631) 234-0646. Richard LoDuca President g:\winword\general\resume\genin fo.doc I I I I I I I I I I I I I I I I I I COMPANY HISTORY AND DESCRIPTION LoDuca Associates, Inc. was formed on November 5th, 1983 with Richard LoDuca being sole shareholder. Company Headquarters Initially LoDuca Associates, Inc., was located at 220 East Main Street, East Islip, NY 11730. At that time office space was rented in a two story office building totaling 400 square feet with no warehouse. In Mamh of 1984 the business was relocated to 1420F Chumh Street, Bohemia, NY 11716. At that time as 1200 square foot building was rented with approximately 400 square feet of office and 800 square feet of warehouse. In September of 1989, the business was moved to 1311 Lakeland Avenue, Bohemia, NY 11716. The new facility was a 5,000 square foot building of approximately 1000 square foot office, 4,000 square foot warehouse and approximately 1/2 acre storage yard. In September of 1994 the business was relocated to 926 Lincoln Avenue, Holbrook, NY 11741. At which time LoDuca Associates, Inc. shared approximately 25,000 square feet with the affiliate company due to the taking in of partnem. In October of 1997, offices were relocated to 926-C Lincoln Avenue, Holbrook, NY 11741. Rented space comprising 1,000 square feet of office and 3,000 square feet of warehouse and approximately 1/2 acre of yard storage space. Company Ownership From November 1983 to December 1994, Richard LoDuca was the sole shareholder of LoDuca Associates. From December 1994 to October 1997, Richard LoDuca owned 25%, Thomas DeNapolis 25%, Philip Gulizio 25% and Anthony Cardillo 25%. October 31st, 1997, Richard LoDuca repurchased all shares of LoDuce Associates, Inc. returning to 100% ownership as it remains to this date. I I I I I I I I I I I I I I I I I I Company Activities During the pedod of November 1983 to the end of November 1987 the primary focus of LoDuca Associates was in the private sector. Construction of single family residences, garden type apartments and residential and light commercial renovations, It was in 1987 that the focus of LoDuca Associates was shifted toward public work which was the principals primary interest pdor to 1983. Since 1987 LoDuca Associates has been perfoming work for varying agencies such as the NYC Housing Authority, NYC Department of Sanitation, NYC Transit Authority, Long Island Rail Road, Town of Islip, Town of Babylon, Town of Southold, Suffolk County Water Authority, Mineola Water District, West Islip Fire Department, Fair Harbor Fire Department, Ocean Beach Union Frae School District, Sachem Union Free School District, Middle Island Union Free School District, NYS Thruway Authority, etc. Past and Present Law Suits During the course of these fifteen years, LoDuca Associates has been involved with various litigation's due to disputed dollars with vendors and subcontrectom defaulted on work and the typical slip and fall which have been handled by the insurance companies. Flanagan & Cooke, P.C. the attorneys for LoDuca Associates has prepared a current litigation letter which is made part of this package. Management See aEached I I I I I I I I I I I I I I I I I I AFFILIATED COMPANIES AND RELATED BUSINESSES At present there are no affiliated companies with LoDuca Associates with the exception of the soon to be formed entity known as 840 South SecOnd Street, LLC. Richard LoDuca will be the sole owner of this entity. ! I I I I i I I I I I I I I I I I I AFFIRMATIVE ACTION PROGRAM OF LODUCA ASSOCIATES, INC. IMPLEMENTATION OF AFFIRMATIVE ACTION PROGRAM: I understand and agree that the company's Affirmative Action Program will be periodically evaluated to determine if good faith efforts have been made to achieve equitable participation by minority group persons and women. The effectiveness of the Affirmative Action Program shall be measured by the extent of progress made toward an equitable participation which reflects the minority and female work force population and the lack of such progress shall be a factor considered in determining whether there have been good faith efforts to implement the program. I understand and agree that consistent with Federal Executive Orders 11375 and 11246 and City Executive Order # (4/2/68), as amended by Executive Order #23 (8/24/70), women of all races are entitled to equal employment opportunities in the construction industry. Therefore, the company shall make good faith efforts to recruit and employ women, both minority and non-minority. AFFIRMATIVE ACTION STEP The company shall promptly notify the OCC/C and the contracting agency when any union with which the company or subcontractor has a collective bargaining agreement has not accepted a minority or female worker send by the company or the subcontractor or when other information indicates that the union referral process has impeded the company or the subcontractor in its efforts to meet it's program objectives. In those situations where union action impairs its ability to meet such objectives, the company shall take such remedial steps available under Federal, State, or Local Law, as it is reasonable to believe will be sufficient to achieve its program objectives. I i I I I I I I I I I I I I I I I I I AFFIRMATIVE ACTION STEPS In addition, the company shall institute any or all of the following specific affirmative action steps as well as any others which may be necessary to ensure the opportunity for equitable participation in its work force of minority group persons and women. 1. The company shall maintain a file of the name, address, and social security number of each female and each minority person (indicated to be a minority person by visual examination or by having a Spanish surname) referred fi.om all sources, as well as a record of what action was taken with respect to each referred worker, and whether the worker was recommended for acceptance, or for termination, shall be documented in the file. 2. The company shall disseminate its Equal Opportunity Policy within its own organization through policy manuals, company newspapers, annual reports, etc., by conducting staff, employee, and union representatives meetings to explain and discuss the policy; by posting of the policy and by specific review of the policy with minority and female employees and their supervisors. The company shall instruct employee who has the authority to make hiring decisions, and all supervisors, of their responsibility to implement the company's obligations thereunder. 3. The company shall disseminate its Equal Opportunity Policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority and female news media; and by notifying and discussing it with all subcontractors and suppliers. On request, it shall inform the OCC/C of its efforts. 4. The company shall make specific and constant personal (both written and oral) recruitment efforts directed at minority; and female organizations, trade schools, secondary schools, minority and female recruitment and training organizations, includIng the Recruitment and Training Program Inc. within the city and the company's recruitment area. On request, it shall inform the OCC/C of its efforts. 5. The company shall continually evaluate all minority and female personnel for promotion opportunities and encourage minority and female employee to seek such opportunities. I I I I I I I I I I I I I I I I I I I I 3 Richard LoDuca President LODUCA ASSOCIATES, INC. Date I I I I I I I I I I I I I I I I I I I a) EOUAL EMPLOYMENT OPPORTUNITY During the performance of this contxact, the contractor agrees as follows: In connection with the execution ~{ this contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, age, disability, marital status, sexual orientation, or citizenship status. The Contractor shall take affmnative action to ensure that applicants are employed, and that employees are treated during their employment without regard to their race, creed, color, national origin, sex, age, disability, marital status, sexual orientation, or citizenship status. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including epprentieeship. The Conlruetor agrees to post in conspicuous places, available to employees and applications for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. b) c) d) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to their race, creed, color, national origin, sex, age, disability, marital status, sexual orientation, or citizenship status. The Contractor will send to each labor union or representative of workers with which has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union of workers representative of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and epplieants for employment. The Contractor will comply with all provision of Executive order 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. I I I I I I I I I I I I I I I I I I e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of the Labor or pursuant thereto, and will permit access to his books, recurds and accounts by the administering agency and the Secretary of Labor for purposes of investigation of ascertain compliance with such rules, regulations and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations or orders, this contract may be canceled, terminated or suspended in whole or in part of the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in the said Executive Order by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law. g) The Contractor will include the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract enforcing such provisions, including sanctions for noncompliance; provided; however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the Contracting Agency, the Contractor may request the United States to enter into such litigation to protect the interest of the United States. b) The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in Federally assisted construction work provided that if the applicant so participating is not applicable to any agency instrumentally or subdivision of such government which does not participate in work on or under conlract: i) The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal i I I I I I I I ! I I I I I I I I I I opportunity clause and the roles, regulations, and relevant orders of the Secretary of Labor such information as they may require for supervision of such compliance's, and that it will otherwise assist the administering agency in the. discharge of the agency's primary responsibility for securing compliance. J) The applicant further agrees that it will rehmin from entering into any contract or contract modification subject to Executive Order 11246 of September 14, 1985, with a contractor debarred from or who has not demonstrated eligibility for Government contracts pursuant to the Executive order and will carry out such sanctions and penalties for violation of the Equal Opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part. 11, Subpart D of the Executive Order. In addition, the applicant agrees that it if fails or refuses to comply with these undertakings the administering agency may take any or all of the following actions: Cancel, Terminate, or Suspend in whole or in part the grant (contract, loan, insurance, guarantee) retrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurrence until satisfactory assurance of future compliance has been received from such applicant and refer the case to the Department of Justice for appropriate legal proceedings. Richard LoDuca President LoDUCA ASSOCIATES, INC. i I I I I I I I I I I I I I I I I I EQUAL EMPLOYMENT OPPORTUNITY STATEMENT It is the policy of not to discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, age, disability, marital stares, sexual orientation or citizenship status. We will take specific action to ensure that applicants are employed and that employees are treated during employment, without regarding to their race, cre~d~eolor, national origin, sex, age, disability, marital status, sexual orientation or citizenship status. Such action shall include, but not be limited to the following: recruitment, hiring, compensation, training and apprenticeship, promotion, upgrading, demotion, downgrading, transfer, lay-off and termination, and all other Terms and Conditions of Employment except as provided by law. has been appointed Director of our equal employment opportunity programs and will report directly to me on the results of such program. As Director of equal employment oppommity programs, responsibilities include: [, Developing policy statements, equal employment programs, internal and external communication techniques and programs; II. Assisting in the identification of problem areas; IH. Assisting line management in arriving at solutions to problems; IV. Designing and implementing audit and reporting systems that will: a) b) c) measure effectiveness of the policy and implementing programs including supervisors' and management's adherence to the equal employment opportunity policy; indicate need for remedial action; and determine the degree to which the equal employment objectives have been met. I I I I I I I I I I I ! I I I I I I V. Serve as liaison between the company and enforcement agencies; VI. Serve as liaison between the company and minority organizations, women's organizations, advocate organizations for other protected groups and community action groups concerned with equal employment opportunity. To ensure adherence to this policy, performance evaluations for supervisory personnel shall include ratings on their equal employment opportunity efforts and results. Additionally, in furtherance of our equal employment opportunity commitment shall insist that labor unions and other recruiting sources actively recruit and refer members of all protected groups for all positions; incorporate non- discriminatory provisions in all its contracts and purchase orders and include the EEO logo, slogan or statement in all solicitations or advertisements for employees. Company Name Name & Title Signature Date 2 I I I I I I I I I I I I I I I I I I I I I I I I F:\GENERAL\RESUME\EmplList.doc EMPLOYEE LIST Richard LoDuca James Kitzmiller Nancy McCabe Chuck Redman Paul Gallina Crystal Corrigan Larry Pennisi Maxim Bernardis Thomas Burke Eugenio Cedano Frank De Jesus Harry Distelkamp Greg J. Engblom Trevor Engblom Joseph Pennisi John Reichling Jose Rodriguez Richard Santopietro Eugene Combs Joseph Grimmer Roger Smith Tajmool Hosein Ali Acklim Lance Doucet Michael Fernandez I I I I I I I I I I I I I I I I I I I Experience Business Skills Education RICHARD LODUCA President LoDuca Associates, Inc. Ronkonkoma, New York November 1983- Present Chief Administrative Officer, Quality and Safety Engineer. Overseeing of construction, engineering design and financial planning. Liaison Officer in charge of field personnel employed on multiple projects with an approximate total value in the order often million dollars. · Administrative Office Job Planning Negotiations · Labor Relations · Customer Relations · Scheduling · Estimating · Purchasing · Expediting Agencies Contracts Performed for: State, City Federal, County and Private Sector · New York City Housing Authority · New York City Transit Authority · Long Island Rail Road · Facilities Development Corporation · Suffolk County Public Works · Nassau County Public Works · Metro North Commuter Rail Road · NYC Department of Design & Construction · NYC Department of Sanitation · NYC Department of Corrections Bachelor Science Electrical Engineering State University of New York at Stonybrook I I I I I I I I I I I I I I I I I I Experience: Sept 95 - Present Apr 92 - Sept 95 Nov 89 - Dec 91 Aug 89 - Nov 89 May 85 - Aug 89 Feb 85 - May 85 Sep 84 - Jan 85 Jun 84 - Sep 84 Education: Jan 89 - Jan 90 Jun 84 Affiliation: References: JAMES EUGENE K1TZMILLER 628 SPRUCE AVENUE SAYVILLE, NY 11782 (516) 567-6243 LODUCA ASSOCIATES, INC. Vice President. Responsible for preparation of all estimates and technical implementation of post award project requirements. Responsible for Quality Assurance activities covering Product submissions, Test Procedures, Inspections, Vendor and Subcontractor evaluations. Member of the American Society for Quality. BRI-DEN CONSTRUCTION COMPANY, INC. Project Manager and Estimator. Primarily in the general construction of public and capital projects in the range of lm-30m~ Responsibilities include all aspects of project management as well as estimating. Responsible for Quality Assurance activities covering Product submissions, Test Procedures, Inspections, Vendor and Subcontractor evaluations. LODUCA ASSOCIATES, INC., GENERAL CONTRACTORS Construction estimating and management; Responsible for the estimating and management of project~ in the range of 100K-1.5m MAJOR BUILDING PRODUCTS, INC. Preliminary d .egign and estimating; Responsible for estimating and the preliminary design of structural building components, trusses and wall panel systems; Assisted in scheduling, production and customer relations SUNSET CONSTRUCTION, INC. Supervisor. KENT CONSTRUCTION COMPANY, INC. Carpenter DEVELIN HOME IMPROVEMENTS Carpenter SUNSET CONSTRUCTION, INC. Carpenter apprentice ISLAND DRAFTING AND TECHNICAL INSTITUTE 500 hours Architectural design and drafting CONNETQUOT HIGH SCHOOL Major in Mathematics Member ASQC Available upon request I I I I I I I I I I I I I I I I I I I I 1998to Present 1997-1998 1988-1997 1985-1988 1983-1985 1977-1983 Chuck Redman 24 Laurel Road Lake Ronkonkoma, NY 11779 (516)738-0773 LoDuca Associates, Inc. Senior Estimator Responsible for estimating broad selection of municipal, public work in heavy highway, building and waste water treatment projects. Also involved in project management of projects in process. Island Site Contracting (A.K.A. Dan' Construction) Estim_ ator Involved with comprehensive site development estimating (clearing/mass site and building excavation, storm drainage, sanitary drainage, water main, etc.) from take-off to buy-out to coordination. J.D. Posilico Inc. Project Engineer / Estimator Responsibilities included engineering and management of large municipal and heavy highway construction projects ($20 million +). NYSDOT, LILCO, PA, NY and NJ, various townships, etc. Extensive knowledge of engineering/estimating pursuant to "hands-on" experience with: · La. rge welded steel gas main projects (transmission mains); · Soil/Bentonite mix designs and impermeable liners associated with landfill construction/capping; · Metric units - have written various worksheets and routines that substantially 'streamline" English-metric conversions for NYSDOT projects · Value Engineering - through re-engineering bridge phase construction on NYSDOT D256881, I was successful on receiving approval on over $4 million in Value Engineering; · Participated with "Custom Software Developer' in creation of state- of-the-art GUI (Graphic User Interface), estimating program which provides comprehensive control of bid balancing and cost recovery, projections from Bid History Data Base; · Stand Alone Estimator - my skills not limited to specific elements of estimating and are complete from take-off to item costing to balancing. Primarily due to my comprehensive knowledge of engineering, economics, purchasing strategy, and management; · Participated in the achievement of contract award for the "JFK Light Rail System". A $1.5 billion design/build contract developed from concept. Micl-lsle Excavation Project Manager / Estimator Directly responsible for small municipal projects (up to $1 million) and subcontract work, from take-off to completion. Lizza Industries Patly Chief (Surveyor) Project Engineer/Estimator Responsibilib:/ included engineering and management in support of large highway and airport construction projects. Reddan Layout Par~y Chief (Surveyor) Full time and part time while attending school. I I I I I I I I I I I I I I I I I I MAXIM BERNARDIS 276 CONNETQUOT AVENUE EAST ISLIP, NY 11730 QUALIFICATIONS: 10 years experience in construction and eight (8) years experience as Lead Foreman on public work project~ for various agencies, such as, New York City Transit Authority, Long Island Railroad, Nassau and Suffolk County DeparUnent of Public Works, Suffolk County Water Authority. SPECIAL TRAINING: 10 Hour OSHA Training Course New York City Transit Authority Track Safety Long Island Rail Road Track Safety New York City Certified Site Safety Manager DUTIES INVOLVE: Supervision of manpower; scheduling of equipment, tools and material; design and work layout drawings; scheduling of General Orders and Flagman to oversee that work is performed under safe conditions in the accordance with OSHA, NYS Labor Law and NYCTA, LIP, R, and Metro North track safety requirements and overseer of all safety conditions on the job site including weekly safety meetings in compliance with OSHA standards. EXPERIENCE: 1986-PRESENT LODUCA ASSOCIATE, INC. General Foreman and General Superintendent 1994-1996 NEW YORK CITY TRANSIT AUTHORITY Installation of Token Booth Locking SystemsVarious stations: Bronx, Brooklyn, Queens and Manhattan Installation of high security, programmable locks in all seven hundred and forty four (744) token booth locks in every subway station on the entire New York City Transit system. 1993-1994 COUNTY OF SUFFOLK DEPARTMENT OF PUBLIC WORKS Westhampton Beach Highway Maintenance Facility Construct multi bay highway vehicle maintenance and office facility with salt and sand storage buildings complete with infrastructure and utilities on site of Suffolk County Airport. 1991-1993 NEW YORK CITY HOUSING AUTHORITY Taylor Whthe the Houses Replacement of 40,000 SF plaza deck waterproofing and related work housing project. 1990-1991 NASSAU COUNTY DEPARTMENT OF PUBLIC WORKS Nassau County Medical Examiner Construction of new mortuary crypts refrigeration. Constructed new morgue in existing facility of Nassau County Medical center. 1 I I I I I I I I I I I I I I I I I I JOSEPH PENNISI 65 SHIPMAN AVENUE NORTH BABYLON, NY 11703 QUALIFICATIONS: 19 years experience in construction and twelve (I 2) years experience as Lead Foreman on public and private projects for various owners, such as, New York City Transit Authority, Long Island Railroad, Nassau and Suffolk County Department of Public Works & Suffolk County Water Authority, SPECIAL TRAINING: I 0 Hour OSHA Training Course New York City Transit Authority Track Safety Long island Rail Road Track Safety New York City Certified Site Safety Manager DUTIES INVOLVE: Supervision of manpower; scheduling of equipment, tools and material; design and work layout drawings; scheduling of General Orders and Flagman to oversee that work is performed under safe conditions in the accordance with OSHA, NYS L~bor Law and NYCTA, LIRR, and Metro North track safety requirements and overseer of ail safely conditions on the job site including weekly safety meetings in compliance with OSHA standards. EXPERIENCE: 1988 - PRESENT LODUCA ASSOCIATES, INC. Foreman - General Superintendent SAMPLING OF MAJOR PROJECTS SUPERVISED: 2001 LONG ISLAND RAIL ROAD Port Jefferson Diesel Yard Construct 1600 LF of timber sound wall 1999-2001 LONG ISLAND RAIL ROAD Port Jefferson/Riverhead Stations Historic Rehabilitation of Two 100 Year old station buildings. Construct 5 areas of parking. 1996-1999 1995-1996 LONG ISLAND RAIL ROAD Oyster Bay Branch Constmct 7 LIRR Stations to add high level platforms NEW YORK CITY DEPARTMENT OF SANITATION Rikees Island Compost Facility Construct full operational self-contained food waste to compost facility. 1994-1996 1993-1994 LONG ISLAND RAILROAD Soil Retaining Structure Cold Spring Harbor ConsUuct soil -retaining structure along railroad right of way including temporarily rerouting of motor vehicle and train traffic and protection of historic landmark structure. TOWN OF EAST HAMPTON East Hampton Compost Construct fully operation commercial waste and sludge to compost facility of 35,000 square foot with infrastructure and utilities. (Cont.) I I I I I I I I I I I I I I I I I I I Cont'd Joe Pennisi 1993 1992-1993 1983-1988 CITY OF GLENCOVE New Police/Court Complex 35,000 square feet Construct pile foundation, reinforced concrete and structural steel structure including removal of 1,000 existing piles. NEW YORK STATE FACILITIES DEVELOPMENT CORPORATION Siddso Facility Construct new electrical substation and underground distribution system. DAVINCl CONTRACTING President Tract framing multi unit subdivisions, coordinate concrete, excavation, carpentv/trades I I I I I I I I I I I I I I I I I I TREVOR ENGBLOM 144 JEFFERSON STREET EAST ISLIP, NY 11730 QUALIFICATIONS: 18 years experience in construction and twelve (12) years experience as Lead Foreman on public and private projects for various owners, such as, New York City Transit Authority, Long Island Railroad, Nassau and Suffolk County Departraent of Public Works, Suffolk County Water Authority, NYC Deparffnent of Design and Construction, and NYC Department of Correction. SPECIAL TRAINING: 10 Hour OSHA Training Course New York City Transit Authority Track Safety Long Island Rail Road Track Safety New York City Certified Site Safety Manager DUTIES INVOLVE: Supervision of manpower; scheduling of equipment, tools and material; design and work layout drawings; scheduling of Ganeral Orders and Flagmen to oversee that work is performed under safe conditions in the accordance with OSHA, NYS Labor L~w and NYCTA, LIRR, and Metro North track safety requirements and overseer of all safety conditions on the job site including weekly safety meetings in compliance with OSHA standards eOm'Se. .EXPERIENCE: 1989-PRESENT LODUCA ASSOCIATE, INC. Foreman - General Superintendent SAMPLING OF MAJOR PROJECTS SUPERVISED: NEW YORK CITY DEPARTMETN OF DESIGN AND CONTRUCTION Rikers Island Steam Tunnel Rehabilitation Build additional subsurface room additions to Steam Tunnel. Extensive leak and crack repairs to entire Island Steam Tunnel, I Frsstructure NEW YORK CITY DEPARTMENT OF DESIGN AND CONSTRUCTION Queens House of Detention Major Kitchen Recnnstructian 1995-1996 ISLIP RESOURCE RECOVERY Blydenburgh Landfill Groundwater Remediation Construct 500,000 gallon per day wastewater treatment facility at closed landfill site. 1994-1995 LONG ISLAND RAILROAD Installation of Tactile Warning Strips Install ADA compliant tactile warning strips (100,000 square feet) in seventeen (17) Long Island Railroad Stations. 1993-1994 COUNTY OF SUFFOLK Child Care Facility Ammerman Campus Construct multilevel childcare facility with integral infraslructure and utilities. (Cont.) I I I I I I I I I I I I I I I I I I I I Cont'd Trevor Engbloom 1992-1993 1991-1993 1984-1989 METRO NORTH COMMUTER RAILROAD Installation of M.O. Hi Mast Lighting Installed Hi Mast Lighting Tower System consisting of rock anchor and gravity type foundations in rail yard. SUFFOLK COUNTY WATER AUTHORITY G.A.C. Foundations Construct filtering equipment foundation at over eighty (80) well sites of varying sizes. G.T. CUSTOM COMMERCIAL CONTRACTING Contracting Principal in General Construction Firm Performing commercial and residential remodeling projects as well as new construction. il, I I I I I I I I I I I I I I I I I GREG ENGBLOM 211 EAST MADISON STREET EAST ISLIP, NY 11730 QUALIFICATIONS: 16 Years experience in construction and eight (8) years experience as Lead Foreman and or Safety Manager, on public work projects for various agencies, such as, New York CiW Transit Authority, Long Island Railroad, Nassau and Suffolk County Deparlment of Public Works, Suffolk County Water Aulhority. SPECIAL TRAINING: 10 Hour OSHA Training Course New York City Transit Authority Track Safety Long Island Rail Road Track Safety New York City Certified Site Safety Manager D.UTIES INVOLVE: Safety Managemem; Supervision of manpower; scheduling of equipment, tools and material; design and work layout drawings; scheduling of General Orders and Flagmen to oversee that work is performed under safe conditions in the accordance with OSHA, NYS Labor Law and NYCTA, LIRR, and Metro North t~'ack safety requirements and overseer of all safety conditions on the job site including weekly safety meetings in compliance with OSHA standards. EXPERIENCE: 1989-PRESENT LODUCA ASSOCIATES, INC. Foreman - General Superintendent 1995-1996 NEW YORK CITY TRANSIT AUTHORITY Rehabilitation of E. l$0th Street Yard Reconstruction of Retaining Wall at NYCTA Rail Yard Encompassing track work signal and concrete retaining wall in existing ,-ail yard and maintenance facility. 1994-1995 LONG ISLAND LIGHTING COMPANY Site Civil Work Bar Beach Substation North Hempstead, New York Perform site preparation and foundation work for new electrical substation as well as infrastructure and utility services. 1993-1994 HEMPSTEAD UNION FREE SCHOOL DISTRICT Renovation and Rehabilitation of Various Buildings Fire code and ADA compliance alterations in five school buildings totaling 250,000 square feett. 1992-1993 NEW YORK STATE THRU WAY AUTHORITY Toll Booth Replacement at Mile Post 6.6 on New York State Thruway Including traffic control and diversions on toll plaza. 1991-1992 EAST HAMPTON UNION FREE SCHOOL DISTRICT Capital Improvements at the J. Marshal Elementary School Alteration and additions at two (2) school buildings with the total building square footage of 150,000. 1984-1989 G.T. CUSTOM COMMERCIAL CONTRACTING Principal in General Construction Firm Performing commercial and residential remodeling projects as well as new construction. I I I I I I I I I I I I I I I I I I I PROJECT TITLE: LoDuca Associates, Inc. MAJOR PROJECT EXPERIENCE TAYLOR/WYTHE HOUSES PROJECT ADDRESS: PROJECT DESCRIPTION: OWNER & CONTACT PERSON: Contact Address: Contact Telephone: Architect Name: Architect Address: Architect Telephone: Project Representative: Approximate Project Size: LoDuca Assoc. Proj Mgr Trade(s) Performed: Percent of Work with Own Force: Date Started (Mo/Yr) Date Completed (Mo/Yr) Date Scheduled Completion Was Project Completed on Schedule: Contract Amount Explanation of Contract Difference: Kent Avenue, Brooklyn, NY Replacement of approximately 50,000 sf plaza deck including demolition, cast in place, concrete and waterproofing New York City Housing Authority - Anthony LaBama 250 Broadway, New York, NY (212)306-3000 New York City Housing Authority 250 Broadway, New York, NY (212)306-3000 Jesse Conrad 50,000 sf Richard LoDuca LoDuca Joseph Pennis[ Superintendent: Concrete, Demolition, Carpentry 40% 01/92 10/93 10/93 Yes x No $1.333.331.00 Final Contract Amount: $1,493,184.00 Additional Work Orders I I I I I I I I I I I I I I I I I I Page 2 of 11 LoDuca Associates, Inc. Major Proiect Experience PROJECT TITLE: PROJECT ADDRESS: PROJECT DESCRIPTION: OWNER & CONTACT PERSON: Contact Address: Contact Telephone: Architect Name: Architect Address: Architect Telephone: Project Representative: Approximate Project Size: LoDuca Assoc. Proj Mgr Trade(s) Performed: Percent of Work with Own Force: Date Started (Mo/Yr) Date Completed (Mo/Yr) Date Scheduled Completion Was Project Completed on Schedule: Contract Amount Explanation of Contract Difference: TUTOR TIME FACILITY 1645 Montauk Highway Oakdale, NY 11769 Design build 10,000 sf Day Care Facility. Complete development of vacant 4 acre site with extensive wetland considerations. 1645 Montauk Associates, LLC 840 South Second Street, Ronkonkoma, NY 11779 (516)580-1200 Gary J. Bruno 1225 Locust Avenue, Bohemia, NY 11716 (516)563-4848 Gary Bruno 10,000 sf Richard LoDuca LoDuca Suprintendent: Carpentry, Concrete, Earthwork 4O% 10/95 12/96 12/96 Yes x $1,100,000.00 No Final Contract Amount: John Reichling $1.100.006.00 I I I I I I I I I I I I I I I I I I Page 3 of 11 LoDuca Associates, Inc. Major Proiect Experience PROJECT TITLE: PROJECT ADDRESS: PROJECT DESCRIPTION: OWNER & CONTACT PERSON: Contact Address: Contact Telephone: Architect Name: Architect Address: Architect Telephone: Project Representative: Approximate Project Size: LoDuca Assoc. Proj Mgr Trade(s) Performed: Percent of Work with Own Force: Date Started (Mo/Yr) Date Completed (Mo/Yr) Date Scheduled Completion Was Project Completed on Schedule: Contract Amount Explanation of Contract Difference: INSTALLATION TOKEN BOOTH LOCK SYSTEM Various Station Bronx, Brooklyn, Manhattan, Queens Installation of electronic security locks at all token booth on entire NYC Transit System NYC Transit Autho.,ity - Behrouz Fathi 10 Columbus Circle, New York, NY 10019 (212)632-7240 New York C~ Transit Authority 10 Columbus Circle, New York, NY (212)632-7240 Behrouz Fathi N/A Richard LoDuca Carpentry 90% 12/94 08/97 08/97 Yes x $2,454,000.00 Additional Work Orders LoDuca Grog Engblom Superintendent: No Final Contract $2,495,000.00 Amount: II. I I I I I I I I I I I I I I I I I I Page 4 of 11 LoDuca Associates, Inc. Major Proiect Experience PROJECT TITLE: PROJECT ADDRESS: - - PROJECT DESCRIPTION: OWNER & CONTACT PERSON: Contact Address: Contact Telephone: Architect Name: Architect Address: Architect Telephone: Project Representative: Approximate Project Size: LoDuca Assoc. Proj Mgr Trade(s) Performed: Percent of Work with Own Force: Data Started (Mo/Yr) Date Completed (Mo/Yr) Date Scheduled Completion Was Project Completed on Schedule: Contract Amount Explanation of Contract Difference: LIRR. HIGH LEVEL PLA TFORMS - Contract #5569 Oyster Bay Branch, New York Reconstruction of Seven existing stations to accept new dual power fleet Long Island Rail Road - Joseph Ferrara 93-59 183rd Street, Hollis, NY 11423 (718)558-3543 Daniel Frankfurt Associates 432 Park Avenue, New York, NY 10016 (212)689-9400 Anthony Fleres N/A Richard LoDuca LoDuca Superintendent: Concrete, Carpent~ and Railing Work 70% 02/97 10/99 10/99 Yes x No $6,230,000.00 Final Contract Amount: Additional Work Orders Joseph PennisJ $7,731,350.00 I I I I I I I I I I I I I I I I I I I Page 5 of 11 LoDuca Associates, Inc. Maior Proiect Experience PROJECT TITLE: PROJECT ADDRESS: PROJECT DESCRIPTION: OWNER & CONTACT PERSON: Contact Address: Contact Telephone: Architect Name: Architect Address: Architect Telephone: Project Representative: Approximate Project Size: LoDuca Assoc. Proj Mgr Trade(s) Performed: Percent of Work in Own Force: Date Started (Mo/Yr) Date Completed (Mo/Yr) Date Scheduled Completion Was ProJect Completed on Schedule: Contract Amount Explanation of Contract Difference: Cold Spring Harbor- Soil Retaining Wail- co.,=, ~5513 Cold Spdng Harbor, New York Construct Steel Sheet Retaining Wall with Concrete Cap & extensive earthwork. Robert Despirito - LIRR 146-01 Archer Avenue, Jamaica, NY 11435 718-558-3672 Long [smd Rail Road / MTA 90-27 Sutphin Blvd., Jamiaca, NY 11435 718-558-3672 Robert Despirito N/A Joseph Pennisi Pile driving, concrete, carpentry, railing work 70% 12~4 11/95 11195 Yes x No $839,960.00 Final Contract $839,960.00 Amount: I I I I I I I I I I I I I I I I I I Page 6 of 11 LoDuca Associates, Inc. Major Prciect Experience PROJECT TITLE: PROJECT ADDRESS: PROJECT DESCRIPTION: OWNER & CONTACT PERSON: Contact Address: Contact Telephone: Architect Name: Architect Address: Architect Telephone: Project Representative: Approximate Project Size: LoDuca Assoc. Prcj Mgr Trade(s) Performed: Percent of Work in Own Force: Date Started (Mop(r) Date Completed (MoP(r) Date Scheduled Completion Was Project Completed on Schedule: Contract Amount Explanation of Contract Difference: Riker's Island. Construction of Composting Facili Contract No. 9575485 Rikefs Island, New York Construct 10,000 sf composting facility including extensive stael concrete filled piles cast in place concrete & site work NYC Dept of Sanitation - Dan Dillon 51 Chamber Street, Room 801, New York, NY 10007 718-538-6972 Department of Sanitation 44 Beaver Street, 8th Floor, New York, NY 10004 212-837-8060 Brij Shdvastava 19,000 sf Richard LoDuca LoDuca Superintendent: Carpentry, earthwork, biotilter construction, dgging. 4O% 6/95 8/96 8/96 Yes x No $4,278,661,00 Final Contract Amount: Additional Work Orders Joseph Pennisi $4,581,967.00 I I I I i I I I I I I I I I I I I I Page 7 of 11 LoDuca Associates, Inc. Major Proiect Experience PROJECT TITLE: PROJECT ADDRESS: PROJECT DESCRIPTION: OWNER & CONTACT PERSON: Contact Address: Contact Telephone: Architect Name: Architect Address: Architect Telephone: Project Representative: Approximate ProJect Size: LoDuca Assoc. Proj Mgr Trade(s) Performed: Percent of Work in Own Force: Date Started (Mop(r) Date Completed (MoP(r) Date Scheduled Completion Was Project Completed on Schedule: Contract Amount Explanation of Contract Difference: Blydenburgh Landfill Ground Water Remediation Biydenburgh Road, Hauppauge, NY Construct of ground water remediation plant including extensive cast in place concret earlhwork and various water treatment specialties. Islip Resource Recovery Agency - Joseph Baader 401 Main Street, Islip, NY 11751 516-224-5644 Dvirka & BartJlucci 330 Crossway Park Ddve, Woodbury, NY 11797 516-3E4-9892 Joseph Baader 4,000 sf Richard LoDuca LoDuca Trevor Engblom Superintendent: Earthwork, carpentry, misc. metaJs, rigging, special equipment 4O% 06/95 08/96 06/96 Yes x $1,646,000.00 No Final Contract Amount: $1,646,000.00 I I I I I I I I I I I I I I I I I I I Page 8 of 11 LoDuca Associates, Inc, Major Project Experience PROJECT TITLE: PROJECT ADDRESS: PROJECT DESCRIPTION: OWNER & CONTACT PERSON: Contact Address: Contact Telephone: Architect Name: Architect Address: Architect Telephone: Project Representative: Approximate Project Size: LoDuca Assoc. Proj Mgr Trade(s) Performed: Percent of Work in Own Force: Date Started (Mo/Yr) Date Completed (Mo/Yr) Date Scheduled Completion Was Project Completed on Schedule: Contract Amount Explanation of Contract Difference: East fSOth Street- Rehabilitation of Retaining Wall Bronx, New York Demolition of existing rubble wall installation of cast in place concrete wall with removal of existing yard and track & replacament NYC Transit Authority- Probhat Desai 130 Uvingston Street, Brooklyn, NY 11201 212-632-7288 New York City Transit Authority 10 Columbus Circle, New York, NY 212-373-5153 Probhat Desai N/A Richard LoDuca LoDuca Trevor Enblom Superintendent: Demolition, earthwork, carpentry, masonry, pile driving, paint, misc. metals, structural steel 75% 11/95 11/96 11/96 Yes x $1,280,000.00 Additional Work Orders No Final Contract Amount: $1,304,916.00 I I I I I I I I I I I I I I I I I I Page 9 of 11 LoDuca Associates, Inc. Maior Proiect Experience PROJECT TITLE: PROJECT ADDRESS: PROJECT DESCRIPTION: OWNER & CONTACT PERSON: Contact Address: Contact Telephone: Architect Name: Architect Address: Architect Telephone: Project Representative: Approximate Project Size: LoDuca Assoc. Proj Mgr Trade(s) Performed: Percent of Work in Own Force: Date Started (Mo/Yr) Date Completed (Mo/Yr) Date Scheduled Completion Was Project Completed on Schedule: Contract Amount Explanation of Contract Difference: 94th Avenue Retaining Wall Jamaica, NY 11435 Replacement of existing retaining wall utilizing precast reinforced earth type system Long Island Rail Road - Marsha Wolfe-Mulch 93-59 183~ Street, Hollis, NY 11423 718-558-3664 Sverdrup Civil Inc. 261 Madison Avenue, New York, NY 10016 212-983-1111 Omar Rahim N/A Richard LoDuca LoDuca Trevor Engblom Supertntendent: Earthwork, precast concrete structure, pile driving concrete, carpentry, misc. metals 8O% 07/96 08~97 08/97 Yes: X No: $535,300.00 Final Contract Amount: Additional Work Orders $648,333.00 I I I I I I I I I I I I I I I I I I Page 10 of 11 LoDuca Associates, Inc. Maior Proiect Experience PROJECT TITLE: PROJECT ADDRESS: PROJECT DESCRIPTION: OWNER & CONTACT PERSON: Contact Address: Contact Telephone: Architect Name: Architect Address: Architect Telephone: Project Representative: Approximate Project Size: LoDuca Assoc. Proj Mgr Trade(s) Performed: Percent of Work in Own Force: Date Started (Mo/Yr) Date Completed (Mo/Yr) Date Scheduled Completion Was Project Completed on Schedule: Contract Amount Explanation of Contract Difference: Installation of Tactile Contact #5504 17 Various Rail Road Stations Nassau, Suffolk, Queens (New York) installation of 10 miles of tactile warning strips at 17 LIRR Stations Long island Rail Road - Marsha Wotfe-Mutch 93-59 183= Street, Hollis, NY 11423 718-558-3664 Long Island Rail Road 93-59 183~ Street, Hollis, NY 11423 718-558-3365 Robert Beck 100,000 sf Richard LoDuca LoDuca Superintendent: Tactile Installation, carpentry 11/95 11/95 Yes: X No: $1,954,163.00 Final Contract Amount: Additional Work Ordem Trevor Engblom $2,061,357.00 I I I I I I I I I I I I I I I I I I Page 11 of 11 LoDuca Associates, Inc. Maior Proiect Experience PROJECT TITLE: PROJECT ADDRESS: PROJECT DESCRIPTION: OWNER & CONTACT PERSON: Contact Address: Contact Telephone: Architect Name: Architect Address: Architect Telephone: Project Representative: Approximate Project Size: LoDuca Assoc, Proj Mgr Trade(s) Performed: Percent of Work in Own Force: Date Started (Mo/Yr) Date Completed (Mo/Yr) Date Scheduled Completion Was Project Completed on Schedule: Contract Amount Explanation of Contract Difference: New Composting Facility East Hampton, New York Construct 19,000 sf pre-engineered building with extensive cast in place concrete work for composting facit~ Town of East Hampton - Raymond Dibiase 159 PanlJgo Road, E. Hampton, NY 11937 516-286-8668 Louis K. McLean Associates 437 South Country Road, Brookhaven, NY 11719 516-289-8668 Christopher Stress 19,000 sf Richard LoDuca LoDuca Joseph Penn~ Superintendent: Earlhwork, carpentry, misc. metals, railing, biofilter const., piping 50% 08/93 01/95 01/95 Yes: X $1,797,791.00 No: Final Contract $1,797,791.00 Amount: I I I I I I I I.~ I I I I I I I I I I I I I I I _~ I .~ I I I I I I I I I I I I I I I I · ~o~ ~_o ~0~o .o I I I ! I I I I I I I I I I I I I I ,! m m Z PROPOSAL RECEIVED Southold Town Clerl,. TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK Tile undersigned, as Bidder, declares that the only persons, company or parties interested in the Proposal as principals are named herein; that he has carefully examined the annexed Form of Contract, and the Plans and Specifications therein referred to; that he has made a personal examination of the site of the proposed work and such investigations as are necessary to detem~ine the character of the materials to be encountered, and he proposes and agrees that if this Proposal is accepted, he will contract with the Town of Southold, New York, to provide the necessary machinery, tools, apparatus and other means of construction, and all materials and labor called for by the said Contract, RFP, Plans and Specifications, or necessary to complete the work in the manner and within the time set forth in said Contract, RFP, Plans and Specifications, for the prices set forth in the following Form of Proposal: Signed By Frank J. Sesti: President SHAC Al-01 PA-1 OF 1 12/04/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC A1-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH L1NE ITEM COST AMOUNT, PROJECT ALTERaNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (Written in Words): ($ 34,200.00 ) ITEM 1B - DESIGN AND ENGINEERING (Written in Words): (5 30,000.00 ) ITEM lC - GENERAL REQUIREMENTS Written in Words): ($ 75,000.00 ) ITEM 1D INDEPENDENT TESTING SERVICES Written in Words): ($ 6,000.00 ) ITEM 1E - PROJECT SUPERVI.SION Written in Words): ($ 48,000.00 ) ITEM 2 - DIVISION 2 - SITE WORK Written in Words): ($ 3,500.00 ) ITEM 3 - DIVISION 3 - CONCRETE WORK Written in Words): ($ 46,000.00 ) ITEM 4 - DIVISION 4 - MASONRY WORK Written in Words): ($ 32,000.00) ITEM 5 - DIVISION 5 METALS Written in Words): (5 188,000.00 ITEM 6 - DIVISION 6 - WOOD AND PLASTICS Written in Words): ($ 20,937.00 ITEM 7 - DIVISION 7 - THERMAL & MOISTURE PROTECTION (Written in Words): ($ 50,000.00 ITEM 8 - DIVISION 8 - DOORS & WINDOWS (Written in Words): (S 29,000.00 ITEM 9 - DIVISION 9 - FINISHES (Written in Words): (S 205,000.00 ITEM 10- DIVISIONS 10 14 (Written in Words): ($ 1 , 800.00 ITEM 11 - PROJECT CLOSEOUT (Wri~en in Words): ($ 2,000.00 ITEM 12 - AS-BUILT DRAWINGS (Written in Words): ($ 2,500 o 00 TOTALBASE BID (ITEMS lA THRU 12) SEVEN HUNDRED SEV~illiI_TY (Writtenin Words): THOUSAND NINE HUNDRED THIRTY S~EN ($ ~3~137 ;00 ) SHAC Al-01 DOLLARS 00/1 0pQ_BG (1 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same ;,,,ill be grounds for disqualification of the bidder. All ;york included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the follo;ving Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) ia completing this proposal f,orm. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES )uND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Alternate Cost (State ~vhether alternate is to be added or deducted from the base bid cost) ~ltemate # NONE ~ $ CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BG (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. TIlE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES TttE RIGItT TO REJECT ANY AND ALL BIDS. AMOUNT St-tALL BE SHOWN 1N BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SttOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( 540 ) FIVE HUNDRED FORTY CALANDERDAYS. Number of Days Number of Days %Vritten in %Vords (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN TItE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BG (3 OF 4) 12/03/01 ~t~ C~!~©LJP PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YOILK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC AD01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: BIDDER'S ADDR~/S: 1 55 Knickerbocker Avenue. t Bohemiar N.Y. SIGNED B~5~~~ TITLE:_ President DATE: ~ January 17, 2002 11716 TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY:(63'} 56336200 NIGHT: (631) 563-6200 FAX:(633 563-6202 FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BG (4 OF 4) 12/03/01 NO BID PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC A 1-01 Note: Tbe bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (Written in Words): ($ ) ITEM lB DESIGN AND ENGINEERING (Written in Words): ($ ITEM lC- GENERAL REQUIREMENTS (Written ii1 Words): (S ) ITEM 1D - PROJECT SUPERVISION (Written in Words): (S ) ITEM 2 - DIVISION 15 - MECHANICAL EQUIPMENT (Wrfilen in Words): ($ ) ITEM 3 - DIVISION 15 - CONTROLS (Written in Words): (S ) ITEM 4 - DIVISION 15 - ALL OTHER MECHANICAL ITEMS (Written m Words): (S ) ITEM 5 - PROJECT CLOSEOUT (Written in Words): ($ ) ITEM 6 - AS-BUILT DRAWINGS (Written in Words): ($ ) TOTAL BASE BID (lTEMS IA THRU 6) (Written in Words): ($ ) ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same wilI be grounds for disqualification of the bidder. All xvork included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. SHAC Al-01 P-BH (1 OF 4) 12/03/01 ~ QF~OUP PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE Pursuant to Section 103-D of the General Municipal Law, the Contractor makes the following statement under penalty of perjury, and by submission of this bid or proposal, the Bidder certifies that: (a) this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) this bid or proposal has not been knowingly disclosed and will not be knowingly disclosed prior to the opening of the bids or proposals for this project to any other bidder, competitor or potential competitor; (¢) no attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) the person signing this bid or proposal certified that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the Bidder as well as to the person signing in its behalf; (e) attached hereto (ifa corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signatory of the bid or proposal on behalf of the corporate bidder. Resolved that Nasuf Construction Corporation be (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following project: New Animal Shelter Buildinq, Southold. N.Y. Pro~ect #SHAC A1-01 Contract G (Name of Project) and to include in such bid or proposal the certificate as to non-collusion required by Section 103- D of the General Municipal Law as the act and deed of said corporation; and for any inaccuracies or misstatements in such certificate, this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by Nasuf Construction at a meeting of its Board of Directors held on the 30 day of April , 20 0.1. Corporation (Seal of the Corporation) Respectfully submitted, FIRM NAME:Nasuf construction Corporation FIRM ADDRESS: 155 Knickerbocker Avenue J~bhem k~ 1 1~1~_ SIGNED B~ PR/NT NA~:/ Fran~J~. ~esti TITLE: Pre s ident SHAC Al-01 PD-I OF 1 10/08/01 ~.~ ,'~ i-~"" ) .. -. ~ _~ PROPOSAL _OFFER OF SURETY In the event the above Proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful performance bond, and on bond to protect labor and material, the following Surety: UNITED STATES Kr_DELI'f~I' & ~J~RAW~Y COMPANY (Name of Surety Company) SIGNED BY NASUlr CONSTRUCTION CORPORATION (Name of Bidder) CERTIFICATE OF SURETY, to be signed by a duly authorized official, agent or attorney of the Surety Company. In the event that the above Proposal is accepted and the Contract for the work is awarded to said: t~sm~ CO)~SlE/)CTXOt~ coaPoaaTXO~ (Name of Bidd~:) the UNI'r~o STALES FI_I)E~I~ & GU~ COI4PAI~ (Name of Surety Company) will execute the Surety Bonds as hereinbefore provided. Dated: Jtmuax"y 17, 2002 (Authorized Official, Agent or Attorney) ELEtL.~IOR DOUDE1L~. AT~'OR~ ~x -IN-FACT SHAC Al-01 PE-1 OF 1 10/08/01 'meSTnlul POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Company Power of Attorney No. 20313 Certificate No. 45 ;3¥6 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York. and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies '), and that the Companies do hereby make. constitute and appoint Anthony J. Romano, Eleanor Doudera, Thomas Bean, Fred Nicholson, G~rard S. Macholz and Rita Sagistano Uniondale New York of the City of State , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in ~hekr business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have cause Seaboard Surety Company , of Dec~n:nber 1,999 st. Paul Mercur~ Sta~e of Maryland City of Baltimore On this 1st day of 1 States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. MICHAEL R. MCKIBBEN, Assistant Secretary December 1999 , before me, the undersigned officer, personally appeared John K Phinney and Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the tbregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 13th day of July, 2002. REBECCAEASLEYONOKALA, Nomu Public ,~.,~6203 Rev. 11-99 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company. St. Paul Fire and Marine Insurance Conrpany, St. Paul Guardian Insurance Company, St. Paul Mc~cury Insurance Company. United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc on September 2, 1998, which resolutions are now in full force and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)4n Fact pursuant to a Power of Attorney issued in accordance with thesc resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be cxccuted in the name and on behalf of the Company. either by the Chairman. or the President, or any Vicc President, or an Assistant Vice President, jointly with the Secretary or an Assistant Sccrctary~ under their respective designations. The signature of such officers ~nay be engrave& printed or l ithographcd The signature of each of the Io~cgoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s) in Fact 1hr purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any such Power of Attorney or certificate bearing such lhcsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by such lhcsimile signature and facsimile seal shall be valid and binding upon the Company with respect m any bond or nndcrtaking to which it is validly attached; anti RESOLVED FURTHER, that Attorney(~) in Fact shall have the power and authority, and, m any case. subject to the terms and limitations of the Power of Attorney issued them. to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s/ in Fact shall be as binding upon Ihe Company as if signed by an Executive Officer and sealed and attested to by the Secretary ol the Company. I, Michael R. McKibben, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St, Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certif3 that thc above and foregoing is a true and correct copy of the Power of Atmmcy executed by said Companies. which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF, 1 hereunto set my hand this lTl;h day of JallllaI3r 2002 To ver~y the authenticity of this Power of Attorney, call 1-800421-~8~n~ as~ ~ Power ~orney cler&. Please reJ~r to the Power of Attorney number, the above-named indivMuals and the de.ils of the bond to wh~¥~wer'~'~ched. STATE OF NEW YORK COUNTY OF NASSAU SURETY ACKNOWLEDGMENT-NY On the 17TH day of JANUARY in the year 2002 , before me personally came ELEANOR DOUDERA , to me known, who, being by me duly sworn, did depose and say thathe/sheresidesin SUFFOLK COUNTY , NY; that he/she is the Attorney-In-Fact of the United States Fidelity and Guaranty Company, the corporation described in and which executed the above instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order; and the affiant did further depose and say that the Superintendent of Insurance of the State of New York, has, pursuant to Section 1111 of the Insurance Law of the State of New York, issued to United States Fidelity and Guaranty Company his/her certificate of qualification evidencing the qualification of said company and its sufficiency under any law of the State of New York as surety and guarantor, and the propriety of accepting and approving it as such; and that such certificate has not been revoked. 11629 Rev. 10/97 Notary Public Financial Statement - D.ecember 31, 2000 United.States Fidelity and Guar::nty Company Assets Liabilities, Surplus & .Other Funds Bonds Stocl~ Mortgage Loans Ileal Estate Short Term Lnvestraent$ Other Invested Assets Agents' Balances Funds held dep. with Reins Co. Reinsurance Recoverable Guaranty Funds Receivable Accrued Interest & Dividends Equity/Deposits/Pools & Assoc. Other Assets $4,122,288,109 Losses $2,618,415,242 543,955,942 Reins. Payable on Paid Losses 26,177,114 185,412,389 Loss Adjusnnent Expense 773,325,224 100,463,252 Contingent Commissions 12,505,04g 214,138,165 Other F..xpenses 49,884,135 148,991,885 Taxes, Licenses and Fees 8,658,003 64,959,285 Federal & Foreign Income Taxes 92,404,899 184.112,796 Unearned Premiums 294,614,577 75,621,285 Dividends Unpaid - Policyholders 9,843,033 1,114,849 Fund Held - Reins. Treaties 5,834,442 74,333,077 Funds Withheld (365,637) 27,345,611 Remittances and Items not Allocated 1,120,508 26,798,4~6 Provision for Reinsurance 28,118,436 Payable to Affiliates 92,112,866 Payable for Securities 4,445,590 Other Liabilities 15 $, 192,401 TOTAL LIABILrIT~S 4,175,285,882 Capital Paid Up 70,579,288 Surplus L523.669.911. Surplus as Rcgarda Policyholders 1,594.249.199 TOTAL ASSETS $5,7__69,535~081 TOTAL LIABILITIES & St.~,PLUS $5,769.535,081 Securities carried at ,$476,096,493 in the foregoing statement, are deposited as required by law. STATE OF MINNESOTA ) ) COUNTY OFRAMSEY ) SS John C. Treacy, Vice President and Controller of thc Uaited States Fidelity and Guaranty Company, being duly sworn, deposes and says that he is the above described officer of said compaay; that said company is a corporitiou duly orgsnl-ed, existill~ a~d eugagin$ ia busiuess as a sUrety company trader and by virtxle of the laws of Rle StaTe of Mat~innd, and has duly complied with all rcquisemcnts of ~e laws of said state applicable to said company and is duly qualified to act as sUrety under such laws; that the above is a hue statement of the assets aud liabilities of said eumpany of the 3 I st day of D~cember, 2000. Subscribed and sworn to before me this 15a day of M~'~h. 200t.. G:&fc<N~t~dept~mm~oaul~l 2eOusfg.doc ~ G~OUD PROPOSAL KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, ~a,,f t'w, nstruetion Corpo;at~on (Bidder's Name) as Principal and United States Fidelity & Cua~anty Co. any ~qame of Surety) as Surety are hereby held and firmly bound unto the Town of Southold, Suffolk County, New York, as Obligee, in the penal sum of: Five Percent ot= ~munt bid (][ 51[ of bid) for thc payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed thislTtbday of January ,20 0_..2 The condition of the above obligation is such tha__~ where_as, thc Princip.al has submitted .to the said Town, a certain Proposal dated January 17, 2002 to enter into a contract tn writing, for the work described in the contract documents for: Hee~t~al Shelter Building. Southo~dv He~Yozk~ ProJect,~SHAC Al-Olv Contract C.- C, eneral ,Bu~:Ltdin~P~a~til~,n & ConstruCtiOn NOW THEREFORE, (a) If said Proposal shall be rejected, or, in the alternate (b) If said Proposal shall be accepted and the Principal shall execute and deliver a contract properly completed in accordance with said Proposal and shall furnish the Performance Bond and the Labor and Material Bond with a Surety Company authorized to do business in the State of New York as Surety on each bond, and shall in all other respects perform the agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. SHAC AI-O1 P-F - 1 OF 4 10/08/01 ~ Gr'<ou~ PROPOSAL The Surety, for value received, hereby stipulates and agrees that the oblisations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the Obligee may accept such Proposal; and said Surety does hereby waive notice of any such extension, IN WITNESS WHEREOF, the Principal and the Surety have hereunder set their hands and seals, and such of them as are corporations have caused their corporate seats to be hereunto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (SEAL) ~rank g[ ~ P~esid~nt (SEAL) Ul~l'l:ea~ STATES FIDELITY & ~X COMPANY (Surety) _ AT~O~ ~x-I~-FACT SHAC Al-01 10/08/01 P-F-2OF4 ~2~ G~OUD PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION STATE OF NEW YORK COL~ OF SUFFOLK Frank J. Sesti On thisI 7 day of Januar!'~e~oOr~r~e personally came and appeared __ to me known, who, '~'eing by~ly sworn, did depose~ and. say .that he resides at Smithtownt NY that he ~s the Pres, of Nasuf co, ~t~h desc~bed in and ~'hich executed the foregoing instrum'~, tha-'fi'~'he know~l of said corporation; that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the d/rectors of said corporation; and that he signed his name thereto by like order. :' MARK F. SESTI ; Notary Public State of New Yo~k No. 01SE5051947 (SEAL) Qualified in Suffolk Commission Expires Nov 13 ~o_~99_~- NOTARY PUBLIC ACKNOWLEDGEMENT OF PRINCIPAL, IF A PARTNERSHIP STATE OF ) ) SS: COUNTY OF ) On this _ day of ,20 before me personally came and appeared to me known and known to me to be the person d~scribed in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY'~uBLIC SHAC Al-01 P-F - 3 OF 4 10/08/01 ?~OPOSAI., ACKNOWLEDGEMENT OF PRINCIPAL, IF AN INDIVIDUAL STATE OF ) ) SS: COUNTY OF ) On this__ day of , 20 before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC AI-O1 P-F - 4 OF 4 10/08/0l Corp. Ack. STATE OF NEW YORK COU-~TY OF SUFFOLK On this .............................. .%.~/ ................. day of ............. ~I~.r~Y, ........... .~..(~.P~ ........... before me personally came ................... : .............................................. ..F...~..a..~...k.....~!.~. _~.e.a.t i .................................................................................................................................................. to me ~o~, who, ~ing by me duly sworn, did depose and say; that he resides in ....................................................... ............. .~.~.~.~.~9.~5.~_...~9.~..._~.9.{.~ ........................... that he is the ................ .~.~.9.~!.~9n.~ ................................................................. of ~e~..C0~S~TI~...~O~I0~ ..................................................... the co~oratioa d~e~d in and whi~ ex~ut~ the above ins~ument; ~at he knows ~e seal of said corporation; ~t ~e s~l affixed to ~id instrument is such corporate seal; that it was so affixed b~order of ~~pirecto~ of said cor- ~ Public State of New Yo~ ~~ por~[[o~, ~ ~ ~e s[~e~ ~[s a~me [~e~e~ by H~e o~den No. 01SE5051947 QualEied in Saffoik Coun~ ~ (S~i) C~mission Expires Nov 13 ~ ,,= , aH i a I I I IIII eSl'Rlul POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St. Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, inc. St. Paul Mercury Insurance Company Power of Attorney No. 20313 Certificate No. L~, ,.) (~i 3 Ii.') ~ KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collactively called the "Companies .), and that the Companies do hereby make, constitute and appoint Anthony J. Romano, Eleanor Doudera, Thomas Bean, Fred Nieholson, Gerard S. Macholz and Rim Sagistano Uniondale New York of the City of _, State , their true and lawful Aliomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written thstmments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings r! actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this ~ of December 19~9 . Seaboard Surety Compauy State of Maryland City of Baltimore On this 1st day of St. Paul Mercury Insurance December , 1999 , and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. , before me, the undersigned officer, personally appeared John F. Phinney and Michael R. McKibben, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company. Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 13th day of July, 2002. REBECCA EASLEY ONOKALA, Notary Public ~,.~6203 Rev. 11-99 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company. St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2. 1998. which resolutions are now in full lbece and effect, reading as follows: RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged Dy persons or entities appointed as Attorney(s) in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the namc and on behalf of the Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President. jointly with the Secretary or an Assistant Secretary, under their respective designations, The signature of such officers may be engraved, printed or lithographed. The signature of each of the lbregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any ceffificate minting thereto appointing Attorney(s) in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature tbemof, and suhject to any limitations set Ibrlh Ihcrein. any such Power of Attorney or certificate bearing such l~csimilc signature or facsimile seal shall be valid and binding upon the Company, and any such power st) executed and certified by s0ch facsimile signature and fitcsimile seal shall be valid and binding upon the Company with respect to any bond or tmdcrtaking to which it is validly attached: and RESOLVED FURTHER, that Attorney(s) in-Fact shall have the power and authority, and, in any case, subject 1o the terms and limitations of the Power of Attorney issued them, to execute and deliver on behalf ol the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in the nature thereol, and any such instrument executed by such Attorney(s) in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company I, Michael R. McKibben, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company. and Fidelity and Guaranty Insurance Underwriters, Inc. do hereby certify that the above and lbregoing is a true and correct copy of the Power of Attorney executed by said Companies. which is in full fi)rce and effect and has not been revoked. IN TESTIMONY WHEREOF, 1 hereunto set my hand this 1 7~th day ol January 2002 Michael R McKibhen~Assistant Secretary Please refer to the Power of Attorney number, STATE OF NEW YORK COUNTY OF NASSAU SURETY ACKNOWLEDGMENT-NY On the 17TH day of JANUARY in the year 2002 , before me personally came ELEANOR DOUDERA , to me known, who, being by me duly sworn, did depose and say that he/she resides in SUFFOLK COUNTY , NY; that he/she is the Attorney-In-Fact of the United States Fidelity and Guaranty Company, the corporation described in and which executed the above instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order; and the affiant did further depose and say that the Superintendent of Insurance of the State of New York, has, pursuant to Section 1111 of the Insurance Law of the State of New York, issued to United States Fidelity and Guaranty Company his/her certificate of qualification evidencing the qualification of said company and its sufficiency under any law of the State of New York as surety and guarantor, and the propriety of accepting and approving it as such; and that such certificate has not been revoked. 11629 Rev. 10/97 Notary Public Financial Statement - December 31, 2000 United States Fidelity and Guaranty Com_panv Asse~ Liabilities, Surplus & Other Funds Bonds Mortgage Loans Real Estate Short Term Invesa'aents Other Invested Assets Agents' Balances Funds held dep. with Reins Co. Reinsurance Recoverable Ouara~ty Funds Receivable Aocmed Interest & Dividends Equity/Deposits/Pools & Assoo. Other Assets $4,122,288,109 Losses $2,618,415,242 543,955,942 Reins. Payable on Paid Losscs 26,177,114 185,412,389 Loss Adjustment Expense 773,325,224 100,463,252 Contingent Commissions 12,505,048 214,138,165 Other Expenses 49,884,135 148,991,885 Taxes, Licenses and Fees 8,658,003 64,959,285 Fedcral& Foreign Income Taxes 92,404,899 184~,112,796 Unearned Prexniums 294,614,577 75,621,285 Dividends Unpaid - Policyholders 9,843,033 1,l 14,849 Fund Held - Reins. Treaties 5,834,442 76,333,077 Funds Withheld (365,637) 27,345,611 Remittances and Items not Allocated 1,120,508 26.798,476 Provision for Reinsurance 28,118,436 Payable to Affiliates 92,112,866 Payable for Securities 4,445,590 Other Liabilities 155392.401, TOTAL LIABILITIES 4,175,285,882 Capital Paid Up 70,579,288 Surplus 1.523.669.911. Surplus as Regards Policyholders 1.59,1,2~9.199 TOTAL ASSETS $5.7.69.535,081 TOTAL LIABILITIES & SUP~LU$ $~,769.535,081 Securities carried at $476,096,493 in the foregoing statement, are deposited as required by law. STATE OF MINNESOTA ) ) COUNTY OF RAMSEY ) John C. Treacy, Vice President and Controller of thc United States Fidelity and Ouaranty Company, being duly sworn, deposes and says that he is the above described officer of said company; that said company is a corporation duly organized, existing and engaging in business as a surety company under and by virtue of the laws of the State of Maryland, a~d has duly complied with all requkements of the laws of said state applicable to said company and is duly qualified to act as surety under tach laws; that the above is a t~e statement of the assets and liabilities of said company of the 31 st day of December, 2000. Subscribed and sworn to before me this 1Sa day of M~ch. 20Or.. G.~fod~r~st~ 6dept c~mm~oauiM 200ustg .doc 1ohn C. Tread'y, ~Vice President and Con'oiler danuaryl7, 2002 NASUF CONSTRUCTION CORP. 155 Knickerbocker Avenue, Suite 1 Bohemia, New York 11716 516-563-6200 FAX No. 516-563-6202 Holzmacher, McLendon & Murrell, P.C. 5 75 Broad Hollow Road Melville, l~ E 11747 New Animal Shelter Building Southold, New York Project #SHAC A]-O1 Contract G - General Building Design & Construction Gentlemen: This is to verify that a Nasuf Construction Corporation representative, doseph Hodgins, visited the site to observe existing conditions. FJS : ai Sworn to before me this 17 day of January, Notary gublic 2002 MARK F. SESTI Notary Public State of New York No. 01SE5051947 Qualified in Suffolk County Commission Expires Nov 13 ~.4J0~4 Quality Construction Since 1962 General & Mechanical Construction * Construction Manager ~:~ GP. OUP QUALIFICATION OF BIDDERS TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK The Town may make such investigation as the Town deems necessary to determine the responsibility of any Bidder or to determine the ability of any Bidder to perform the Work. Bidders shall furnish to the Town all information and data required by the Town, including complete financial data, within the time and in the form and manner required by the Town. The Town reserves the right to reject any bid if the evidence required by the Town is not submitted as required or if the evidence submitted by or the investigation of any Bidder fails to satisfy the Town that the Bidder is responsible, or is able or qualified to carry out the obligations of the Contract or to complete the Work as contemplated. Item A (pages 2-3) are to be copied and completed by all members of the design/build team. Items B - K (pages 4-8) are to be completed by the contractor only. Item L (pages 9-17), New York State Uniform Contracting Questionnaire, is to be completed by the lowest Bidder AFl'ER RECEIPT OF BIDS, if requested by the Town, and may be used to assist in determining the Bidder's qualifications. SHAC Al-01 QB- 1 of 8 10/18/01 i~ QFqOUP QUALIFICATION OF BIDDERS A. The following is a list showing the name of the Oxvner, Location, Date of Construction, General Description of Work, Amount of the Contract and Contract Period for projects of similar nature in size, construction method and construction procedure, which have been completed by the undersigned as the prime contractor, and which have been in operation for a period of not less than one year, (minimum of five such projects). Project No. l ~C~~- ~ ~+ Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Pro~ect No.2 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: SHAC Al-01 QB- 2 of 8 10/18/01 Completed projects referenced: REFERENCES 1. Project Name (or Description): Bellmore Fire District (New Administration Buildine~ Contract Amount: $56:000.00 Completion Date: 2/1999 Owner: ' ' ' Contact Name: JD. hafc~bi~ Telephone: ~ Architecht/Engineer:H2M Group (Ron Lanner) Telephone: 631-756-8000 ext. 1311 2. Project Name ( or Description): New Hyde Park Fire District ( Reconstruction at Headquarters Building. Owner: New Hyde Park Fire District Contract Amount: $57,000.00 Completion Date: 4/98 Contact Name: Marie Cochran Telephone 516-437-1349 Architect: H2M Group (Ron Lanner) Telephone 631-756-8000 ext 1311 3. Project Name: Woods Road Elementary School (Reconstruction) Contract Amount: $240,182.00 Completion Date: 2/13/2000 Owner: North Babylon U.F.S.D. Contact Name: Randy Dobler Telephone: 631-321-3222 Architect: Spector Group (Gary Hanson) Telephone 516-365-4240 4. Project Name (or Description): Levittown Public School Wisdom Lane Contract Amount: $.16_li,2t22A~ Completion Date: 6/2000 Owner: Levittown Public Schools Contact Name: ~ Telephone: ~ Architect/Engineer:_lohn A. Grillo Architect !Bob Cascone) Telephone: ~ 5. Project Name (or Description): Uniondale U.F.S.D. (Various Additions) Contract Amount: $127,900.00 Completion Date: 3/2000 Owner: Uniondal U.F.S.D. Contact Name: Bill Ellin§er Telephone 516-483-8746 or 516-483-8795 Architect: John A. Grillo (John M. Grillo) Telephone 631-476-2161 l~:~*4 GFqOU P QUALIFICATION OF BIDDERS Project No.3 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.4 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.5 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: SHAC Al-01 QB - 3 of 8 10/18/01 [d~,~ QF~©U P QUALIFICATION OF BIDDERS Size of construction crew to be maintained on a regular basis for this contract: df Superintendent's Name: 70...q(?Dtx ~O;(k If other than corporation or parmership, describe organization and name principals: Have you ever failed to complete any work awarded to you? If so, note when, where and why: ~(3 , Has any officer or partner of your organization ever been an officer or a partner of another organization that failed to complete a construction contract? If so, state circumstances: ~,3 (73 List the construction experiences of the principal individuals of your organization: SHAC Al-01 QB - 4 of 8 10/18/01 Id~ C, 12©LJ P QUALIFICATION OF BIDDERS Cu. Trade references: ~e~: at¢.ckecl ~7ob ~e~e. ce L;~-P Bank references: Name of Bonding Company and name and address of agent: We normally perform_[C~)% of the work with our own forces. We intend to perform I00 % of the work on this project with our own forces. List trades below of work to be subcontracted or that may be subcontracted: ~t)g,t~. SHAC Al-01 QB-5 of 8 10/18/01 QUALIFICATION OF BIDDERS K. The following is a list of the major areas of construction work under this contract to be performed by subcontractors to the bidder, showing the Type of Work and the name of the Owner, Location and Date of Construction for work of similar nature in size, construction method and construction procedure, which have been completed by the undersigned, and which have been in operation for a period of not less than one year, (minimum of five such projects). Subcontractor Name: [f/~ Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount SHAC Al-01 QB - 6 of 8 10/18/01 Iq:~/~ G F~OU P QUALIFICATION OF BIDDERS Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount SHAC Al-01 QB- 7 of 8 10/18/01 I~ GF~©UP QUALIFICATION OF BIDDERS The Town of Southold reserves the right to reject any and all bids which do not include a completed qualifications section and/or do not meet the necessary qualifications criteria, lbr both prime contractor and subcontractors, as described within this qualifications section, for construction work to be performed and completed as required by the contract documents. BIDDER FIRM NAME: ADDRESS: PREPARED BY: SIGNED BY: TITLE: SHAC Al-01 QB - 8 of 8 10/18/01 January 16, 2002 H2M Group, P.C. 575 Broad Hollow Road Melville, NY 11747 Re: Proposal for Design/Build New Animal Shelter, Town Of Southold, N.Y. 11971 Project No. SHAC Al-01, Contract P-Plumbing Design and Construction. I Joseph DeGioia hereby certify that a responsible representative of our company has visited the site of the above referenced project to verify the scope of work. We maintain a permanent place of business at the above address and we posses all the required tools and equipment to perform the work of the above referenced project. If you need any fin'ther information or ifI can be of any assistance please feel free to contact me. Yours truly, Joseph DeGioia President Swpr3 before me~4~his ~ DENNIS KELLY Notary Public, State of New York No. 01 KE4947033 Quafified in Nassau County Commission Expires Feb 13, Jib'SE PH DEGIOIA 457 SECATOGUE AVENUE FARMINGDALE, NY 11736 (516) 454-7854 EXPERIENCE 5/95-Present EXCEL MECHANICAL CORP. 457 Secatogue Ave.. Farminqdale. NY Project Manager, Foreman, Mechanic, Estimator, Master Plumber, Certified Welder. Perform and supervise all phases of new work and renovations of public, private, Industrial and residential plumbing, heating, boiler Installations, oil/gas, steam/hot water conversions, pipe fitting, water mains, fire sprinklers, roof drains. Outstanding knowledge of general construction, electrical, and amhitecturet design. FOREMAN & INSTALLATION MECHANIC 9/90-7/95 ~,SSISTANT FOREMAN/MECHANIC 7/8g-6/g0 11/85-7/89 6/85-11/85 ULTIMATE POWER. INC. 45 Nancy Street. West Babylon. NY. Duties included supervising and installing: commercial boilers, boiler room piping, heating systems, water heaters, pipe welding, oil tanks and piping, and all associated heating system components; gas installations, welding gas mains and headers, installing gas trains and vents; commercial oil/gas burners; boiler repairs. HYDRAULIC PLUMBING & HEATtNG 222-15 Northern Bgulevard, ~ Assisted In supervising the Installation of plumbing systems In new co-op project (approx. 120 co-ops), including all phases of residential and commercial plumbing and heating installations. Read blueprints; laid out and installed waste, vent and water supply systems; boilers, water mains, double check valves, bathrooms, kitchens, HVAC connections; gas installations. HARV-ROS PLUMBING & HEATING. 139 Rome Street, East Farmln_odale. NY. Supervised and worked on large and small projects, including all phases of plumbing and heating: new commercial and residential construction; major and minor alterations; jobbing; gas installations; underground sewers and water mains; roof drains; fire sprinklers, plumbing fixtures and finish work. CONSOLIDATED PLUMBING & HEATING. Garden Citv. NY, Commercial and residential, EDUCATION/CERTIFICATION 10/96 & 11/98 3/96-4/96 10/88-6/93 9/82-6/84 The Art of Steam Heatino Seminars by Dan Holohan, Heating Specialist Nassau Technological Center (BOCES) Westbury, NY: Oil Burner I Plumbers Local 457 Willis Avenue, Mineola, NY: Plumber's Training Pmarsm Nassau Technological Center (BOCES) Westbury, NY: Certified Welder Certified NY State Asbestos Removal THE AMERICAN INSTITUTE OF ARCHITECTS ~ Bond # 667338 AIA Document A370 Bid Bond KNOW ALL MEN BY THESE PRESENTS, 457 Secatogue Rve. Farmingdale, NY 11735 asPrincipal, he~ina~ercalledthePrincipal, and 1213 Valley Street P O Box 9271 Seattle WA. 98109-0271 thatwe Excel Mechanical Corp CBIC (Here inserl tull name and address or legal title of SurelyJ a corporation duly organized under the laws of the State of Washington as Surety, hereinafter called the Surety, are held and firmly bound unto Town o£ Southhold 5 3 0 9 5 Main Road (Here inserl tull name and address or legal lille of Owner) Southold New York 11971 as Ob]igee, hereinafter called the Obligee, in the sum of 5% of amount bid Dollars ($ 5% of amt Mid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Town O~H.~.~p~s~]e~c,i New Animal Shelter Bldg. Plumbing Contract P Project NO, SHACA1-01 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the biddin8 or Conlract Documents with 8ood and sufficient surely for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penally hereof between the amount specified in said bid and such larger amount for which the Obligee may in 8ood faith contract with another par%, to perform the Work covered by said bid, then this obligalion shall be null and void, oth~rwis~ to remain in full force and effect. Signed and sealed this 15th (Witness) (Witness) day of January 2002 Excel Mechanical Corp ,: I~L~. Z_/- ~ J~ Tantillo AIA DOCUMENT A310 · 8(0 BOND * AIA ~ · FEBRUARY 1970 ED · THE AMERICAN INSTITUT~ OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 EXCEL MECHANICAL CO;~P. 457 SECATOGUE AVE. FARMINGDALE, NY 11735 PHONE: (516) 293-0718 Completed pro]ect~ referenced: REFERENCES 1. Project Name (or Description): Bellmore Fire District Oqew Administration Ruildimz~ Contract Amount: $~000.00 Completion Date: 2/1999 Contact Name: J. ohlLF, ahi~ Telephone: ~ Al'chitechtfEo~n~er:l=12lv! Group (Ron l.anner) Telephone: 631-756-8000 extA31! 2. Project Name ( or Description): New Hyde Park Fire District ( Reconstruction at Headquarters Building. Owner: New Hyde Park Fire District Contract Amount: $57,000.00 Completion Date: 4/98 Contact Name: Marie Cochran Telephone 516-437-1349 Architect: H2M Group (Ron Lanner) Telephone 631-756-$000 ext 1311 3. Project Name: Woods Road Elementary School (Reconstruction) Contract Amount: $~Z40,152.00 Completion Date: 2/13/2000 ... Owner: North Babylon U.F.S.D. Contact Name: Randy Dobler Telephone: 631-321-3222 Architect: Spector Group (Gary Hanson) Telephone 516-365-4240 4. Project Name (or Description): Levltrown Public School Wisdom Lane Contract Amount: ~ Completion Date: 6/2000 Owne~: Levirrown Public Schools Contact Nnme: ~ Telephone: ~ Architect/Engineer:_lohn A. Grillo Architect (Bob Ca,cone} Telephone: ~ 5. Project Name (or Description): Uniondale U.F.S.D. (Various AddiQons) Contract Amount: $127,900,00 Completion Date: 3/2000 Owner: Uniondal U.F.S.D. Contact Name: Bill Ellinser Telephone 516-483-8746 or $16-483-8795 Architect: John A. Grillo (John M. GriHo) Telephone 631-476-2161 Not Valid for Bonds Executed On or After: LIMITED POWER OF ATTORNEY NOVEMBER 30TH, 2003 Power of Attorney Number: ~67338 A valid original of this document must be printed on security paper with black, blue, and red ink, and must bear the seal of Contractors Bonding and insurance Company ( the "Company"). Only an unaltered original of this power of attorney is valid. If a photocopy, the word "VOID" should appear clearly in one or more places. This Power of Attorney is valid solely in connection with the execution and delivery of the bond bearing the number indicated below, provided the bond is of the type indicated below, and is valid only if the bond is executed on or before the date indicated above. ~NOW ALL MEN BY THESE PHESENTS, that the Company does hereby make. constitute and appoint the following= ~ONARD COHN, JOSEPH TANTILLO, DONA LICAUSI, DONNA PARADISE and ROBERT BAUER its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its n~me, place and stead, to execute, acknowledge and deliver on beh&lf of the company= (1) any and all bonds and undertakin~s of suretyship ~iven for any purpose, ~rovided, however, that no such person shall be authorized to e~ecute and deliver any bond or undertakin~ thet shall obligate the C~pany for any portion of the penal su~ thereof in e~cess of $10,000,000, and provided, further, that no Attorney-in-Fact shall have the authority to issue, e bid or proposal bond for any project where, if a contract is awarded, any bond or undertaking w~uld be required with penal in excess of $10,000,0005 and (2) consents, releases and other similar documents required by an obli~ee under a contrect bonded by the cc~any. This appointment is made under the authority of the Boar~ of Directors of the Co~any.- ........................................................................ CERTIHCATE l, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked, and, furthermore, that the resolutions of the Board of Directors set forth on the reverse are now in full force and effect. Bond Number BID Signed and sealed this ~ 5th .., day of~ Janaar_ y_- ~2_ 0002 / ' 7Robert M.~gle ~,~v CBIC · 1213 Valley Street * RO. Box 9271 · Seattle, WA 9810%0271 (206) 622-7053 · (800) 765-CBIC (Toll Free) · (206) 382-9623 FAX PoaLPOA.04-US 101700 Certificate of Alqmintment and Resolutions of the Board of Directors The LIndersi~i/ed Ihusident and ~ccfeJal~ <)f ( kmtractors BondiTl~ and h/stll'allcc (]onlpally hereby certify tha( President has al)pointed lilt z~[Ji}lllt'y(5)-itl J:ilCl Jdentiliud o~/ the front sitic ol this po¥~cr of a~tol'Bcy, trader 8i/d the attthority ol the Io[lowiHg rt'~oltltiolln ad(q)tud l)y tl~c BOald ol Directors ol (<mlract{,rs Bonding and Insurance RI:';()I,VII), lhal I]w til,t), [hcsiduHh (3:0, an? Vice' Ihcsidunt, 5,etretary o~ any Assistant (hercafte~ "Auth,>~i/ed t)llitc~ o~ I mployuc"} m~*y al)point kittorlleys-in-facl or agunts with atltJloritv renlovu ally suth atlol]Wy-i~l lact o] agent and revoke any ])()wt'r of attorney previously gr,;tnted to such II01'SOl/ I{I 5t)l ~I:D F[II{I I IFI{, thai anx b{md, mldertaking, rucogHizaucu, or st]~etyship obligation shall be valid Liiitl [)iHding up~m thu ( Ollljhll/V: Ii} whtql sig~/ud [)v Ibc XttLJlolJXt'd ()llkur or Iql/])Jo}uu alld atJu~tud dl/d ~eilled (ifa seal [)t' I ~qltlJl C(I}; Iii) ~x'll(,lJ sigr/cd b} the ktLIh~H'izud ()lfkcr or E]nl)loyce, ;uld cottntUl'sig¢/cd arid sealed (il a suill b~ IU~IHiICt]) whun dtllx ,,xu~ uted ;md svalt,d (it a s~'a] bu I'kqltlil't d) Ily {)Ill' or IllOl't' attorneys-in- la¢l ~ ago'Hr% ])Ul'XHaIH to /llld within thc ]irnils o[ the atllllol'ity evidenced by the RES(}I,VI3) FIrRIIILIC thru thu sigm~ture of any Authori/ud Otlker or I:mpIoyecand the sealof the ( }Olll]]ally IllilV J)u itJlixt'd [)y lacsJmiJe Io illl} powur of attorney or ( ertili{ alton I]~ercof authorizillg tile (]Ollh[)ally UlllJt'ss otJlel x~isc ~j~e~ ilit'd il/ thc [)owur ol attorHuy itse[l}; illld Stldl sigllattlrc and seal RF,SLH VI:D FI i1{ II liP, fha previotJsly {)l in ttw hltutt, alq)~ox cd I>x Ihu Board ol 1 )il'C( tors, iHcJttdil/g, but Ilot [irllited t{), so called County ~f King OnJanuar? Ist, 1004 ]mlole mc, Molly\ I ludspclh Nolaryl'tLI)lic, i)ursonatlyal)llUmudStevenA. Gainesand Kcvin Lybeck, personal[3 I, iqowN Io ~Tle I~) ])e the [)u~sor/s whose Ilatl/t'~ dlk' St][)~C ribed to Ibc Wit]fiB ir~sl]'utllel~t, alld acknowl- edged to mc a][ that they t'xt,t tll0d thc slltllL' ill [heil atlt[/ori/~'d { apacitius LII/d It/al by their signatures the entity ck .-ks.· POA ATTACI:II h qT: FINANCIAL STATEM] T ]FINANCIAL STA. ~ ~:~l~N"r CON'i.,.r~CTORS BONDING ..~ND INS~C~ COMPANY as of Decmber,;~l, 2000 Bonds and $~ocks Real ~tate Cash Shor~ Term Investme~ Agents' Bahnc~ ~eceivable Int~, DiValent, ~nd ~eal ~=ate Income Due and Ac~ed Bq~ies ~ Deposiu in Pools ~ ~o~a~ons Other ~se~ Total Admitted Assets LIABTLrrI~. CAPITAL & SURPLUS 51,742,812 Reserv~ for Losses 15,558,117 2,644,785 Reserve for Loss ~.xpenses 2,,H.3,653 8,$13,805 R~e for Un~ed Premiums 20,163,931 3,t27,103 R~e~e for T~x~ ~ ~p~s~ 3,291,490 3,787,517 0~ ~ab~ ~ R~ 6,342,912 812,956 Total L/abil/~ies 47,770,103 Capital 2,$00,000 00.00 Gzoss Paid In and Contributed Surplus 2,510,250 1,019,457 Unassigned Surplus 19, t68,082 ZI.94g.43,S Total Liabilities, Capital & Surplus 71,948.43,S ~TATE OF WASHINGTON ~ COUNTY OF KING ,~ $$: CI'~' OF SEATTLE R. Klzk Eland, being duly sworn, says: That he is the Treaiuter of Con=actors Bonding and Insurance Company, and that the foregoing statement ~o the best of h/s knowledge and belie/, is a full, ~rue and correct statement of the financial condition of said Company on the 31st day of December, 2000. Sworn to before me this 14th c~,y of April, 2001 ACKNOWLEDGMENTS FOR BONDS ACKNOWLEDGMENT BY SURETY COMPANY STATE OF New York ) COUNTY OF Nassau .) On this 1 5 th day of January ,2002, before me personally came Joseph Tantillo to me know, who, being by me duly sworn, did depose and say that he resides in Ronkonkoma, NY, that he is Attorney-In-Fact of Contractors Bonding & Insurance Company the corporation described in and which executed the foregoing instrument: that he knows the seal of said corporation: that the seal affixed to said instrument is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order; and that the liability of said company do no exceed its assets as ascertained in the manner provided by the laws of the State of New York. County of On this day of , 19 before me personally c~m~ to me known and known to me to be the individual described in and who executed the foregoing instrument.and acknowledged tome that he executec the same. My commission expires Notary Public $~te of. I ss, County of On this day of ,19 , before me personally cam .to me known and known to m to be a member of the firm of described in and who executed the foregoing instrument, and he thereupon acknowledged to me that he executed the same as and for th act and deed of said firm. My commission expires County of On this Notary Public before me personally cam to me knowr who being by me duly sworn, did depose and say that he is the the cor~ration descri~ in and whi~ exe~d the above inatrument; that he knows the ~a[ of ~id cor~ration; ~at the ~alaffixed i said instru~nt is such ~rporate seal; that it was so affixed by order of the Board of Dim~ors of said cor~ration, and ~at he signed h, name thereto by like order. DENNIS KELLY ~ /~ Nota~ Public, State of New York No. 01 KE4947033 My ~mmission exoires Qualified in Nassau Coun~ ~} State of County of. On this m · he is an attorney-in-fact of day of , before me personally cam to me known, who, being by me duly sworn, did depose and say th the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation; that the se affixed to the within instrument is such corporate seal. and that he signed the saidinstrument andaffixed the said seal as Attorney-in-Fa~ by authority of the Board of Directors of said corporation and by authority of this offic~e under the Standing Resolutions thereof. My commission expires Notary Public PROPOSAL RECEIVED Southold Town tier}. TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK The undersigned, as Bidder, declares that the only persons, company or parties interested in the Proposal as principals are named herein; that he has carefully examined the annexed Form of Contract, and the Plans and Specifications therein referred to; that he has made a personal examination of the site of the proposed work and such investigations as are necessary to determine the character of the materials to be encountered, and he proposes and agrees that if this Proposal is accepted, he will contract with the Town of Southold, New York, to provide the necessary machinery, tools, apparatus and other means of construction, and all materials and labor called for by the said Contract, RFP, Plans and Specifications, or necessary to complete the work in the manner and within the time set forth in said Contract, RFP, Plans and Specifications, for the prices set forth in the following Form of Proposal: Signature SHAC Al-01 PA-1 OF 1 12/04/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G = GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM ~',~/~ PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. (Wrinen in Words): ~/ ($ REM iB - DESIGN AND ENGINEERING (Written in Words): ~ ) ITEM lC GENERAL REQUIREMENTS (Written in Words): ($ ) ITEM 1D - INDEPENDENT TESTING SERVICES (Written in Words): ($ ) ITEM 1E - PROJECT SUPERVISION (Written in Words): ($ ) ITEM 2 - DIVISION 2 - SITE WORK (Written in Words): ($ ) ITEM 3 - DIVISION 3 - CONCRETE WORK (Written in Words): ($ ) ITEM 4 - DIVISION 4 - MASONRY WORK (Written in Words): ($ ) ITEM 5 - DIVISION 5 - METALS (Written in Words): ($ ) ITEM 6 - DIVISION 6 - WOOD AND PLASTICS (Written in Words): ($ ) ITEM 7 - DIVISION 7 - THERMAL & MOISTURE PROTECTION (Written in Words): ($ ) ITEM 8 - DIVISION 8 - DOORS & WINDOWS (Written in Words): ($ ) ITEM 9 - DIVISION 9 - FINISHES (Written in Words): ($ ) ITEM 10 - DIVISIONS 10 - 14 _(Written in Words): ($ ) ITEM 11 - PROJECT CLOSEOUT (Written in Words): ($ ) ~TEM 12 - AS-BUILT DRAWINGS (Written in Words):~'~--._~ - ~'- ($ ) 'Q"AI~/"ASE BID (ITEMS !~ ~THRI (~ i~ ~rdS): $ (1 12/03/0 l PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC A1-0I tx,,j/~ ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the follo~ving Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Alternate Cost (State whether alternate is to be added or deducted from the base bid cost) Alternate# NONS $ CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BG (2 OF 4) 12/03/01 TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al~01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES THE RIGHT 'FO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING ---...~ THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON '~OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( ) CALANDER DAYS. Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BG (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THuRSDAy, JANUARY 17, 200~:7~ PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: BIDDER'S ADDRESS: SIGNED BY: DATE: TITLE: TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: ( ) NIGHT: ( ) FAX: ( ) FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 12/03/01 P-BG (4 OF 4) PROPOSAL . TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC A 1-0 l Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (Written in Words): ITEM lB DESIGN AND ENGINEERING (Written in Words): ITEM lC - GENERAL REQUIREMENTS (Written in Words): ITEM ID - PROJECT SUPERVISION (Wrinen in Words): ITEM 2 - DIVISION 15 MECHANICAL EQUIPMENT (Written in Words): ITEM 3 ~ DIVISION 15 CONTROLS (Written in Words): ITEM 4 - DIVISION 15 - ALL OTHER MECHANICAL ITEMS (Written in Words): ITEM 5 ~ PROJECT CLOSEOUT (Written in Words): ITEM 6 - AS-BUILT DRAWINGS (Written in Words): TOTAL BASE BID (ITEMS lA THRU 6) (Written in Words): ~ ~ ($ ($ ($ ($ ($ ($ ($ ($ ($ ($ ) ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds tbr disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. SHAC Al-01 P-BH (1 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, I0:00 AM PROJECT NO. SHAC AI-0I Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES is to be added or deducted from the base bid cost) Alternate # H-I Design, detail and install a central air conditioniog system for all office area between column lines 6 and 7. $ Alternate # H-2 Design, detail and install a central air conditioning system for center work areas between column lines 2.5 and 4. $ Alternate # H-3 Design, detail and install a central air conditioning system for interior kennel areas. $ Alternate # H-4 Design, detail and install a central air conditioning system for entire building, excluding mechanical room. The office area between column lines 6 and 7, the center work areas between $ column lines 2.5 and 4, and the kennel areas shall independently be controlled. Alternate # H-5 Eliminate base bid radiant slab heating system for office area between column lines 6 and 7. Design, detail and install a $ forced air heating system for same area. Alternate # H-6 Design, detail and install a central air conditioning system for all office areas between colunm lines 6 and 7 if alternate H-5 $ alternate fnr forced air heating is selected. Alternate # H-7 Eliminate base bid radiant slab heating system for entire building and design, detail and install a forced air heating system for all interior spaces. The office area between column $ lines 6 and 7, the center work areas between cohlmn lines 2.5 and 4, and the kennel areas shall independently be controlled. Alternate # H-8 Design, detail and install a central air conditioning system for entire building if alternate H-7 alternate for forced air heating is selected The office area bemeen cohmm lines 6 and 7, the $ center work areas between column lines 2.5 and 4, and the kennel areas shall independently be controlled. CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternates. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BH (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER DING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SIfAC A 1-01 THE TOWN RESERVES TttE RIGltT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SEEECTED BY THE TOWN. THE TOWN RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT S}L.\I L BE StlOWN IN BOTtl WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD 'FO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY TIlE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( ) CALANDER DAYS. Number of Days Number of Days Written in Wortls (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CEOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BH (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC A 1-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION 'FO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: BIDDER'S ADDRESS: SIGNED BY: TITLE: DATE: TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: ( ) NIGHT: ( ) FAX: ( ) FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BH (4 OF 4) 12/03/01 TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO, SHAC Al~01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing tbis proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (Written in Words): E (~k'~' ITEM lB - DESIGN AND ENGINE~ING (Written in Words): S~/ ITm ITEM 1D- PROJECT SUPERVISION (Written in Words): [OM ITEM 2A - DIVISIONS 2 &,15 - WATERSERVICE (Written in Words)'~i~V- S~g ITEM 2B - DIVISIONS 2 & 15 SANITARYSYSTEM , (Written in Words).l~ic~k.~y_~f~,~. -ll, o~c,e~t~j ~¥p,e.~ hlc~tt~ 1~1.,{~1¥~ Ot~LJ~ldrtlolX_/~C) ($ ITEM 3A- DIVISION 15 - PLUMBING FIXTURES AND SPECIALTIES ~TE~ 3~- DW~S~ON lS ALL OTheR PLUUBm~ ITE~S (Written in Words):~o ~g, ITEM 4 - PROJECT CLOSEOUT ITEM 5 - AS-BUILT DRAWINGS TOT~ B~E BID (ITEMS lA THRU W ' (Writtenin ords): one_ ~g oo. o0) gOO,OO ) SHAC AI-01 P-BP (1 OF 4) 12/03/01 Id~r~ ,, ,' PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. Ali work included under this heading shall be subject to the general conditions of the project. All construction, ~vorkmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Alternate Cost (State whether alternate is to be added or deducted from the base bid cost) Alternate # NONE $ CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 12/03/01 P-BP (2 OF 4) PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, I 0:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN 1N BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( :~ g5 ) '-~0 ~4,..sng~'ed ~;X't¥- ~"~--~- CALANDERDAYS. Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING T1ME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BP (3 OF 4) 12/03/01 ROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBiNG DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOYVN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION 'FO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: EXcel ect.,cav ic t CoP , BIDDER'S ADDRESS: 0f~"'~ SeCc44Fo)t.~e SIGNED BY TITLE: DATE: O\ .. _ TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC A1-0l P-BP (4 OF 4) 12/03/01 PROPOSAL ~x] /~ TOWN OF SOUTflOLD ANIMAL SHELTER BUILDING . ~ SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM iA - BONDS AND INSURANCES (Written in Words): ($ ) ITEM lB - DESIGN AND ENGINEERING (Written in Words): ($ ) ITEM lC - GENERAL REQUIREMENTS (Written in Words): ($ ) lTEM 1D - PROJECT SUPERVISION (Written in Words): ($ ) ITEM 2 - DIVISION 16 - ELECTRICAL SERVICE AND PANELS AND TVSS (Written in Words): ($ ) 1TEM 3 - DIVISION 16 - LIGHTING (Written in Words): ($ ) ITEM 4 - DIVISION 16 - POWER AND DISTRIBUTION (Written in Words): ($ ) ITEM 5 - DIVISION 16 - ALL OTHER ELECTRICAL ITEMS (Written in Words): ($ ) ITEM 6 - PROJECT CLOSEOUT (Written in Words): ($ ) ITEM 7 - AS~BUILT DRAWINGS (Written in Words): ($ ) TOTAL BASE BID (ITEMS IA THRU 7) (Written in Words): SHAC AD01 P-BE (1 OF 4) 12/03/01 t PROPOSAL ~! ~ TOWN OF SOUTHOLD ANIMAL SHELTER BUILD~G SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL. DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JA~JARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the altemates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees thai should the folloxving Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black iok or typewriter (black ribbon) in completing this proposal form. EACH LINE ITE,M COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Altemate Cost (State whether alternate is to be added or deducted from the base bid cost) Alternate # E-1 Increase o£ service from 400A to 600A 120/208 Vac, 3 phase 4 wire. New distribution panel rated at 600 A. $ Alternate # E-2 Design, deatail and install a complete fire alarm system for the entire building. $ CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BE (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, I0:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT I'O AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF TIlE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES THE RIGHT TO REJECT ANY AND ALI, BIDS. AMOUNT SHALL BE SHOWN 1N BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN (. J CALANDER DAYS. Number of Days Number of Days Written itl Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BE (3 OF 4) 12/03/01 TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO TIlE SUBJECT JOB, MUST BE ABLE TO G1VE GUIDANCE AND DIRECTION 'FO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: BIDDER'S ADDRESS: SIGNED BY: TITLE: DATE: TELEPltONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: ( ) NIGHT: ( ) FAX: FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BE (4 OF 4) 12/03/01 PROPOSAL Enclose certified check or bid bond for five percent (5%) of the bid total as stipulated in the foregoing Information for Bidders. The Bidder hereby agrees to enter into a Contract within five (5) days (Sundays excepted) after due notice from the Town of Southold that the Contract has been awarded to it and is ready for signature; such notice to be given in whting within ninety (90) days of opening of the bids; and, on the signing of such Contract by the Bidder, to furnish the indemnifying bonds as provided in the Contract. The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract in accordance with this bid within five (5) days after due notice from the Town that the Contract has been awarded to it and is ready for signature, as given in accordance with the Information for Bidders and/or its failure to execute and deliver the bond for the full amount of the Contract price, as provided in said Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the Town shall (at the option of Town) become due and payable as ascertained and liquidated damages for such default; otherwise, said check or bid bond will be returned to the undersigned. The full names and residences of all persons and parties interested in the foregoing bid as principals are as follows: NAME ADDRESS NAME OF BIDDER: ~-.-~.I2~Q ~ ~,~'~CkC~;Cc.,1 Cz. Of?. ADDRESS OFBIDDER: B(6 '~ ~CC~'~O 3~,~e DATED AT: THE DAY OF ~h.q~'~ ,20o~9,. SHAC Al-01 PCq OF 1 10/08/01 I~,~ ~ ~0~ ~o PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE Pursuant to Section 103-D of the General Municipal Law, the Contractor makes the following statement under penalty of perjury, and by submission of this bid or proposal, the Bidder certifies that: (a) this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) this bid or proposal has not been knowingly disclosed and will not be knowingly disclosed prior to thc opening of the bids or proposals for this project to any other bidder, competitor or potential competitor; (c) no attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) the person signing this bid or proposal certified that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the troth thereof, such penalties being applicable to the Bidder as well as to the person signing in its behalf; (e) attached hereto (ifa corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signatory of the bid or proposal on behalf of the corporate bidder. Resolved that E~¢¢?[ ~4eC[,xC~; ¢~ [ C©~, be (Name of Corporation) authorized to~ sign~ and submit the bid or proposal of this corporation for the following project: ~ ' ~ame of Pro~ect) ~d to include in such bid or proposal the ce~ificate as to non-collusion required by Section 103- D of the General Municipal Law as the act and deed of said co~oration; and for ~y inaccuracies or misstatements in such ce~ificate, this co¢orate bidder shall be liable under the penalties of peru.. The foregoing is a tree and comect copy of the resolution adopted by ~ ~(~av,~t at a meeting of its Board of Directors held on the I~ day of~. 20~ //~J Secretaw: ~ ~ (Seal of the Co~oration) ~ Respectfully submitted, FIRM NAME: E et Dec[ o ,'c6l C°CP FIRM ADDRESS: 145'7 ffecct310~%4_ fi}tt~rlu~- SIGNED BY: ~) , SHAC Al-01 PD-I OF 1 10/08/0 l OFFER OF SURETY In the event the above Proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful performance bond, and on bond to protect labor and material, the following Su, rety: Coffin---biS TSon~nc4 o,~& mg~ce (Name orSurety Company) ,/;. SIGNED BY (Name of Bidder) CERTIFICATE OF SURETY, to be signed by a duly authorized official, agent or attorney of the Surety Company. In the event that the above Proposal is accepted and the Contract for the work is awarded to said: (Name of Bidder) the (Nx.~e of Surety Company) will execute the Surety Bonds as hereinbefore provided. Dated: OI/I {>/, 200~,,, SHAC A1-0I PE-1 OF 1 10/08/01 PROPOSAL BID BOND KNOW ALL MEN BY' THESE PRESENTS, that we, the undersigned, (Bidder's Name) (Name of Surety) ~ as Principal and as Surety are hereby held and firmly bound unto the Town of Southold, Suffolk County, New York, as Obligee, in the penal sum of: for the payment of which, well anti'truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this l~ day of ,.7-One<l{''x} ,20o'hoC. The condition of the above obligation is such that, whereas, the Principal has submitted to the said Town, a certain Proposal dated 01/1(~/o31.~ to enter into a contract in writing, for the work described in the contract documents for: NOW THEREFORE, (a) If said Proposal shall be rejected, or, in the alternate (b) If said Proposal shall be accepted and the Principal shall execute and deliver a contract properly completed in accordance with said Proposal and shall furnish the Performance Bond and the Labor and Material Bond with a Surety Company authorized to do business in the State of New York as Surety on each bond, and shall in all other respects perform the agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. SHAC Al-01 10/08/01 P-F - 1 OF 4 PROPOSAL The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the Obligee may accept such Proposal; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunder set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereunto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (SEAL) (Principal) (SEAL) (Surety) By: .... SHACA1-01 P-F - 2OF 4 10/08/01 PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION STATE OF /kJ y ) ) SS: COUNTY OF,,d,/,dJ, ft,~ ) w~l~]ch exec'u°~et~?h~e ~fc'~ing i~;tru~en~he ~~knows the se~l of sa$coq~oration; ihat ;ne of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. DENNIS KELLY ~ p.u~~ Notary' Public. State of ~N~ew York No. 01KE494703~ (SEAL) Qualified in Nassau County ,,..."~ ~ Commission Expires Feb 13, 20""," ' NOTARY ACKNOWLEDGEMENT OF PRINCIPAL, IF A PARTNERSHIP STATE OF ) ) SS: COUNTY OF ) On this __ day of ,20__ before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC Al-01 P-F - 3 OF 4 10/08/01 [t~ % !T9~ PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF AN INDIVIDUAL STATE OF ) ) SS: COUNTY OF ) On this__ day of , 20 before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC AI-01 P-F - 4 OF 4 10/08/01 ROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF TIlE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR Ills OR HER COMPANY WITtt REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. SIGNED BY' ~.a~ TITLE: DATE: TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY:(J[31 ) /-/~ff'-~l"~l NIGHT:{~-S/ ) FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BE (4 OF 4) 12/03/01 PROPOSAL Enclose certified check or bid bond for five percent (5%) of the bid total as stipulated in the foregoing Information for Bidders. The Bidder hereby agrees to enter into a Contract within five (5) days (Sundays excepted) after due notice from the Town of Southold that the Contract has been awarded to it and is ready for signature; such notice to be given in writing within ninety (90) days of opening of the bids; and, on the signing of such Contract by the Bidder, to furnish the indemnifying bonds as provided in the Contract. The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract in accordance with this bid within five (5) days after due notice from the Town that the Contract has been awarded to it and is ready for signature, as given in accordance with the Information for Bidders and/or its failure to execute and deliver the bond for the full amount of the Contract price, as provided in said Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the Town shall (at the option of Town) become due and payable as ascertained and liquidated damages for such default; otherwise, said check or bid bond will be returned to the undersigned. The full names and residences of all persons and parties interested in the foregoing bid as principals are as follows: NAME ADDRESS NAME OF BIDDER: ADDRESS OF BIDDER: DATED AT: THE DAY OF ,20__. SHAC Al-01 PC-1 OF 1 10/08/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YO[LK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGItT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE/DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( ~q ~ ) 5V~->~a~'~')/ ((~4'~- ~ g5 CALANDER DAYS. Number of Days Number of Days Written in ~,{ ords (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WPdTTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BP (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted/'rom the base bid cost. Failure to clearb stale same will bo grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that shou}d the following altemates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the fbllowing Alternates be accepted, the ahemate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE 1TEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description o£Altemate Cost (State whether or deducted fro"ffi'"flle ~'. ~ ~t't'~ lq]O Cb4. ~lq, ~+~ O~ base bid cost) Alternate ~ ] NONE $ CLEARLY IDENTIFY 1F THE ALTERNATE IS AN~ OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The To~vn of Southold is exempt Ir'om Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BP (2 OF 4) 12/03/01 PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION STATE OF On this iL day of~'~'~ before me personally came and appeare to me known,, who, ~-ein~ by me duly .~wom, did depose .and~ say that he res[des at wmcn executeO tBe ioregoing ~m~tmment; that ne ~ows tBe seal ol salo co~oranon; mar one ct the impressions affixed to said instrument is an impression of such seal; that it was so affixed b~ order of the directors of said co~oration; and that he signed his name thereto by like order. /.: 'x~ ~AL) ~'~, ./ ' NOTARY P~LIC ~'~ Nota~ Public, Stale of New Y~ / , , . , . No. 011~9 ,/ ~ Quail ica in N~au ~ ~ Commission Exp ~ Ja~ 16 AC~OWLEDGEMENT OF P~NCIPAL, IF A PARTNERSHIP STATE OF ) ) SS: COUNTY OF ) On this __ day of ,20 before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC Al-01 P-F - 3 OF 4 10/08/0! PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF AN INDIVIDUAL STATE OF ) ) SS: COUNTY OF ) On this__ day of , 20 before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC Al-01 P-F - 4 OF 4 10/08/01 ROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE-TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT~JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK rl'o BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: ''~''~$E'~Dk ~}~O.,~____ ~'~0~ SIGNED BY: ~ ~ -t TITLE: DATE: TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY:~I ) ~'~'~"~o~"J NIGHT:( ) Se~-~ SOCIAL SECURITY NO.: (~ ~ ' "f{~{~'~ SHAC Al-01 P-BP (4 OF 4) 12/03/01 PROPOSAL, TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (Writtenin Words): ($ I"~OO ~>O ) ITEM lB- DESIGN AND ENGINEERING (Written in Words): ($ ITEM IC GENERAl. REQUIREMENTS in Words): ($ (Written ITEM 1 D - PROJECT SUPERVISION (Written in Words): ($ ITEM 2 - DIVISION 16- ELECTRICAL SERVICE AND PANELS AND TVSS (Written in Words): ($ ~. II 'b~o* )bo ITEM 3 DIVISION 16- LIGHTING (Written in Words): ITEM 4 -- DIVISION 16 POWER AND DISTRIBUTION (Written in Words): ITEM 5 - DIVISION 16 ALL OTHER ELECTRICAL ITEMS (Written in Words): ITEM 6 ~ PROJECT CLOSEOUT (Written in Words): ($ ITEM 7 - AS-BUILT DRAWINGS (Written in Words): ($ TOTAL BASE BID (ITEMS lA THRU 7) : (Written in Words): ($ SHAC Al-01 P-BE (1 OF 4) 12/03/01 PROPOSAL BID BOND KNOW ALL. MEN BY THESE PRESENTS, that we, the undersigned, -~C-r5 ~ C'o -~ o~°~h~0 0~. as Principal and (Bidder's Name) (Name of Surety) as Surety are hereby held and firmly bound unto the Town of Southold, Suffolk County, New York, as Obligee, in the penal sum off fo "9//oo ~ ($ r the payment of which, well and truly to be made, we hereby jointly an'd-severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this ~ day of The condition of the above obligation is such that, whereas, the Principal has submitted to the said Town, a certain Proposal dated -.im~.~,-,~, U"/, ,9oo ~. to enter into a contract in writing, for the work described in the contract doctiments for: NOW THEREFORE, (a) If said Proposal shall be rejected, or, in the alternate (b) If said Proposal shall be accepted and the Principal shall execute and deliver a contract properly completed in accordance with said Proposal and shall furnish the Performance Bond and the Labor and Material Bond with a Surety Company authorized to do business in the State of New York as Surety on each bond, and shall in all other respects perform the agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. SHAC Al-01 P-F - I OF 4 10/08/01 PROPOSAL The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the Obligee may accept such Proposal; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunder set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereunto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (SEAL) (Principal) (SEAL) (Surety) By: SHAC AI-ol P-F - 2 OF 4 10/08/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL. DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted/'rom the base bid cost. Failure to clearly state same v, ill he grounds lbr disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the follmving alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Alternate Cost (State whether '" l oraltemateist°b°m~e l[2k ~ r'~ 0 ~ deducted fr base bid cost) Alternate # E-1 Increase o:f service from 400A to 600A 120/208 Vac, 3 phase 4 wire. New distribution panel rated at 600 A. % 9 ~'"'r,~.. O t-~ $ Alternate # E-2 Design, deatail and install a complete fire alam~ system for the entire bailding' $~qi O~O~.-' CLEARLY IDENTIFY IF TIlE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BE (2 OF 4) 12/03/01 I~ 7-,[4_; PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC AI-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORT1ONS OF THE WORK. TIlE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL 1TEMS SELECTED BY THE TOWN. THE TOWN RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO TltE PROPOSAL SltEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMVLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( &l ~ ) ~O ~r',~F' ('t" (~ iq- k~_)~/~; CALANDER DAYS. Number of Days Number of Days Written in Word~ (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIP~ OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITlt THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BE (3 OF 4) 12/03/01 .< I~ OPC,LJP QUALIFICATION OF BIDDERS TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK The Town may make such investigation as the Town deems necessary to determine the responsibility of any Bidder or to determine the ability of any Bidder to perform the Work. Bidders shall fi~mish to the To~vn all information and data required by the Town, including complete financial data, within the time and in the form and manner required by the Town. The Town reserves the right to reject any bid if the evidence required by the Town is not submitted as required or if the evidence submitted by or the investigation of any Bidder fails to satisfy the Town that the Bidder is responsible, or is able or qualified to carry out the obligations of the Contract or to complete the Work as contemplated. Item A (pages 2-3) are to be copied and completed by all members of the design/build team. Items B K (pages 4-8) are to be completed by the contractor only. Item L (pages 9-17), New York State Uniform Contracting Questionnaire, is to be completed by the lowest Bidder AFTER RECEIPT OF BIDS, if requested by the Town, and may be used to assist in determining the Bidder's qualifications. ~ SHAC Al-01 QB- 1 of 8 10/18/01 QUALIFICATION OF BIDDERS A. The following is a list showing the name of the Owner, Location, Date of Construction, General Description of Work, Amount of the Contract and Contract Period for projects of similar nature in size, construction method and construction procedure, which have been completed by the undersigned as the prime contractor, and which have been in operation for a period of not less than one year, (minimum of five such projects). Project No.l.. . Owner: Contact Name and Phone Number: Location: ~'~, 5"~ General Description: Contract Amount: Contract Period: ~5'7~O o,,.~ Project No.2 Owner: 'f~'Cl~::~,'l, c ~,' ~__~ ,rr- Contact Name m~d Phone Number: Location: General Description: Contract Amount: Contract Period: SHAC Al-01 QB- 2 of 8 10/18/01 QUALIFICATION OF BIDDERS Project No.3 Owner: ~"~ O~x~., Contact Name and Phone Number: Location: ~ C'~-~'-t.w o O'~ General Description: Contract Amount: r3~/OoO Contract Period: Project No.4 Owner: ~)'~S '~ [ CrxoTt4¢~ Contact Name and Phone Numbe. r: Location: General Description: Contract Amount: Contract Period: '7__ Project No.5 Owner: {~.,) O.,.., Contact name and Phone Number: L~t, ~,Dor~; )~,~ 5'-~6 (~? F 5'"o Location: General Description: Contract Amount: Contract Period: SHAC Al-01 QB ~ 3 of 8 10/18/01 QUALIFICATION OF BIDDERS Size of construction crew to be maintained on a regular basis for this contract: Superintendent's Name: "~ ~4w ~ O If other than corporation or partnership, describe organization and name principals: Have you ever failed to complete any work awarded to you? If so, note when, where and why: Has any officer or partner of your organization ever been an officer or a partner of another organization that failed to complete a construction contract? If so, state circumstances: List the construction experiences of the principal individuals of your organization: SHAC Al-01 QB- 4 of 8 10/18/01 1~ ~3P. OU D QUALIFICATION OF BIDDERS Trade references: Bank references: Name of Bonding Company and name and address of agent: We normally perform"/~' % of the work with our own forces. We intend to perform '33 °~/o of the work on this project with our own forces. List trades below of work to be subcontracted or that may be subcontracted: SHAC Al-01 QB- 5 of 8 10/18/01 QUALIFICATION OF BIDDERS K. The following is a list of the major areas of construction work under this contract to be performed by subcontractors to the bidder, showing the Type of Work and the name of the Owner, Location and Date of Construction for work of similar nature in size, construction method and construction procedure, which have been completed by the undersigned, and which have been in operation for a period of not less than one year, (minimum of five such projects). Subcontractor Name: {~'~O°-, ~/-c¢'d'["~ C-~e~;t~°k~'~ Phone Number Location Owner Contact Name Subcontractor Name: Type of Work: '1 Contract Amount Owner Contact Name Phone Number Location Contract Amount SHAC Al-01 QB - 6 of 8 10/18/01 II~,~ GI~OUP DESIGN GUIDELINES ITEM 5: PERMITS 5.1. The design build team must obtain all required permits for the project. There will be Ilo charge for permits filed with tile Town of Southold. However, any other permits (such as Suffnlk County Health Department) and their charges are the responsibility of the design build team. 5.2. Only after all required state and local municipal permits are obtained, can the constroction of the project start. 1TEM 6: AWARD 6.1. The Owner will award a design/build contract for either the complete project or any combination of alternates in the project, as the Owner desires. 6.2. The Owner will only enter into a contract with a single party for each contract, the single party shall be duly authorized to act as the primary representative for the design/build team. 6.3. The design/build team must complete the design and construction in the shortest period of time and should plan the work, obtain materials, and execute the construction in the most expeditious manner. A design and construction schedule is to be completed and snbmitted with the qualifications and cost proposal for this project (see Proposal Sheets and Instructions to Bidders) SHAC Al-01 DG - 5 OF 5 11/30/01 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold, New York (herein called the "Town") invites bids on the forms attached hereto. All blanks on these forms must be filled in appropriately and completely including the attached non-collusive bidding certificate. Complete Proposal Sheets (PA-PF) and an envelope marked Qualifications of Bidder shall be enclosed in opaque sealed envelope plainly marked, NEW ANIMAL SHELTER BUILDING, SOUTHOLD, NEW YORK, PROJECT NO. SHAV Al-01, and the name and address of the bidder. The sealed proposals are to be submitted to the Town Clerk, 53095 Main Road Southold, New York 11971 on or before 10:00 AM prevailing time Thursday, January l 7, 2002, where they will be opened and read and the contract awarded as soon as practical. The bidder will be responsible for the physical delivery of the sealed proposals to the above place at the above time and use of the mail is at the bidder's risk. If mailed, they must be registered and the sealed envelope containing the proposal and qualification of bidder and marked as directed above, must be enclosed in another envelope properly addressed for mailing. The Town may consider infom~al any bid not prepared and submitted in accordance with the provisions hereof, and may waive any informality in or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified, shall not be considered. 2. DESCRIPTION OF THE WORK Said work is more particularly described in the remainder of the RFP prepared by Holzmacher, McLendon & Murrell, P.C., dated November, 2001. The project-specific plans and documents are attached to and are a part of this RFP. 3. PREPARATION OF PROPOSAL Proposals must be submitted on the prescribed form(s). All blank spaces for unit prices, lump sums, total prices and alternates must be filled in, written in ink or typewritten, in both words and figures and must be signed and acknowledged by the bidder. No bid will be considered which does not include bids and time of completion for all items listed in the Proposal. SHAC Al-01 IB - 1 OF 11 12/03/01 I~,~ QF~OU P PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE Pursuant to Section 103-D of the General Municipal Law, the Contractor makes the following statement under penalty of perjury, and by submission of this bid or proposal, the Bidder certifies that: (a) this bid or proposal has been independently arrived at without collusion with any other bidder or xvith any competitor or potential competitor; (b) this bid or proposal has not been knowingly disclosed and will not be knowingly disclosed prior to the opening of the bids or proposals for this project to any other bidder, competitor or potential competitor; (c) no attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) the person signing this bid or proposal certified that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the troth thereof, such penalties being applicable to the Bidder as well as to the person signing in its behalf; (e) attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signatory of the bid or proposal on behalf of the corporate bidder. ,--7-'-__1. r-, ~ Resolvedthat-~.[O$~d~0coq~r'° /v'~6, be (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following project: (Name o f Proj ecl) and to include in such bid or proposal the certificate as to non-collusion required by Section 103- D of the General Municipal Law :as the act and deed of said corporation; and for any inaccuracies or misstatements in such certificate, this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by at a meeting of its Board of Directors held on the ]~a day of -,~-dr/~tam 20_02k Secretary: /~ ~ (Seal of the Corporation) SHAC A 1-01 10/08/01 Respectfully submitted, FIRM NAME: q FIRM ~D~SS: SIGNED By: ~ ~~ P~T N~E: Co~ty of Suffolk J ~ . , t - , ~rl~r~ ~UU~ PROPOSAL OFFER OF SURETY In the event the above Proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful performance bond, and on bond to protect labor and material, the following Surety: (Name of Surety Company) [ ~ ~ ~ \ (Nmne o~ CERTIFICATE OF SURETY, to be signed by a duly authorized official, agent or attorney of the Surety Company. In the event that the above Proposal is accepted and the Contract for the work is awarded to said: (Name of Bidder) the (Name of Surety Company) will execute the Surety Bonds as hereinbefore provided. SIGNED (Authorized Official, Agent or Attorney) Dated: ,20 SHAC Al-01 10/08/01 PE-1 OF I Western Surety Company BID BOND (Specified Amount) Bond Number: 69274901 KNOWALL PERSONS BY THESE PRESENTS, Thstwe ~o~se~h Mauro & Son~ In~ ..... ...................... of __ ~Ca~us Ln., Lake Ronkonkoma, NY 11779 ..... , hereinafter referred to as the Principal, and ........ We~ste~rn Surety' Com~pa~n~.__ as Surety, are held and firmly bound unto .... Town of $outhold ..... of_ __ _ 530__9~ M~i~n R~d~LS~Outh~ol~ NY 11971 , hereinafter referred to as the Obligee, in the sum of $gven~-Ojle Tho~sand~nd 00~0~ ..... Dollars ($ 71, O0 Q. 00_ __.), for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for Animal Shelter NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full fome and effect. SIGNED, SEALED AND DATED this 16th day of Januar3[ ____ 2002 (Principal) (Sear) Western Surety Company ....... (Surety) 5, Ooebel, Ass% See By~ ~ ....... (Seal) Attorney-in-Fact STATE OF SOUTH DAKOTA f County of Minnehaha I SS On this 16t:h day of ACKNOWLEDGMENT OF SURETY (Corporate Officer) 2002 ., before me, a Notary Public in S. Ooebe]. Asset. See and for said County, personally appeared personally known to me, who being by me duly sworn, did say that he is the aforesaid officer of WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, that the seal affixed to the foregoing instrument is the corporate seal of said corporation, that the said instrument was signed, sealed and executed on behalf of said corporation by authority of its Board of Directors, and further acknowledge that the said instrllment and the execution thereof to be the voluntary act and deed of said corporation. IN WITNESS WHEKEOF, I have hereunto subscribed my name and affixed my official seal the day and year last above written. My commission e~ui~os D. My Commission Expires 6-22-200~' ~ ~ Notary Public Form 1031298 Western Surety Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That WESTERN SURETY COMPANY, a corporation organized and existing under the laws of the State of South Dakota, and authorized and licensed to do business in the States of Alabama, Alaska, Arizona, Arkansas, California, Colorado, Connecticut, Delaware, District of Columbia, Florida, Georgia, Hawaii, Idaho, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Maine, Maryland, Massachusetts~ Michigan, Minnesota, Mississippi, Missouri, Montana, Nebraska, Nevada, New Hampshire, New Jersey, New Mexico, New York, North Carolina, North Dakota, Ohio, Oklahoma, Oregon, Pennsylvania, Rhode Island, South Carolina, South Dakota, Tennessee, Texas, Utah, Vermont, Virginia, Washington, West Virginia, Wisconsin, Wyoming, and the United States of America, does hereby make, constitute and appoint S. Goebel O[ Sioux Falls State of South Dakota , its regularly elected Assistant Secretary as Attorneyqn-Fact, with full power and authority hereby conferred upon him to sign, execute, acknowledge and deliver for and on its behalf as Surety and as its act and deed, all of the following classes of documents to-wit: Indemnity, Surety and Undertakings that may be desired by contract, or may be given in any action or proceeding in any court of law or eqJi~;, po';c'¥.~ ill~.emr,;',~='~,! amp'cram against loss or damage caused by the misconduct of their employees official bail and surety and ~:le ,IV bofl~t '~.~Jag"~[y ~rl ;ill cases where indemmty may be lawfuJly given and with full power and authonty to execute consents and wa v .e~.,t,~'f~Jd~,y et cl3.~l,tl? o, sx'.ond any bond or document executed for th~s Company and to compromise and settle any and a c a ms cr ,~I}I~ilOS :;'ado4:' ~xi~lr,9 ;!f;:lil~: said Company. ~rn Surety*~ further certifies that the following is a true and exact copy of Section 7 of the by-laws of Western Surety ~ny~duly adopted ~w in force, to-wit: ....... % ~'~6n ~ ~l~'~ohc,es, undertak,ngs, Powers of Attorney or other obligations of the corporation shall be executed in the cor~j~"~.of.~pany~. ,~~ -- by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officerS~l~.~H~.t~.:~¢~l'~irectors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint A~-l~act or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powem of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. In VVitness Whereof, the said WESTERN SURETY COMPANY has caused these presents to be executed by its Executive Vice President with the corporate seal affixed this ~th day of Ja~uar~ , 2002 . Assistant Secretary STATE OF SOUTH DAKOTA ~ ss COUNTY OF MINNEHAHA WESTE~_ S~'R ETY C O ,M P/~Y Stephen T~ate, Executive Vice President On this 16th __ day of JaBu_ary , 2002 , before me, a Notary Public, personally appeared Stephen T. Pate and A, ~/ietor who, being by me duly sworn, acknowledged that they signed the above Power of Attorney as~Xecutive Vice President and Assistant Secretary, respectively, of the said WESTERN SURETY COMPANY, and acknowledged said instrument to be the voluntary act and deed of said Corporation. ~ D. KRELL · ~SOUTH DAK~A % My Commission Expires November 30, 2006 Nota~ Public Form 672-4-2001 JOSEPH MAURO AND SON Electrical Contracting Page 1 Page 2 Page 3 Page 4 Page 5 Page 6 Page 7 Page 8 Page 9 Page 10 Section 1. Section 2. Section 3. Section 4. Section 5 Section 1 Section 2 Section 3 Section 4 Section 0 Front Area Center Area Run Area ( typical for two ) Mechanical Room Service Riser Fire Alarm Front Area ( alt ) Fire Alarm Center Area ( alt ) Fire Alarm Run Area ( typical for two alt ) Fire Alarm Mechanical Room ( alt ) Fire Alarm Bill of Material ( alt ) o_ 0 0 ~c~zO r-" -- 0 JOSEPH MAURO AND SON Electrical Contracting ~) P 0 ~ ~z Oz_~ m Z E 0 TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK REQUEST FOR PROPOSAL (RFP) DESIGN/BUILD SOLICTITATION FOR NEW ANIMAL SHELTER BUILDING SOUTHOLD TOWN HIGHWAY DEPARTMENT VEHICLE AND MAINTENANCE YARD SOUTHOLD, NEW YORK 11971 P]ROJEC%NO-,..gHAC A!-01 ';' I;: C E I V E O DEC 5 2001 ~,,no~cI Iown 4~lerk NOVEMBER 2001 HOLZMACHER, McLENDON & MURRELL, P.C. CONSULTING ENGINEERS · ARCHITECTS · PLANNERS · SCIENTISTS · SURVEYORS MELVILLE, NY TOTOWA, NJ TOWN OF SOUTHOLD NEW ANIMAL SHELTER BUILDING SOUTHOLD, NEW YORK FRONT END DOCUMNENTS NOTICE TO BIDDERS SCOPE OF SERVICES DESIGN GUIDELINES iNSTRUCTIONS FOR BIDDERS GENERAL CONDITIONS SUPPLEMENTARY GENERA[, CONDITIONS FORM CD 512 EEO BIDDER'S PROPOSAL (PA~PF) QUALIFICATIONS OF BIDDERS INDEMNITY, LIMITATION OF LIABILITY CONTRACT AIA G702 AIA G703 AIA GT06A AIA G706 AIA G707 WEEKLY PAYROLL FORM - WH347 ATTACHMENTS A B C D E SITE PLAN FLOOR PLAN PRELIMiNARY iBUILDING SECTION WAGE RATES SUFFOLK PREVAILING WAGE RATES DAVIS BACON WAGE RATES TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS (ALL CONTRACTS) 01010 01019 01030 01039 01090 SHAC Al-01 11/30/01 SUMMARY OF 'WORK CONTRACT CONSIDERATIONS ALTERNATES COORDINATION AND MEETINGS REGULATORY REQUIREMENTS AND REFERENCE STANDARDS TOC-I OF 4 01091 01300 01400 01500 01600 01650 01700 DEFINITIONS AND STANDARDS SUBMITTALS QUALITY CONTROL CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS MATERIAL AND EQUIPMENT STARTING OF SYSTEMS CONTRACT CLOSEOUT DIVISION 2 - SITEWORK (CONTRACT G UNLESS NOTED OTHERWISE) 02110 02163 02211 02222 02223 02225 02232 02611 02613 02724 02831 SITE CLEARING TEMPORARY SHEETING AND BRACING (ALL CONTRACTS) ROUGH GRADING EXCAVATION BACKFILLING TRENCHING (ALL CONTRACTS) RECYCLED CONCRETE AGGREGATE BASE COURSE CAST IRON SOIL PIPE CORRUGATED POLYETHYLENE PIPE PRECAST CONCRETE LEACHING POOL CHAIN LINK FENCING DIVISION 3 - CONCRETE (CONTRACT G) 03001 CONCRETE DIVISION 4 - MASONRY (CONTRACT G) 04200 CONCRETE UNIT MASONRY DIVISION 5 05120 05500 - METALS (CONTRACT G) STRUCTURAL STEEL METAL FABRICATIONS DIVISION 6 06110 06200 06220 - WOOD AND PLASTICS (CONTRACT G) ROUGH CARPENTRY FINISH CARPENTRY MILLWORK SHAC Al-01 TOC-2 OF 4 11/30/01 DIVISION 7 - THERMAL AND MOISTURE PROTECTION (CONTRACT G) 07200 07270 07460 07620 07631 07810 07900 BUILDING INSLJLAT1ON FIRESTOPPING FIBER REINFORCED CEMENTITIOUS SIDING FLASHING AND TRIM GUTTERS AND DOWNSPOUTS SKYLIGHT UNITS CAULKING AND SEALANTS DIVISION 8 - DOORS AND ;VINDOWS (CONTRACT G) 08100 08610 08710 DOORS AND FRAMES ALUMINUM WINDOWS FINISH HARDWARE DIVISION 9 - FINISHES (CONTRACT G) 09150 09250 09510 09660 09661 09682 09900 METAL STUD FRAMING SYSTEM GYPSUM DRYWALL ACOUSTICAL TREATMENT RESILIENT TILE FLOORING AND BASE SHEET VINYL FLOORING CARPET PAINTING DIVISION 10 - SPECIALTIES 10155 10211 10520 1080O TOILET COMPARTMENTS LOUVERS FIRE EXTINGUISHERS TOILET AND BATH ACCESSORIES DIVISION 11 - 14 NOT USED DIVISION 15 - MECHANICAL (CONTRACT H UNLESS NOTED OTHERWISE) 15011 15061 15075 15080 15081 SHAC A1-0I ll/30/01 BASIC MECHANICAL REQUIREMENTS SUPPORTS AND ANCHORS MECHANICAL IDENTIFICATION MECHANICAL INSUALTION PLUMBING PIPING INSULATION TOC-3 OF 4 (CONTRACT P) (CONTRACT P) (CONTRACT P) (CONTRACT P) 15110 15122 15132 15141 15142 15255 15410 15812 15832 15852 15952 15954 VALVES AND SPECIALTIES THERMOMETER, PRESSURE & VACUUM GAUGES HVAC PUMPS PLUMBING PIPING BACKFLOW PREVENTION DEVICE PAINTING OF MECHANICAL PIPING SYSTEMS PLUMBING FIXTURES SHEET METAL WORK CENTRIFUGAL EXHAUST FANS DIFFUSERS, REGISTERS AND GRILLES CLEANING AND TESTING BALANCING OF SYSTEMS (CONTRACT P (CONTRACT P (CONTRACT P DIVISION 16-ELECTRICAL (CONTRACTS H, P & E UNLESS NOTED OTHERWISE) 16010 16110 16114 16121 16130 16131 1614O 16155 16170 16190 16195 16470 16680 GENERAL ELECTRICAL REQUIREMENTS ELECTRICAL CONDUIT FLEXIBLE, LIQUID TIGHT METAL CONDUIT CONDUCTORS - 600 VOLTS AND BELOW BOXES PULL AND JUNCTION BOXES AND WIRE TROUGHS WIRING DEVICES MOTOR STARTERS GROUNDING SUPPORTING DEVICES AND HANGERS ELECTRICAL IDENTIFICATION PANEL BOARDS SURGE PROTECTION (CONTRACT E) (CONTRACT E) (CONTRACT E) END OF TABLE OF CONTENTS SHAC Al-01 TOC-4 OF 4 11/30/01 NOTICE TO BIDDERS Design/Build Proposals, invited by Town of Southold, will be received by the Town Clerk, 53095 Main Road, Southold, New York 11971, at 10:00 AM prevailing time Thursday, January 17, 2002, at which time and place they will be publicly opened and read aloud. Design/Build Proposals are requested for the following project: TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION CONTRACT H - HVAC DESIGN AND CONSTRUCTION CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION PROJECT NO. SHAC Al-01 RFP's may be examined and obtained at either the office of the RFP Architect/Engineer H2M Group at 575 Broad Hollow Road, Melville, New York or the Office of the Town Clerk at 53095 Main Road, Southold, New York and may be obtained on and after December 4, 2001 between the hours of 9:00 A.M. and 4:30 P.M. daily, except Saturdays, Sundays and Holidays. A non refundable fee for the reproduction of the RFP totaling Twenty Five Dollars ($25.00) payable to the TOWN OF SOUTHOLD will be required to receive a copy of the RFP. Each proposal submitted must be accompanied by a certified check or bid bond, made payable to the TOWN OF SOUTHOLD, in an amount equal to five percent (5%) of the total amount of the bid, as a commitment by the bidder that, if its bid is accepted, it will enter into a contract to perform the work and will execute such further security as may be required for the faithful performance of the contract. The Town reserves the right to reject any or all proposals received, to waive any informality in any proposal, and to accept the proposal, which it deems most favorable to the interests of the Town. All proposals must be submitted in a sealed envelope clearly marked "Town of Southold Animal Shelter Building" and include the contract being bid upon. DATED: December 2001 SHAC A1-0t NB - 1 12/03/01 SCOPE OF SERVICES The Town of Southold is inviting design/build proposals to construct a new one-story structure for use as an animal shelter. The Town seeks design/build teams of Architect/Engineer and Contractor to execute the project. It is expected that each team will submit their qualifications, references, project time schedule and a final cost (bid) for the project as described in the Instructions for Bidders. The design and construction services required have been broken into the following contracts: CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION CONTRACT H - HVAC DESIGN AND CONSTRUCTION CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION Listed beloxv is a summary of the design requirements for the contracts listed. The summary provided below is not intended to be a complete list of all work to be provided for each contract. Additional requirements and work to be performed for each contract are further defined in the RFP. CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION All general building work is to be designed, detailed and installed in conformance with all applicable codes, rules, regulations and statutes and shall be in conformance with the schematic drawings included in this package. All general building work is required to be coordinated with all other contracts listed. Wall Construction All walls shall be a minimum 3.5" thick with a minimum R value of 16.5. Exterior surfaces shall be finished with a 5/16" cementitious panel with a 50 year warranty. Interior wall surfaces shall be finished with a Fiberglass Reinforced Plastic (FRP) surface. Plumbing walls in office areas shall be furnished with plumbing chases. All walls in office areas shall have chases for electrical outlets and switches. Blocking shall be provided in all walls for surface mounted equipment or fixtures. Roof Construction All roof panels shall be a minimum 4" thick with a minimum R value of 30. Face sheets of panels shall be minimum 22 ga. galvanized steel, grade c or better, hot dipped commercial quality, galvanized coating, designation G-90. Roof trim shall be furnished by the panel manufacturer to match the gauge and finish of the panels. Exposed surfaces of panels are to have a factory applied Kynar 500 finish or equal. Color to be selected by Owner. Owner shall be provided with a minimum of(4) four different colors for selection. SHAC Al-01 SOS - 1 OF 13 12/03/01 14~ CF~©LJP SCOPE OF SERVICES Windows Windows shall be double hung. Window heads shall align with door heads, sills shall be 3'0" above finished floor. All glazing in windows shall be insulated. Doors All exterior doors to have a vision panel (minimum size 100 square inches). The following interior doors are to receive vision panels (minimum size 100 square inches): Vestibule Puppy Room Laundry Room Food Prep Grooming All door hardware is to be ADA compliant. Finishes Finishes shall be provided for the following spaces as indicated: Walls All interior walls shall be finished with a Fiberglass Reinfomed Plastic (FRP) surface. Floors Carpeting shall be provided in the following locations: Viewing/Adoption Room Office/Reception Room Waiting Room and Hallway VCT shall be provided in the following locations: Vestibule Men's Room Women's Room Vinyl Sheet Flooring shall be provided in the following locations: Cattery Concrete with a clear sealer shall be provided in all other locations. All concrete slabs shall be insulated concrete, minimum 4" thick with 6" gravel base and shall have a vapor barrier where resting on grade. All concrete floors with sealer are to be trowel finished. All rooms and spaces with drains shall have floors sloped ¼" per foot to drain. All finished floors shall receive a 4" vinyl base. SHAC Al-01 SOS- 2 OF 13 12/03/01 tt~/~ QI~OUP SCOPE OF SERVICES 1 l. Each zone shall have its own circulator pump, supply and retum header, supply and return header dial thermometers, isolation and balancing valves. Each cimuit of each zone shall have cimuit balancing valves and separate isolation valves. 12. Zone fluid temperature shall be reset based upon each respective zones effective temperature and slab temperature. 13. Slab temperature shall not exceed 85 degrees in occupied areas. 14. System pump and zone pumps (primary/secondary system) shall run continuously. 15. In addition ASHRAE Standards, New York State Energy Conservation Code, NFPA, and the local authorities that have jurisdiction shall be strictly adhered to for the system design criterion not specifically noted. Heating Plant: 1. The heating system fluid shall consist ora mixture of 22% propylene glycol and water. The boiler shall be filled with water and not a glycol mixture. 2. The boiler shall be an oil fired vertical fire tube low temperature boiler with a separate internal coil to circulate the heating system fluid. Maximum operating temperature for heating fluid is 140 degrees F for heating coils. 3. The heating system will be activated and deactivated by the outdoor air temperature. 4. The heating system fluid temperature shall be set inversely proportional to the outdoor air temperature by way ora boiler 3 way control valve. 5. Boiler supply and return piping shall be equipped with thermometers. 6. All pumps shall be equipped with pressure differential gauges. 7. All equipment shall be valved for isolation an equipped with unions. 8. All piping shall be insulated. Pipe insulation shall be 1" thick. 9. In addition ASHRAE Standards, New York State Energy Conservation Code, NFPA, and the local authorities that have jurisdiction shall he strictly adhered to for the system design criterion not specifically noted. An alternate price shall be provided for eliminating area 1 listed above and providing a forced air system for that area only. The forced air system must comply with the forced air requirements listed below. An alternate price shall be provided for eliminating all four areas listed above and providing a forced air system for areas 1 thru 3 only. Area three must be independently ducted. Each of these areas must be able to be controlled independently. The forced air system must comply with the forced air requirements listed below. Forced air System Requirements: 1. Air handling units discharge velocity shall not exceed 1300 feet per minute. 2. Heating coil velocity shall not exceed 800 feet per minute~ 3. Cooling coil velocity shall not exceed 500 feet per minute. 4. Pressure drop across 3 way control valves for heating coils shall be 3 to 5 times its respective coils pressure drop. SHAC Al-01 SOS ~ 5 OF 13 12/03/01 l~M~ GFqOU P SCOPE OF SERVICES 5. Duct sizing pressure drop shall not exceed 0.08 feet/100feet 6. Grills, diffusers, registers, etc., shall not exceed a noise criterion level of 25. 7. Filtered return grills shall be utilized in addition to air handler filters. 8. Air handler filters shall be 2" pleated filters of 60% dust spot efficiency. 9. Each coil shall be equipped with access doors before and after each coil for coil cleaning. 10. Ductxvork shall be equipped with fire dampers and access to reset fire dampers at each fire wall penetration. 1 I. Storm louvers shall be used for outdoor air intake and not exceed 1000 feet per minute. 12. Air handling units shall be hung with vibration isolation. 13. All ductwork shall be insulated. Ductwork insulation shall be 1 ~/2" inches thick. 14. All return air shall be ducted. No ceiling return air plenums. 15. All ductwork shall conform to SMACNA standards. 16. Heating coil discharge air temperature shall not exceed 105 degrees F. Use 95 degrees F as a maximum discharge air temperature whenever possible. Provide for return air in the kennel area at no higher than 12" above the finished floor to the bottom of the retum air registers. 17. Use return air registers whenever there is more than a single return air terminal. 18. No occupied area shall receive less than 1 cfm/square foot of outdoor air. 19. The front office area (zone 1) and the mid-support office spaces (zone 2) in general shall be kept at a higher positive pressure than the positive pressure in the interior kennel areas (zone 3). 20. Airflow shall be from the center of the kennel areas to the exterior walls of the kennel area. 21. Air velocity shall not exceed 25 feet per minute with in the limits from the finished floor to 7 feet above the finished floor. 22. In addition ASHRAE Standards, New York State Energy Conservation Code, NFPA, and the local authorities that have jurisdiction shall be strictly adhered to for the system design criterion not specifically noted. Air Conditioning Systems An alternate price shall be provided to provide a central air conditioning system for area 1 (area I as identified above under heating) with a base bid heating system being radiant slab. An alternate price shall be provided to provide a central air conditioning system for area 1 (area 1 as identified above under heating) with a forced air heating system being installed. An alternate price shall be provided to provide a central air conditioning system for areas 1, 2 and 3 (areas as identified above under heating) with a base bid heating system being radiant slab. Area 3 must be independently ducted. SHAC Al-01 SOS - 6 OF 13 12/03/01 SCOPE OF SERVICES An altemate price shall be provided to provide a central air conditioning system for areas 1, 2 and 3 (areas as identified above under heating) with a fomed air heating system being installed. Area 3 must be independently ducted. Exhaust Systems The following spaces shall be provided with exhaust fans and interface with tl~e HVAC systems. Inside kennel area (betxveen columns 4 and 6) Inside kennel area (between columns 1 and 3) Isolation Exam Food prep Staff Room Mens Toilet Womens Toilet Cattery Puppy Room Grooming 10% below O.A. 10% below O.A. 20% above O.A. 20% below O.A. 10% below O.A. 20% below O.A. 50 cfm/WC & urinal 50 cfm/WC Equal to O.A. Equal to O.A. 20% below O.A. 1. All exhaust grills with the exception of the toilets shall be of the filter back type. 2. Exhaust fans located inside the building shall not exceed a Sone rating of 6. 3. Exterior exhaust fans shall not exceed a Sone rating of 12. 4. Exhaust ductwork shall not exceed a pressure drop of 0.08 feet/100 feet. 5. All exhaust fans of 1000 cfm or greater shall be equipped with motorized dampers. 6. All exhaust fans of less than 1000 cfm shall be equipped with mechanical back draft dampers. 7. Exterior exhaust fans shall be equipped xvith bird screens. 8. All direct drive exhaust fans shall be equipped with variable speed controllers when required to meet their designed airflow. ~). All ductxvork shall conform to SMACNA standards. 10. In addition ASHRAE Standards, New York State Energy Conservation Code, NFPA, and the local authorities that have jurisdiction shall be strictly adhered to for the system design criterion not specifically noted. HVAC Power: Power for HVAC equipment shall be brought to the units by the HVAC Contract from panels provided by the Electrical Contract. Final terminations in panels are to be made by the Electrical Contract. All wiring is to conform to the requirements of the RFP. SHAC Al-01 SOS - 7 OF 13 12/03/01 Ifl~t, O FqOU P SCOPE OF SERVICES CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION All plumbing work is to be designed, detailed and installed in conformance with all applicable codes, rules, regulations and statutes and shall be in conformance with the schematic drawings included in this package. All plumbing xvork is required to be coordinated with all other contracts listed. Plumbing Fixtures All plumbing fixtures indicated are to be provided by this contract. Men's toilet Men's lavatory Women's toilet Women's lavatory Grooming shower base Grooming sink Staff toilet Staff lavatory Staff shower Laundry mop sink Exam room sink Food prep sink Grooming shower shall have a sprayer and divertor to threaded tub-filler. Plumbing Equipment Install domestic water heating system(s) to provide adequate amount of hot water to all plumbing fixtures requiring such. Utilize a combination of direct point of use and automatic storage water heaters as required to meet the hot water system sizing requirements of "ASPE (American Society of Plumbing Engineers) Data Book Chapter 4: Service Hot Water Systems." Install domestic hot water circulation pump(s) and piping as required by NYS Building Code, Part 900 - Plumbing Requirements. This equipment shall be located iu closets or inconspicuously (ie below sinks or above hung ceilings). Power for equipment shall be brought to the units by the Plumbing Contract from panels provided by the Electrical Contract. Final terminations in panels are to be made by the Electrical Contract. All wiring is to conform to the requirements of the RFP. Interior hot and cold water hose bibs are to be provided at the following interior spaces at the following locations: Cattery Interior kennel (column lines 4-6) Grooming Puppy Room Exam Room Adjacent to door (strike side) Adjacent to door from waiting (hinge side) Adjacent to door from hallway (hinge side) Adjacent to shower base (storage room wall) Adjacent to entrance door (strike side) Adjacent to entrance door from vestibule SHAC Al-01 SOS- 8 OF 13 12/03/01 I~ QB©UP SCOPE OF SERVICES (hinge side) Exam/Isolation Vestibule Opposite exit door (utility room wall) Interior kennel (column lines 1-3) Adj. to door from Food Prep (strike side) Mechanical Room wall Exterior (frost free) hot and cold water hose bibs are to be provided at the following exterior spaces at the following locations: Exterior kennel (column lines 4-6) Adjacent to column B4 (Puppy Room) Adj. to column B6 (Viewing/Adoption Rm) Adjacent to column A4 (Grooming Room) Adjacent to column A6 (Women Room) Exterior kennel (column lines 1-3) Isolation Room wall Mechanical Room wall Adjacent to column A3 (Staff Room) Adjacent to door from interior (strike side) Provide 50' of hose for each hose bib in all (interior and exterior) kennel areas (dog runs). All other hose bibs shall be fed by 3/4" water lines and shall have 20' of hose. All hose bibs shall have a hose rack. Washing machine hot and cold water valves and disconnects shall be provided in laundry room. Contractor shall connect washing machine provided by Owner. Grooming Room shower area shall have a hot and cold water spikot with diverter and sprayer Piping and drains All hot and cold water piping shall be insulated. All hot and cold water piping shall run above slab and shall be concealed where possible in chases left in wall panel construction. The following locations shall be provided with drains: Each kennel run shall have a drain (one on each side of wall), one drain will be on the interior side of wall and one drain will be on the exterior side of wall. (see building section attachment C). Cattery - Shall have one drain in the center of the room. Grooming- Shall have one drain outside of shower area. Staff Room - Shall have one drain outside of shower. Storage - shall have drain in center of room. Food Prep - shall have drain in center of room. Laundry - shall have floor drain in center of room. Isolation - shall have floor drain in center of room. Puppy Room - shall have floor drain in center of room. Exam Room - shall have floor drain in center of room. Water Service A complete water supply service and distribution system shall be provided in conformance with RFP and all agencies having jurisdiction. The Owner shall furnish a SHAC Al-01 SOS - 9 OF 13 12/03/01 I SCOPE OF SERVICES well with a submersible pump for water supply and will bring water service piping to within (10) ten feet of the utility room. The connections to Owner supplied piping as well as all additional work required for new water service shall be coordinated and provided by this contract. Sanitary Service A complete on site sanitary and sanitary distribution system shall be provided in conformance with RFP and all agencies having jurisdiction. The on site sanitary system will be provided by the Owner. This contract shall provide the complete distribution system within the building and all work necessary and bring the distribution piping (10) ten feet beyond column line B at a location determined by the Owner between column lines 3 and 4. SHAC Al-01 SOS- 10 OF 13 12/03/01 SCOPE OF SERVICES CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION All electrical work is to be designed, detailed and installed in conformance with all applicable codes, rules, regulations and statutes and shall be in conformance with the schematic drawings included in this package. All electrical work is required to be coordinated with all other contracts listed. Lighting Provide new lighting throughout the building. All interior rooms and spaces including closets are to be illuminated. All exterior kennel areas are to be illuminated. All general purpose lighting shall be fluorescent. Lay-in lighting shall be provided in the rooms and spaces scheduled to receive lay-in ceilings. Surface mounted or pendant mounted fixtures are to be provided in all other spaces. Pendant or surface mounted fixtures shall not be mounted at an elevation that could impede, damage the fixture, or detract from the necessary and planned use of a space or area. All lighting fixtures other than lay-in shall be waterproof and suitable for wet locations. Exterior fixtures shall be suitable for exterior use. All lamps in fixtures shall be protected by an acrylic lens. All interior lamps shall be color corrected to 3000K. All exterior exits shall be appropriately illuminated as required by code. All building exits and hallways shall have illuminated exit signs Interior lighting to be 50 footcandles at 30" above finished floor. Exterior lighting in close proximity to the shelter to be 30 footcandles at 30" above finished floor. Each room or space must have independent control of the lighting for that room or space. Within three feet of each entry point to a room or space, the lighting for that room or space must be able to be controlled. Switches for lighting fixtures are to be mounted at 48" above finished floor unless noted othenvise. All exterior exit light fixtures must have built in or remote photocell for automatic illumination, the photocell is to be connected to a timer. Light fixtures must also have a switch override to independently control light fixture. Switch shall be placed on inside of building exit on strike side jamb. Power All rooms and spaces shall have convenience receptacles_as per NEC. There shall be a minimum one duplex receptacle per wall. No receptacles are to be placed in the kennel runs (cages). However, receptacles shall be located in the kennel areas, both interior and exterior. All receptacles located in close proximity of the kennel or any location within reach of the kennel wash stations shall be GFCI protected at minimum with weather proof covers as per the NEC._ SHAC Al-01 SOS - 11 OF 13 12/03/01 I~M SCOPE OF SERVICES All rooms or spaces with windows shall be provided with a dedicated power receptacle mounted beneath the window. This receptacle shall be weather proof and GFCI_protected and will be dedicated for a future Room Air Conditioner. This future load shall be included in power and receptacle layout design. This receptacle shall be in addition to the convenience receptacle required for the window wall. All duplex receptacles in spaces bet~veen column lines 6 and 7 are to be mounted at 18" above finished floor. All other duplex receptacles are to be mounted at 48" above finished floor. All duplex receptacles, except those between column lines 6 and 7 are to be waterproof with waterproof covers, exterior use, and gfci protected. Cattery outlets shall be covered. All receptacles in bathrooms, Food Prep areas and Kitchens are to be gfci protected. Exterior kennel areas are to have exterior weather protected duplex receptacles placed on column lines 2 and 5. In addition to the power requirements listed above, the following equipment is to be provided with po~ver in the following spaces (power feeds are to be sized per equipment manufacturer requirements and NEC): Washer Laundry Room Dryer Laundry Room Hot water heater Utility Room Boiler Mechanical Room Power must also be provided for the following items AC Heat Exhaust fans Point of use heaters Well pump Paddle fans All miscellaneous loads required by Town of Southold. All mechanical equipment electrical termination must be coordinated with all trades. Poxver for HVAC equipment shall be brought to the units by the HVAC Contract from panels provided by the Electrical Contract. Final terminations in panels are to be made by the Electrical Contract. All wiring is to conform to the requirements of the RFP. Fire Alarm System A complete fire alarm system in conformance with all applicable codes with approval from all authorities with jurisdiction shall be provided as an alternate price to the bid. Manual pull stations shall be provided as part of the alternate at all exterior doors and all other locations needed as per NFPA and all authorities having jurisdiction. Provide smoke and thermal detection device(s) type as needed to suit condition as part of the fire alarm system alternate. These devices shall be placed in all rooms and spaces SHAC Al-01 SOS- 12 OF 13 12/03/01 14~/~ G[4OUP SCOPE OF SERVICES required by code to have detection. Provide smoke and thermal detection device(s) in all concealed spaces as required conform to code requirements. A minimum often detection devices shall be provided as part of the base bid. Provide all Control Panels and Key Pads as required by NFPA and local authorities having ,jurisdiction for base bid and alternate bid fire alarm system items. Electric Service and Distribution Electrical service installation must be coordinated with power authority having jurisdiction. The bid shall be based upon an electrical service of 120/208 Vac, 3 phase, 4 wire,400 Amps. The new electrical service entrance, meter and CT cabinet, disconnecting means, and main distribution panel shall be located in Mechanical Room. This shall be coordinated with the Local Electrical Utility. The main distribution panel shall be a 3 phase, 4 wire panel with a minimum rating of 400 amps with a short circuit rating of 65KAIC. The main distribution panel shall be provided with a transient voltage surge suppression system capable of interrupting a 65 Ka short circuit current delivered from the AC power line. At a minimum, two separate sub panels (with a minimum short circuit rating of 42KAIC) fed by the distribution panel located in the mechanical room are to be provided for the building. Subpanel 1 is to be located in front office area hallway between cattery and toilet rooms. This subpanel shall provide all power (lighting, receptacles and equipment) for all rooms and spaces between column lines 6 and 7. Subpanel 2 is to be located in mid-support space hallway between laundry and storage rooms. This subpanel shall provide all power (lighting, receptacles and equipment) for all rooms and spaces between column lines 2.5 and 4. Alt wiring for all devices shall be concealed where possible in chases left in wall panel construction or shall be run in surface mounted rigid conduit. Conduits feeding subpanels may be run below slab. All conduits from subpanels shall be above slab. SHAC Al-01 SOS- 13 OF 13 12/03/01 DESIGN GUIDELINES ITEM 1: SITE AND LOCATION 1.1. The new building is to be located north of the existing animal shelter compound in the Southold Town Highway Department Vehicle and Maintenance Yard. This area is located behind the existing Police department building on Main Road/State Route 25 in Southold. (see Site Plan - Attachment A). 1.2. The design/build team agrees to accept the site as it exists and to remove any encumbrances, which interfere with the proper fulfillment of the new work. 1.3. All proposed sitework and improvements including new driveways, parking areas and sidewalks indicated on site plan are to be completed by the Town unless otherwise indicated in this RFP (see Site Plan - Attachment A). 1.4. New sitework and utilities will be provided by others unless otherwise indicated in this RFP. The connection and the coordination of the connection to utilities provided by others is part of this Contract. (See Design/Build section on services below). 1.5. The Owner shall provide benchmark for layout of building. The design/build team must obtain all other required survey work for lines and grades as required for the project. Survey work shall be performed by a professional land surveyor licensed by the State of New York. ITEM 2: BUILDING AND BUILDING CONSTRUCTION 2.1. The ne~v building is to be 1 story of type 2b construction and is to have a footprint of approximately 5,660 square feet. The building layout must be in conformance with the preliminary floor plan and section (see Floor Plan - Attachment B, Preliminary Building Section - Attachment C). 2.2. All construction references on the preliminary drawings submitted as attachments must conform to type 2b construction. 2.3. Inclusion in this RFP of any specification (ie. wood framing or sheathing) does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification for any material (ie. masonry) does not permit the contractor to assume that a particular material or product is not permitted or will not be required. 2.4. All construction materials, framing, and structural elements must comply with the building fire resistance rating requirements of the New York State Fire Prevention and Building Code as stated above. It is the responsibility of the design build Amhitect/Engineer to design the exterior wall assembly, as well as, all other structural and interior finish components of the building to comply with the SHAC Al-01 DG ~ 1 OF 5 11/30/0l DESIGN GUIDELINES requirements of the New York State Fire Prevention and Building Code. If necessary, the design build Architect/Engineer must select additional products or materials to meet the required code requirements. 2.5. The new building is to be attractive and durable. Color selections wherever necessary are to be approved by the Owner. 2.6. All Work must be performed such that all design build contracts can incorporate their work into the building as construction progresses. ITEM 3: LABOR AND MATERIALS 3.1. Upon conditional award, the selected design/build team will be required to abide by the current Suffolk County Prevailing Wage Rates and Davis Bacon Wage Rates (see Suffolk County Prevailing Wage Rates and Davis Bacon Wage Rates - Attachment D). 3.2. All building materials are to be new and free of defects and are to be in conformance with the preliminary specifications (see Technical Specifications - Attachment E). ITEM 4: DESIGN/BUILD 4.1. The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete animal shelter building in conformance with all codes and agencies having jurisdiction. Said design and construction shall include all of the building components and elements specified and indicated in the RFP. 4.2. The General Building Contractor is responsible to obtain soil borings for the subject project. 4.3. The design/build teams are to design, detail, install, and coordinate the indicated services: · Contract P Sanitary system - Team shall design and detail a complete site sanitary and sanitary distribution system in confomaance with RFP and all agencies having jurisdiction. The Owner will install the site sanitary system, the plumbing contract is to install the distribution system. SHAC Al-01 DG- 2 OF 5 11/30/01 DESIGN GUIDELINES · Contract E Water supply system - Team shall design, detail and install complete water supply service and distribution system in conformance with RFP and all agencies having jurisdiction, The Owner shall furnish a well with a submersible pump for water supply. The connections to Owner supplied well for new water service shall be coordinated and provided by Contract P. Electrical Service and Distribution: Team shall design, detail and install complete electrical service and distribution system with surge protection in conformance ~vith RFP and all agencies having jurisdiction. Electrical service installation must be coordinated with power authority having jurisdication. The bid shall be based upon a service of 120/208 Vac, 3 phase, 4 wire, 400 Amps. 4.4. The design/build team must include in their proposal all required work for the design, layout and installation of any allowances included in the RFP. The design/build team is to work with the Owner in designing these features. The Owner will have final approval for all design layouts and material/product selections. 4.5. Construction drawings are required for all aspects of this project and all drawings are to be signed and sealed by professional Architects or Engineers licensed by the State of New York. These drawings must be submitted to and approved by the Owner before construction may begin. The engineering aspects 'include but are not limited to the following items: Contract G - General Building Design and Construction · Building Floor Plans, Exterior Elevations, Building Sections, and Typical Wall Sections · Structural Systems - concrete work, footings, foundations, and structural framing systems. Note: A prefabricated structure with structural insulated panels (SIPS) will be permitted, as long as it meets all code and design criteria. · Code Compliance Plan - Indicate compliance with pertinent sections of NYS Building Code, NYS Energy Code, ADA, and NFPA. · Building Services Design - roof drainage collection system: calculations, drawings, schedules and details. Contract H - HVAC Design and Construction · HVAC Floor Plans, Schedules and Details and calculations. SHAC Al-01 DG- 3 OF 5 1 l/30/0 ! DESIGN GUIDELINES Contract P - Plumbing Design and Construction · Plumbing Floor Plans, Riser diagram, plumbing details. · Building Services Design - Sanitary system and water service: calculations, drawings, schedules and details. Contract E - Electrical Design and Construction · Electrical Lighting and Power Plans, Panel and fixture schedule, electrical details and calculations. · Building Services Design - Electrical service: calculations, drawings, schedules and details. 4.6. The building, building systems, and building components designed and constructed under this project shall meet all current codes as well as the requirements of agencies having jurisdiction. The codes and agencies include but are not limited to the following: a) Occupational Safety and Health Act - OSHA. b) New York State Department of Environmental Conservation. c) New York State Department of Health. d) Suffolk County Department of Health Services. e) Town of Southold O Suffolk County g) Long Island Power Authority h) Brooklyn Union Gas Company i) New York State Uniform Fire Prevention and Building Code. j) National Fire Protection Association - NFPA. k) New York State Energy Code. 1) ADA - Americans with Disabilities Act. m) ANSI - American National Standards Institute. n) ASTM - American Society for Testing and Materials. o) NEC - National Electric Code. p) UFAS - Uniform Federal Accessibility Standards. q) UL- Underwriters Laboratories. r) NECA- National Electrical Contractors Association. SHAC Al-01 DG - 4 OF 5 11/30/01 DESIGN GUIDELINES ITEM 5: PERMITS 5.l. ?he design build team must obtain all required permits for the project. There will be no charge £or permits filed with the Town o£ Southold. However, any other permits (such as Su£folk County Health Department) and their charges are the responsibility of the design build team. 5.2. Only a£ter all required state and local municipal permits are obtained, can the construction o£ the project sta~. ITEM 6: AWARD 6.1. The Owner xvill award a design/build contract for either the complete project or any combination o£ alternates in the project, as the Owner desires. 6.2. The Owner will only enter into a contract with a single party for each contract, the single party shall be duly authorized to act as the primary representative for the design/build team. 6.3. The design/build team must complete the design and construction in the shortest period of time and should plan the work, obtain materials, and execute the construction in the most expeditious manner. A design and construction schedule is to be completed and submitted with the qualifications and cost proposal for this project (see Proposal Sheets and Instructions to Bidders) SHAC Al-01 DG - 5 OF 5 11/30/01 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold, New York (herein called the "Town") invites bids on the forms attached hereto. All blanks on these forms must be filled in appropriately and completely including the attached non-collusive bidding certificate. Complete Proposal Sheets (PA-PF) and an envelope marked Qualifications of Bidder shall be enclosed in opaque sealed envelope plainly marked, NEW ANIMAL SHELTER BUILDING, SOUTHOLD, NEW YORK, PROJECT NO. SHAV Al-01, and the name and address of the bidder. The sealed proposals are to be submitted to the Town Clerk, 53095 Main Road Southold, New York 11971 on or before 10:00 AM prevailing time Thursday, January 17, 2002, where they will be opened and read and the contract awarded as soon as practical. The bidder will be responsible for the physical delivery of the sealed proposals to the above place at the above time and use of the mail is at the bidder's risk. If mailed, they must be registered and the sealed envelope containing the proposal and qualification of bidder and marked as directed above, must be enclosed in another envelope properly addressed for mailing. The Town may consider informal any bid not prepared and submitted in accordance with the provisions hereof, and may waive any informality in or reject any and all bids. Any bid may be withdraxvn prior to the above scheduled time for the opening of bids or authorized postponement thereofi Any bid received after the time and date specified, shall not be considered. 2. DESCRIPTION OF THE WORK Said work is more particularly described in the remainder of the RFP prepared by Holzmacher, McLendon & Murrell, P.C., dated November, 2001. The project-specific plans and documents are attached to and are a part of this RFP. 3. PREPARATION OF PROPOSAL Proposals must be submitted on the prescribed form(s). All blank spaces for unit prices, lump sums, total prices and alternates must be filled in, written in ink or typewritten, in both words and figures and must be signed and acknowledged by the bidder. No bid will be considered which does not include bids and time of completion for all items listed in the Proposal. SHAC Al-01 IB- I OF 11 12/03/01 i~:~ G 740 (~ D INSTRUCTIONS TO BIDDERS 4. ERRORS IN BID In the event there is a discrepancy between the unit prices and/or lump sums written in words and written in figures, the unit prices and/or lump sum written in words shall govern. In the event there is a discrepancy between the unit price and the total price for a particular item, the lump sums will govern. 5. APPROXIMATE QUANTITIES The quantities given in the proposal, if any, are approximate only, being given as a basis for the uniform comparison of bids, and the Town does not expressly or by implication agree that the actual amount of work will correspond therewith. The actual quantities of materials used will be measured on site by the Owner's Architect/Engineer or Representative. 6. BIDDERS TO CHECK APPROXIMATE QUANTITIES Bidders must satisfy themselves by personal examination of the location of the proposed work, and by such other means as they may choose, as to the actual conditions and requirements of the work and the accuracy of the estimate of the Owner's ArchitecgEngineer, and shall not, at any time after the submission of a bid, dispute or complain of such statement or estimate of the Owner's Architet/Engineer, nor assert that there has been any misunderstanding in regard to the nature or amount of the work to be done. 7. PRICES NOT CHANGEr) BY CHANGE IN QUANTITIES An increase or decrease in the quantity for any unit price item shall not be regarded as sufficient grounds for an increase or decrease in the unit price of that item, nor in the time allowed for the completion of the work, except as provided in the Contract. 8. INTENT OF CONTRACT DOCUMENTS The intent of the Contract Documents is to obtain a complete job, satisfactory to the Owner's Architect/Engineer. It shall be understood that the bidder has satisfied himself as to the full requirements of the Contract, and has based his proposal upon such understanding. Compensation for all work and materials required to complete the Contract shall be considered included in the various unit price and lump sum bids on the items as listed in the proposal. SHAC Al-01 12/03/01 IB-2 OF I1 INSTRUCTIONS TO BIDDERS 9. VERBAL ANSWERS The Town, its agents, servants, employees and the Owner's Architect/Engineer shall not be responsible in any manner for verbal answers to inquiries made regarding the meaning of the drawings or the specifications prior to the awarding of the Contract. For information with reference to the work and its location during bid phase by prospective bidders shall be submitted in writing to the H2M Group (Ronald B. Lanner, AIA, Project Manager, located at 575 Broad Hollow Road, Melville, New York, (631) 756-8000 Ext. 1311. 10. CONDITIONS OF WORK Each bidder must inform himself fully of the conditions relating to the construction and labor under which the work will be performed; failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of the Contract Documents and to complete the contemplated work for the consideration set forth in his bid. At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the RFP Construction Documents, including all addenda. The failure or omission of any bidder to receive or examine any form, instrument or document shall not relieve any bidder from any obligation in respect of his bid. Site inspection shall include surface and subsurface conditions. Bidders are notified that it is obligatory upon them to obtain by their own means information which they may require as to the existing physical conditions. The Town will make available to the bidder any information obtained by investigations previous to opening bids, but makes no guarantee with respect to the accuracy of such information, and each bidder in bidding represents that he relies exclusively upon his own investigations and he makes his bid with a full knowledge of all conditions, and the kind, quality and quantity of work required. 11. QUALIFICATION OF BIDDERS The Town may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall fumish the Town all such information and data requested for this purpose. SHAC Al-01 lB- 3 OF 11 12/03/01 I~,~ GI2<D(J P INSTRUCTIONS TO BIDDERS 9. VERBAL ANSWERS The Town, its agents, servants, employees and the Owner's Architect/Engineer shall not be responsible in any manner for verbal answers to inquiries made regarding the meaning of the drawings or the specifications prior to the awarding of the Contract. For information with reference to the work and its location during bid phase by prospective bidders shall be submitted in writing to the H2M Group (Ronald B. Lanner, AIA, Project Manager, located at 575 Broad Hollow Road, Melville, New York, (631) 756-8000 Ext. 1311. 10. CONDITIONS OF WORK Each bidder must inform himself fully of the conditions relating to the construction and labor under which the work will be performed; failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of the Contract Documents and to complete the contemplated work for the consideration set forth in his bid. At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the RFP Construction Documents, including all addenda. The failure or omission of any bidder to receive or examine any form, instrument or document shall not relieve any bidder from any obligation in respect of his bid. Site inspection shall include surface and subsurface conditions. Bidders are notified that it is obligatory upon them to obtain by their own means information which they may require as to the existing physical conditions. The Town will make available to the bidder any information obtained by investigations previous to opening bids, but makes no guarantee with respect to the accuracy of such information, and each bidder in bidding represents that he relies exclusively upon his own investigations and he makes his bid with a full knowledge of all conditions, and the kind, quality and quantity of work required. 1. 1. QUALIFICATION OF BIDDERS The Town may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish the Town all such information and data requested for this purpose. SHAC Al-01 IB - 3 OF I1 12/03/01 1~ (2[~OU P INSTRUCTIONS TO BIDDERS In the consideration and acceptance of any proposal, the Town shall be entitled to exercise every measure of lawful discretion evaluating the financial history and ability of the Bidder and its past performance in ventures of this or similar nature. Such data will be considered either as a material or controlling factor in the acceptance of any bid submitted. Bidders must prove to the satisfaction of the Town that they are reputable, reliable and responsible. Bidders shall enclose in the envelope marked "QUALIFICATIONS OF BIDDER" qualifications of bidder (QB sheets), a notarized letter stating that a responsible representative of the Contractor's office visited the site to verify the scope of work and a bid bond or certified check. In addition to the above specified information required to be submitted with the bid, the TOWN may request such other information as it deems necessary to provide either an approval or disapproval of the Bidder, which may include (but not be limited to) the following: A. Provide a list of similar data on projects awarded to the Bidder, but not yet completed. B. A current financial statement of assets of the Bidder, duly signed and notarized. Names and addresses of all company officers, length of time company has been in business and field experience of officers, foremen, etc. D. A list of equipment available. E. A complete project schedule. The Town may make any investigation it deems necessary to assure itself of the ability of the Bidder to perform the work. The Town reserves the right to reject any or all proposals and to accept the Proposal it deems most advantageous to the Town, even though it may not be the lowest bid received. 12. BID SECURITY - CERTIFIED CHECK OR BID BOND Each bid shall be accompanied by a certified check or bank draft payable To The Order of the Town of Southold, negotiable U.S. Government Bonds (at par value), or a satisfactory bid bond executed by the bidder, duly executed by the bidder as principal and having as surety thereon a surety company approved by the Town, in an amount not less than five percent (5%) of the amount of the bid plus all items of extra cost. Such bid security will be promptly returned to all except the three lowest bidders within ten (10) days after the opening of bids, and the remaining bid security xvill be returned promptly after the Town and the accepted bidder have executed the Contract, or if no Contract has been so executed, within 30 days after the date of the SHAC Al-01 IB- 4 OF 11 12/03/01 INSTRUCTIONS TO BIDDERS opening of bids, upon demand of the bidder at any time thereafter so long as he has been notified of the acceptance of his bid. In lhe event that the bids are rejected or the project shelved for any reason, bond will be returned/released to the low bidders within 30 days therefrom. The certified check or bid bond must be enclosed in the envelope marked "QUALIFICATIONS OF BIDDER." All bonding companies supplying bid, performance and maintenance bonds are required to meet or exceed the following criteria: 1. A.M. Best Company (Old Wick, New Jersey) Rating of A (excellent) or better. 2. (FPR) Financial Performance Rating from A.M. Best of not less than 7. 3. Bonding company must be registered to do business in New York State. 4. Listed in the U.S. Treasury Circular 570 (1994 version). 5. If underwriting limitation is less than the required performance bond amount, then the excess amount must be protected by co-insurance with a company meeting the same standards as above. 13. CONSENT OF SURETY In addition to the cash, checks or bid bonds for bid security, included in the envelope marked "Qualifications of Bidder"' each bid proposal must be accompanied by a bid letter from a surety company agreeing, in the event of the award of the Contract, to furnish a Performance Bond and Labor & Material Payment Bond each of a face value of 100% of the amount of the bid. (Proposal sheets PE). 14. LIQUIDATED DAMAGES_ FOR FAILURE TO ENTER INTO CONTRACT The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within five (5) days (Saturdays and Sundays excepted) after he has received notice of the acceptance of his bid, shall forfeit to the Town as liquidated damages for such failure or refusal, the security deposited with his bid. 15. PERFORMANCE, LABOR & MATERIAL PAYMENT AND MAINTENANCE BONDS SHAC AI-01 12/03/01 lB - 5 OF 11 INSTRUCTIONS TO BIDDERS Simultaneously with his delivery of the executed Contract, the successful bidder must deliver to the Town executed bonds in the amount of 100% of the accepted bid as a security for the faithfid performance of his Contract AND for the payment of all persons performing labor or furnishing materials in connection therewith, prepared on the Standard Form of Bond of the American Institute of Architects A-3tl and having as surety thereon such surety company or companies as are acceptable to the Town and as are authorized to transact business in the Sate of New York. Upon completion of the project, and prior to release of the Performance Bond, the Contractor shall execute and deliver to the Town a Maintenance Bond equal to 100% of the total Contract price, including all change orders. 16. INSURANCE The amounts, types and clauses to be included in the insurance required to be carried by the successful bidder and its contractors are listed in the contract attached. 17. WAIVER OF IMMUNITY Attention is directed to the statement of non-collusion required by Article 5A of the "General Municipal Law of the State of New York" concerning Waiver of Immunity and included in the attached proposal forms to be included with bid. 18. NON-COLLUSION "a. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own orga- nization, under penalty of perjury, that to the best of knowledge and belief: 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; Unless otherwise required by taw, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition." "b. A bid shall not be considered for a~vard nor shall any award be made where items a. 1, 2 and 3 above have not been complied with; provided, however, that if in any case the bidder SHAC Al-01 IB- 6 OF ll 12/03/01 I~ QP<OUP INSTRUCTIONS TO BIDDERS cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefor. Where items a. 1, 2 and 3 above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the political subdivision, public department, agency or official thereof to which the bid is made, or his designee, determines that such disclosure was not made for the purpose of restricting competition. The fact that a bidder: (a) has published price lists, rates or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items to other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of Subparagraph a. 1." "c. Any bid hereafter made to any political subdivision of the State or any public department, agency or official thereof by a corporate bidder for work or services performed or to be performed, or goods sold or to be sold; where competitive bidding is required by statute, rule, regulation or local law, and where such bid contains the certification referred to in Subdivision 1 of this section, shall be deemed to have been authorized by the Board of Directors of the bidder, and such authorization shall be deemed to include the signing and submission of the bid and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation." 19. BASIS OF AWARD The Contract will, at the discretion of the Town be awarded on the basis of competitive bids to the responsible bidder, who has submitted the lowest total LUMP SUM base bid price for any combination of items selected by Town, or the lowest total LUMP SUM base bid for any combination of items selected by Town plus any combination of alternate LUMP SUM bid prices for bidders proposing to meet an approved project schedule. It is the purpose of the ']'own not to award the Contract to any bidder who does not furnish satisfactory evidence that he is responsible and that he has sufficient capital, ability, experience and plant to enable him to prosecute the work successfully within the time frame stipulated, and to fulfill all the requirements of the Contract. 20. REJECTION OF BIDS The Town reserves the right to reject any or all bids, or to accept any bid should it deem it to be for its best interest so to do. Bids not prepared and submitted in accordance with the provisions of the Instructions to Bidders, and bids which are incomplete, conditional or obscure; or which contain additions not called for, erasures, alterations or irregularities of any kind, may be rejected as informal. SHAC Al-01 IB - 7 OF 11 12/03/01 INSTRUCTIONS TO BIDDERS 21. POWER OF ATTORNEY Attorneys in fact who sign contract bonds must file with each bond a certified copy of their power of attorney to sign said bonds. 22. VISIT TO SITE THE CONTRACTOR 1S REQUIRED TO VISIT THE WORK SITE PRIOR TO SUBMITTING HIS BID. A NOTORIZED LETTER MUST BE PRESENTED WITH THE BID TO VERIFY THIS AND IS TO BE INCLUDED IN ENVELOPE MARKED "QUALIFICATIONS OF BIDDER". 23. PLAN DEPOSITS Deposits for the RFP are non refundable. 24. CONSTRUCTION CONTRACT It is expressly understood and agreed that this agreement shall be deemed a "Construction" Contract and not a Contract for repair, alteration, addition or maintenance. It is further understood and agreed that loss or damage arising out of the nature of the work to be done under this Contract or from any unforeseen obstruction of difficulties which may be encountered in the performance of same, or from the action of the elements or any "acts of God", or from the public, or from encumbrances of acts or omissions on the part of the Contractor, Subcontractor, their employees, or agents in carrying out any of the requirements or provisions of this Contract shall be borne and assumed, by the Contractor. In addition, the Contractor agrees to protect and secure his xvork and to hold the Town harmless and without liability in the event of any loss or damage to same. The attention of Bidders is directed particularly to the contract provisions whereby the Contractor will be responsible for any loss or damage that may occur to the work or any part thereof during its progress and whereby the Contractor must make good any defects or faults in the work that may occur during the progress or within one (1) year after its acceptance. SHAC Al-01 IB- 8 OF 11 12/03/01 INSTRUCTIONS TO BIDDERS The Contractor shall provide for the continuation of the Performance Bond as a Maintenance Bond for one (1) full year after date of final payment request at the full contract price. The work is to be performed and completed to the satisfaction of the Owner's Architect/ Engineer and in substantial accordance with the specifications annexed hereto and the plans referred to therein. 25. EQUAL OPPORTUNITY During the performance of this Contract, the Contractor agrees as follows: The Contractor will not discriminate against any employee or applicant for employment because of race, creed, color or national origin. The Contractor will take affirmative action to ensure that that employees are treated during employment without regard to their race, creed, color or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising, layoffs or termination; rates of pay or other forms of compensation, and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the State Department of Labor setting forth the provisions of this non-discrimination clause. The Contractor will, in all solicitation or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other Contract or understanding, a notice to be provided by the State Department of Labor advising the labor union or workers, representative of the Contractor's commitments under this Section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor xvill comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. SHAC Al-01 12/03/01 IB-9OFll Ifl~ Gr2©©p INSTRUCTIONS TO BIDDERS In the event of the Contractor's noncompliance with the non-discrimination clauses of this Contract or with any such roles, regulations or orders, this Contract may be concealed, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government Contracts or Federally assisted construction contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include these provisions in every Subcontract or purchase order unless excepted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each Subcontractor or vendor. The Contractor will take such action with respect to any Subcontract or purchase order as the contracting agency may direct as means of enforcing such provisions including sanctions for non-compliance: Provided, however, that in the event of a Contractor becomes involved in, or is threatened with litigation with a Subcontractor or vendor as a result of such direction by the Department, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. During the performance of this Contract, the Contractor agrees to comply with all applicable regulations promulgated by the State Department of Labor and Federal Govermnent as appropriate of federally funded projects. The Contractor will provide all information and reports required by such regulations, orders and instructions issued pursuant thereto and will permit access to its books, records, accounts, other sources of information and its facilities as may be determined to be pertinent to ascertain compliance. A partial listing of applicable regulations and reporting requirements are contained herein. Selected excerpts are contained in an Addendum considered part of this contract. (1) Equal Employment Opportunity, Executive Order 11246, 8020.1, Appendix (2) Bid Conditions - Affirmative Action Requirements, U.S. Department of Labor (3) Payrolls and Basic Payroll Records of Contractors and Sub-Contractors (4) Monthly Employment Utilization Report, U.S. Department of Labor (5) Contractor's Certification - U.S. Department of HUD (6) Sub-Contractor's Certification - U.S. Department o£HUD (7) Payroll Form, WH-347, U.S. Department of Labor SHAC Al-01 IB - 10 OF ll 12/03/01 tt~ GI2OUI~ INSTRUCTIONS TO BIDDERS (8) Statement of Compliance, U.S. Department of HUD (9) Federal Labor Standards Provision, 6500.3, Exhibit 14 (10) Chapter 1V, Contractor's Responsibilities. (11) Requirements for Contractors, Rules & Regulations, Title 24, Part 135, Federal Register, 10/23/73. (12) Pre-Construction Checklist for Contractors, U.S. Department of HUD. (13) Contractors Section 3 Plan & Compliance Forms. 26. PAYROLL FORMS In accordance with Paragraph "A' of Subdivision 3-a Section 220 of the New York State Labor Law, the contractor shall submit, and shall cause each subcontractor through which the contractor performs any of its obligations hereunder to submit, to the Town a transcript of each original payroll issued by the contractor or the subcontractor, as applicable, with respect to work performed hereunder. Each such transcript must be received by the Town within thirty days after the relevant payroll is issued and shall be subscribed by a duly authorized officer of the contractor of subcontractor, as applicable, in the following manner: "The undersigned, a duly authorized officer of [name of contractor or subcontractor] does hereby certify as true this transcript of the corporation's original payroll record dated _, for the pay period beginning __ and ending __ , and relating to all work or materials furnished during such period in connection with the [Identify Contract], and hereby affirms said transcript as true, under penalties of perjury, pursuant to Labor Laxv § 220(3-a)(a) and Penal Law § 210.45." 27. LABOR RATES The Contractor shall pay not less than the minimum hourly wage rates on this Contract as established in accordance with Section 220 of the Labor Law, as shown in the Wage Schedule and Prevailing Rate Schedule, either shown in Attachment I or the current prevailing rates paid at the time of construction. SHAC Al-01 IB- 11 OF 11 12/03/01 I~/~t QIV©UP GENERAL CONDITIONS 1.0 - SCOPE The work included under this contract consists of furnishing all engineering, design materials, labor and equipment necessary to construct and complete the building in accordance with the RFP and attachments. 2.0 - GENERAL CONDITIONS The GENERAL CONDITIONS are hereby made a part of these specifications and are attached herein. Where any article of the GENERAL CONDITIONS is supplemented hereby, the provisions of such article shall remain in effect. All the supplemental provisions shall be considered as added thereto. Where any such article is amended, voided or superseded thereby, the provisions of such article not so specifically amended, voided or superseded shall remain in effect. Work, materials, plant, labor and other requirements of the General Conditions shall be furnished by the Contractor. No direct payment shall be made for these General Conditions, and payment shall be deemed to be included in the contract price of various items of the entire contract. 3.0 - CONTRACT DOCUMENTS The contract documents include, but are not limited to, the GENERAL CONDITIONS, SPECIFICATIONS, PLANS, PROPOSAL, CONTRACT and other attachments and sections, sections as either cited in the RFP on the Index page(s) or actually included in the bound documents. Each section of the contract documents is intended to be complementary to the other sections. It is intended that they include all items of labor and materials and everything required and necessary to complete the work, even though some items of work or materials may not be particularly mentioned in every section or may have been inadvertently omitted from the drawings or specifications, or both. Where any article of the GENERAL CONDITIONS is supplemented hereby, the provisions of such articles shall remain in effect. All the supplemental provisions shall be considered as added thereto. Where any such article is amended, voided, or superseded thereby, the provisions of such article not so specifically amended, voided, or superseded shall remain in effect. SHAC Al-01 GC- 1 ofll 10/18/01 tt~/~ C~F~OU P GENERAL CONDITIONS 4.0 - APPROVAL OF SUBCONTRACTORS AND MATERIALS Prior to commencing any work under this contract, the Contractor shall submit to the Owner for approval a list of all the subcontractors and material suppliers it proposes to use for this contract. No subcontractor or material supplier will be permitted to deliver materials or perform any xvork on this contract until it has been approved by the Owner. 5.0 - NO DIRECT PAYMENT No direct payment will be made for work done and for materials furnished under these GENERAL CONDITIONS of the contract, but compensation shall be deemed to have been included in the contract price of the entire work. 6.0 - WORKMANSHIP It is the intent of these specifications to describe definitely and fully the character of materials and workmanship required with regard to all ordinary features, and to require first class work and materials in all particulars. For any unexpected features arising during the progress of the work and not fully covered herein, the specifications shall be interpreted by the Owner to require first class work and materials and such interpretations shall be accepted by the Contractor. 7.0 - COOPERATION The Contractor, and all their subcontractors shall coordinate their xvork with all adjacent work and shall coordinate with all other trades so as to facilitate the general progress of the work. Each trade shall afford all other trades every reasonable opportunity for the installation of their work and for the storage of their material. 8.0 - INSPECTION The Contractor shall, at all times, provide convenience of access and safe and proper facilities for the inspection of all parts of the work. No work, except such shop work as may be so permitted, shall be done except in the presence of the Owners Representative or his assistants. The Contractor shall notify the Owner 24-hours in advance as to when he intends to start or resume the work. No materials of any kind shall be used upon the work until it has been inspected and accepted by the Owner; all materials rejected shall be immediately removed from the work and not again offered for inspection. SHAC Al-01 GC- 2 of 11 10/18/01 I~/~t Qr~oup GENERAL CONDITIONS Any materials or workmanship found at any time to be defective shall be remedied at once, regardless of previous inspection. The inspection and obserYation of the work by the Owner is intended to aid the Contractor in applying labor and materials to and in accordance with the specifications, but such observations shall not operate to release the Contractor from any of his contract obligations. 9.0 - LABOR All cor~tractors and subcontractors employed upon the work shall and will be required to conform to the Labor Laws of the State of New York and the Federal Government and 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. 10.0 - PERMITS AND REGULATIONS The Contractor shall file for and obtain all permits (this includes applications and permits with utility companies) for the project. The Owner shall pay all fees associated with filing for the building permit. The contractor shall apply for and pay for all other permits necessary to conduct the work and complete: this contract. The Contract G shall file for and obtain the Certificate of Occupancy. All work shall be performed in strict accordance with the regulations and requirements of the various civil 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 Owner with any necessary certificates of approval issued by these various agencies. 11.0 - INTERPRETATION OF DRAWINGS, ETC. In the event of discrepancies between the dra~vings and the specifications, the following order shall be given preference when making interpretations: A. Addenda (later dates to take precedence over earlier dates) B. Detailed Specifications C. Drawings (schedules or notes to take precedence over other data shown on drawings) D. General Conditions On all plans, drawings, etc., the figure dimensions shall govern in the case of discrepancy between the scales and figures. SHAC Al-01 GC- 3 of 11 10/18/01 GENERAL CONDITIONS The Contractor shall take no advantage of any error or omission in the plans, or of any discrepancy between the plans and specifications, and the Owner shall make such interpretations as may be deemed necessary for the fulfillment of the intent of the specifications and the plans as construed by him, and his decision shall be final. All work that may be called for in the specifications and not shown on the plans, or shown on the plans and not called for in the specifications, shall be furnished and executed by the Contractor as if designated in both. Should any work or material be required which is not denoted in the plans and specifications, either directly or indirectly, but which is necessary for the proper carrying out of the intent thereof, it is understood and agreed that the same is implied and required, and that the Contractor shall perform such work and furnish such materials as if they were completely delineated and described. 12.0 - ADDITIONAL WORK Additional work, if required to be performed under this contract, will be in accordance with the applicable paragraphs of the contract. The Owner shall be the sole judge as to whether such work was intended as part of the contract or is in addition thereto. 13.0 - OCCUPATIONAL SAFETY AND HEALTH ACT The Contractor shall meet all standards of Occupational Safety and Health Act of 1970 (OSHA 1970) and subsequent revisions. This shall include, but not be limited to, the following areas: sanitation, noise, radiation, gases, vapors, fumes, mists, dust, illumination, ventilation, protective equipment, fire protection, waste disposal, electrical hazards, scaffolds and ladders, floor holes and wall openings, and heavy equipment. All specific requirements of OSHA 1970 shall be adhered to. 14.0 - SAFETY PROVISIONS The Contractor shall take every precaution and shall provide such equipment and facilities as are necessary or required for the safety of its employees. In case of an accident, first aid shall be administered to any who may be injured in the progress of the work. In addition, the Contractor shall be prepared for the removal to the hospital for treatment of any employee either seriously injured or ill. 15.0 - SANITARY REGULATIONS In addition to compliance with OSHA 1970, Contract G shall erect and maintain necessary sanitary conveniences for the use of employees on the work. Such conveniences shall be properly secluded from observation, and their use shall be strictly enforced. Such sanitary conveniences shall be constructed in compliance with all laws, ordinances and regulations SHAC Al-01 GC- 4 of 11 10/18/01 GENERAL CONDITIONS governing these facilities. The contents of same shall be removed with sufficient frequency to prevent nuisance, and disposed of to the satisfaction of the Owner. The Contractor shall obey and enforce such other sanitary regulations and orders and shall take such precautions against infectious diseases as may be deemed necessary. In case any infectious diseases occur among its employees, it shall arrange for the immediate removal of the patient from the work and his isolation from all persons connected with the work, The building of shanties or other structures for housing the men, tools, machinery or supplies will be permitted only at approved places, and the sanitary condition of the grounds in and at such shanties or other structures must, at all times, be maintained in a satisfactory manner. 16.0 - TEMPORARY ENCLOSURES Contract G shall provide temporary weather-tight and insulated enclosures for all exterior openings as soon as walls and roof are built so as to protect all work from the weather. 17.0 ~ TEMPORARY LIGHT, WATER, ETC. Contract E shall provide a temporary electric service as well as temporary light and power complete with all wiring, lamps and similar equipment as required for the completion of work. The Owner will pay for all current used. Contract P shall provide a temporary water service complete with all piping, fittings and similar equipment as required for the completion of work. The Owner will pay for all water used. Contract G shall provide and maintain proper ambient temperature and humidity required by manufacturers' instructions for all applied finishes or work, for each material or application unless building system is approved, tested and operational for this use. Maintain environmental requirements prior to, during and after installation or application. 18.0 - TEMPORARY SHEDS (FOR STORAGE) The Contractor shall provide and maintain on the premises, as required, 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. The Contractor shall be responsible for all stored materials or equipment. 19.0 - TEMPORARY STAIRS, LADDERS, RAMPS, RUNWAYS AND HOISTS The Contractor shall furnish and maintain all equipment, such as temporary compressors, generators, heaters, fences, stairs, ladders, ramps, scaffolds, hoists, runways, derricks, chutes, elevators, etc., as required for the proper execution and completion of the work. All such apparatus, equipment and construction shall meet all requirements of the Labor Laws and other state or local laws applicable thereto. SHAC Al-01 GC- 5 of II 10/18/01 l~/~ GI~OUP GENERAL CONDITIONS 20.0 - SCAFFOLDING All scaffolds shall be built in accordance with the requirements of all state and local laws and regulations. The Contractor shall provide exterior and interior scaffolding as required The Contractor shall allow other contractors and subcontractors hired by the Owner to use scaffolds provided. All scaffolds shall be built in accordance with the requirements of all state and local laws and regulations. The Contractor shall submit to the Owner's Representative, a scaffold design for review. The scaffold shall be designed by an Engineer, experienced in scaffold design, and licensed in New York State and the scaffold design submittal must be signed and sealed by the Engineer responsible for the design. 21.0 - PROPER METHOD OF WORK AND PROPER MATERIALS The Owner's Representative shall have the power in general to direct the order and sequence of the work, which shall be such as to permit the entire work under this contract to be begun and to proceed as rapidly as possible, and such as to bring the several parts of the work to a successful completion at about the same time. If at any time before the commencement or during the progress of the work, the materials and appliances used or to be used appear to the Owner as insufficient or improper for assuring the quality of work required, or the required rate of progress, he may order the contractors to increase their efficiency or to improve their character, and the failure of the Owner to demand any increase of such efficiency or improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress specified. During freezing or inclement weather, no work shall be done except such as can be done satisfactorily and in a manner to secure first class construction throughout. All work shall be done in such a manner as will properly protect and support existing permanent structures, pipe lines, benchmarks, etc. 22.0 - SIGNS No signs or advertisements will be allowed to be displayed unless a permit is obtained and the sign is approved by the Owner. 23.0 - GRADES, LINES, LEVELS AND SURVEYS A. A benchmark for building layout shall be established by the Owner. B. The major axial building lines, measurements, grades and lines established by Contract G SHAC Al-01 GC- 6 of ll 10/18/01 shall be GENERAL CONDITIONS C. All other grades, lines, elevations and benchmarks shall be established and maintained by the Contractor who shall be responsible for same. D. 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 above to the Owner before commencing work. E. The Contractor shall provide and maintain well-built batterboards at all comers, and he shall establish benchmarks in not less than two widely separated places. As the work progresses, he shall establish benchmarks at each floor, giving exact levels of the various floors. F. As the work progresses, Contract G shall layout (on the forms or rough flooring) the exact location of all partitions as a guide to all trades that may be hired by the Owner to perform Work. 24.0 - RESPONSIBILITY OF THE DESIGN TEAMS ARCHITECT/ENGINEER AND CONTRACTOR DURING CONSTRUCTION The Owner's Representative is responsible solely for the general and/or detailed observation of the work being performed. Such observation will be periodic and strictly to assure conformance of the Contractor with the plans and specifications, such that the end product will conform to the plans and specifications. The Contractor is responsible for complete conformance to the plans and specifications, proper construction procedures; coordination with subcontractors, other contractors and utilities, and safe working conditions for its employees. 25.0 - CONTRACTOR'S REPRESENTATIVE The Contractor shall employ a competent superintendent who shall be in attendance at the job site during the entire duration of the project and who shall be responsible for coordinating the work with all contractors and who shall be responsible for security of the building and for opening and/or unlocking temporary and/or permanent doors. The superintendent shall follow without delay alt instructions of the Owner's Representative or his assistants in the prosecution and completion of the work in conformity with this contract, and shall have full authority to supply labor and material immediately. The Contractor shall also have a competent representative available to receive: telephone messages and provide a reasonable reply as soon as possible, but not later than 24 hours. 26.0 - GENERAL PROTECTION The Contractor shall place a sufficiency of red lights on or near any work accessible to the public and keep them burning sunset to sunrise. He shall erect suitable railings or barriers, and shall provide watchmen on the work by day or night, as required and deemed necessary for the safety of the work on public or adjoining property. SHAC Al-01 GC- 7 of 11 10/18/01 I~ GF~©U P GENERAL CONDITIONS The Owner reserves the right to remedy any neglect on the part of any Contractor as regards the protection of the work which may come to its attention, after 24-hour notice in writing; except that in cases of emergency, it shall have the right to remedy any neglect without notice, and in either case to deduct the cost of such remedy from money due the Contractor. 27.0 - PROTECTION OF WORK The Contractor shall protect materials and work from deterioration and damage. All work of whatever kind which, during its progress or before it is finally accepted, may have become damaged from any cause, shall be removed and replaced by good and satisfactory work. The Contractor shall bear and sustain all damage of every name and nature resulting from the work or resulting to the work during its progress, from any cause whatsoever, and shall save the Owner harmless in all things and free from loss resulting from any act or omission on the part of said Contractor, subcontractor, his agents or employees. The Contractor shall take particular care of all finished work which shall, at all times, be covered and thoroughly protected from injury and defacement, and he shall cover all structures whenever they are liable to be damaged by the weather, wind or other elements. 28.0 - PROTECTION OF EXISTING WORKS All existing structures, including piping, utilities, fencing, landsaping or any other items in this area or on Owners property near the proposed construction, shall be protected against damage as may be required by the Design Team Architect/Engineer or the Owner. The Contractor shall be responsible for any damage to the existing works and appurtenances during construction operations. Such damage shall be corrected by replacing the items damaged to their original condition and position at the Contractor's cost and expense, to the satisfaction of the Owner, and the Contractor shall indemnify and hold harmless the Owner for any and all losses which the Owner may sustain by reason of such damage to the premises. 29 - SCHEDULE OF VALUES Before the first partial payment under this contract becomes due, the Contractor shall prepare a Schedule of Values which totals the amount of the contract, and submit it to the Owner for approval. The Contractor shall make such revisions as may be required to make this Schedule conform to the true valne of work as jointly agreed upon by the Owner and the Contractor. 30.0 - INCOMPETENT EMPLOYEES The Contractor shall employ only competent, skilled and faithful workers to do the work. Upon request of the Owner in writing, the Contractor shall suspend or discharge from the work any disobedient, disorderly or incompetent person or persons employed thereon, and will not again employ any person so suspended or discharged without the consent of the Owner. SHAC Al-01 GC - 8 of 11 10/18/01 !~/~ GF~OU P GENERAL CONDITIONS This requirement shall not be made on the basis of any claim from compensation or damtiges against the Owner or any of its officers or agents. 31.0 - CLAIMS OR PROTESTS If the Contractor considers any work required of it to be outside the requirements of the contract or considers any record or ruling of the Owner or Inspectors as unfair, it shall ask for written instructions or decisions immediately, and then file a written protest with the Owner against the same within five (5) days thereafter, or be considered as having accepted the record or ruling. 32.0 - NOTIFICATION, INTERFERENCE AND INJURY TO UTILITIES The Contractor shall cooperate in every way with the utility companies. All excavation shall be done in compliance with Article 36 of the General Business Law and notices given as provided by CLS General Business Law, Part 761. All conduits, water mains and gas mains encountered in the construction shall be properly and safely taken care of by the Contractor, who shall, upon encountering same, notify the public corporation to whom they belong, in order that they may be changed in such a manner as not to interfere with the final construction. In case any damage shall result to any service pipe for water or gas, or any private or public sewer or conduit, by reason of negligence on the part of the Contractor, the Contractor shall, without delay and at its own expense, repair the same to the satisfaction of the Owners Representative. If such repairs are not made promptly or satisfactorily, the Owner may have the repairs made by another contractor, or other,vise, and deduct the cost of same from any monies due or to become due the Contractor. 33.0 - INFRINGEMENT OF PATENTS The Contractor further agrees to hold itself responsible for any claims made against the Owner for any infringement of patents by the use of patented articles in any one phase of construction of the work and the completion of same, or any process connected with the work agreed to be performed under this contract or of any materials used upon the said work, and to save harmless and indemnify the Owner from all costs, expenses and damages which the Owner shall be obliged to pay by reason of any infringement of patents used in the construction and completion of the work. 34.0 - CASH ALLOWANCE SHAC AI-01 GC- 9 of 11 10/18/01 I~M, QF~OU P GENERAL CONDITIONS The Owner reserves the right to deduct any or all cash allowance hereafter mentioned and purchase such material referred to, delivering same to the Contractor who shall install same complete. The Contractor will be reimbursed when these allowances are exceeded or will be required to give a deduction when the pumhases do not equal the allowm~ces. Cash allowances referred to do not include installation unless specifically mentioned, but the Contractor shall be required to install same, 35.0 - CLEANING UP All Contractor's shall place all debris and rubbish accumulating form their work as fast as it accumulates during the course of construction in dumpsters provided by Contract G. Contract G shall have the dumpsters emptied as soon as soon as they are filled. Contract G shall on a weekly basis or more often as deemed necessary by the Owner, and at the time of final inspection by the Owner, thoroughly clean the building and leave the premises in a clean, presentable condition including, but not limited to, the following items: Removal of all trash, garbage and packaging materials. General broom cleaning. Clean all floors and surfaces of spots, paint, stains, marks, etc. Remove marks, stains, fingerprints, dust, dirt and other soil from painted and other finished surfaces. 36.0 - PLANS AND SPECIFICATIONS This Contractor will be furnisbed three (3) sets of the RFP. furnished at cost of reproduction. Additional sets will be 37.0 - NO INTERFERENCE TO NORMAL OPERATIONS During all construction under this contract, the normal operations of the Owner will have to continue unless arranged other,vise between the Contractor and the Owner. The Contractor shall exercise extreme care not to interfere with these operations as he will be held responsible for any interference with the owners operations. 38.0 - IDENTIFICATION OF UTILITIES The Contractor shall be responsible for locating and protecting all existing utilities, services and facilities whether or not indicated on the Contract Drawings. The Contractor shall contact all utilities, suppliers, manufacturers, public agencies and private services for the proper mark-out and identification of all underground utilities and services. The Contractor shall identify and mark out existing owner-installed underground utilities and services which were not previously marked out. SHAC Al-01 GC - 10 of 11 10/18/01 GENERAL CONDITIONS All underground utilities and services damaged shall be repaired or restored to a pre- existing or specified condition. 39.0 - DAMAGES All damage, direct or indirect, of whatever nature resulting from either the perfomaance of, or resulting to, the work under this contract during its progress from whatever cause, shall be borne and sustained by the Contractor, and all work shall be solely at its risk until the date of the final payment request, as approved by the Owner's Representative. 40.0 - GUARANTEE/WARRANTY The Contractor shall guarantee and warrant its work and that of its subcontractors against defects in workmanship and/or material for a period of one (1) year from the date of final payment request, as approved by the Owner's Representative, except as otherwise specified. Upon written notification from the Owner, the contractor shall repair, replace or reconstruct such defects to the satisfaction of the Owner, at no cost to the Owner. 41.0 - STANDARDIZATION The Detailed Specifications indicate specific manufacturers and/or catalog numbers, etc., for the purpose of standardization within the Owner in order to minimize stockpiling of replacement parts. 42.0 - DEFINITIONS The words "or approved equal" as hereinafter used shall refer to the use of an equal product that has received prior approval by the Owner. The word "Owner" refers to the Town of Southold or its designated representative. The word "Town" refer to the Town of Southold. The word "Design Team Architect / Engineer" refers to the contracted Architect / Engineer who is part of the Design / Build Team. The word "Owners Representative" refers to the representative designated by the Owner. The words "Contractor" or other "Prime Contractor" shall refer to the "Contract G - General Construction Work" or any other prime contractor for Contract H - Heating, Ventilating and Air Conditioning Work, Contract P - Plumbing Work, and Contract E - Electrical Work. SHAC Al-01 GC- 11 of 11 10/18/01 SUPPLEMENTARY GENERAL CONDITIONS The following supplements modify, change, delete from or add to the "General Conditions of the Contract for Construction". Where any Article is modified or any paragraph, subparagraph or clause thereof is modified or deleted by these supplements, the unaltered provisions of that Article, paragraph, subparagraph, or clause shall remain in effect. ARTICLE I through ARTICLE 41 No Changes. ARTICLE 42 - INSURANCE AND BONDS a. Contractors Liability Insurance. In the first line following the "maintain", insert words, "in a company or companies licensed to do business in the state in which the project is located." ADD: Liability insurance shall include all major divisions of coverage and be on a comprehensive basis including: (1) (2) (3) (4) (5) (6) Premises - Operations Independent Contractors Protective. Products and Completed Operations. Contractural - including specified provision for the Contractor's obligations. Owned, non-owned, and hired motor vehicles Broad form coverage for property damage. ..... The Contractor shall furnish insurance with the following minimum limits: Workers' Compensation State and Federal: Statutory Employer's Liability: $ 100,000. Comprehensive General Liability (Including Premises - Operations; Independent Contractor's Protective; Products and Completed Operations; Broad form Property Damage): a. Bodily Injury: $ 1,000,000 Each Occurrence; $ 1,000,000 Aggregate, Products and Completed Operations. b. Property Damage: $ 3,000,000 Each Occurrence; $ 3,000,000 Aggregate. c. Products and Completed Operations Insurance shall be maintained for a minimum period of one year after final payment and contractor shall continue to provide evidence of such coverage to the Town on an annual basis during the Aforementioned period. SHAC A1-0I SGC- 1 of 2 12/04/01 SUPPLEMENTARY GENERAL CONDITIONS d. Property Damage Liability Insurance shall include coverage for the following hazards: C (collapse), U (underground). e. Contractual Liability (Hold Harmless Coverage): f. Personal Injury, with Employment Exclusion deleted: $ 1,000,000 Aggregate. Comprehensive Automobile Liability (owned, non-owned, hired): a. Bodily Injury: $1,000,000 Each Person; $ 3,000,000 Each Accident b. Property Damage: $ 3,000,000 Each Occurrence Additional Insurance a. Excess Umbrella: $5,000,000 ARTICLE 43 through ARTICLE 50 No Changes. END OF SECTION SHAC A1-0l SGC-2of2 12/04/0 l PROPOSAL TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK The undersigned, as Bidder, declares that the only persons, company or parties interested in the Proposal as principals are named herein; that he has carefully examined the annexed Form of Contract, and the Plans and Specifications therein referred to; that he has made a personal examination of the site of the proposed work and such investigations as are necessary to determine the character of the materials to be encountered, and he proposes and agrees that if this Proposal is accepted, he will contract with the Town of Southold, New York, to provide the necessary machinery, tools, apparatus and other means of construction, and all materials and labor called for by the said Contract, RFP, Plans and Specifications, or necessary to complete the work in the manner and within the time set forth in said Contract, RFP, Plans and Specifications, for the prices set forth in the following Form of Proposal: Signed By Signature SHAC Al-01 PA-1 OF 1 12/04/0 ! PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (Written in Words): ($ ITEM lB - DESIGN AND ENGINEERING (Written m Words): ($ ITEM lC - GENERAL REQUIREMENTS (Writteo in Words): ($ ITEM ID INDEPENDENT TESTING SERVICES Written in Words): ($ ITEM 1E - PROJECT SUPERVISION Written in Words): ($ ITEM 2 DIVISION 2- SITE WORK Written in Words): ($ ITEM 3 -- DIVIS1ON 3 - CONCRETE WORK Written in Words): ($ ITEM 4 - DIVISION 4 - MASONRY WORK Written in Words): ($ ITEM 5 - DIVISION 5 - METALS Written in Words): ($ ITEM 6 - DIVISION 6 - WOOD AND PLASTICS Written in Words): ($ ITEM 7 - DIVISION 7 - THERMAL & MOISTURE PROTECTION Written in Words): ($ ITEM 8 - DIVISION 8 ~ DOORS & WINDOWS Written in Words): ($ ITEM 9 - DIVISION 9 - FINISHES Wriiten in Words): ($ ITEM 10 - DIVISIONS 10 -- 14 Written in Words): ($ ITEM 11 o PROJECT CLOSEOUT Written in Words): ($ ITEM 12 - AS-BUILT DRAWINGS Writlen in Words): ($ TOTAL BASE BID (ITEMS lA THRU 12) (Written in Words): SHAC Al-01 P-BG (1 OF 4) l 2/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All xvork included nnder this heading shall be subject to the general conditions of the project. All construction, workmanship and fin:ishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follo~vs: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES , Alternate Number Description of Alternate Cost (State whether alternate is to be added or deducted from the base bid cost) ^lternate# NONE $ CLEARLY IDENTIFY IF THE ALTEI~NATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BG (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF 'FILE WORK. TIlE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY TIlE TOWN. THE TOWN RESERVES TtfE RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT SttALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN tN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( ) CALANDER DAYS. Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN 'Fill! TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER TItE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BG (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: BIDDER'S ADDRESS: SIGNED BY: DATE: TITLE: TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPI,Y AS SOON AS POSSIBLE BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: ( ) NIGHT: ( ) FAX: ( FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 12/03/01 P-BG (4 OF 4) PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form, EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (Written m Words): ($ ) ITEM lB - DESIGN AND ENGINEERING (Written in Words): ($ ) ITEM 1C - GENERAL REQUIREMENTS (Written ill Words): (S ) ITEM 1D - PROJECT SUPERVISION (Written m Words): (S ) ITEM 2 DIVISION 15- MECHANICAL EQUIPMENT (Written in Words): (S ) ITEM 3 - DIVISION 15 - CONTROLS (Written in Words): (S ) ITEM 4 - DIVISION 15 - ALL OTHER MECHANICAL 1TEMS (Written in Words): ($ ) ITEM 5 - PROJECT CLOSEOUT (Written in Words): ($ ) ITEM 6 - AS-BUILT DRAWINGS (Written in Words): ($ ) TOTAL BASE BID (ITEMS lA THRU 6) (Written in Words): ($ ) ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the spec i fications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the folloxving Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. SHAC Al-01 P-BH (1 OF 4) 12/03/0 l PROPOSAL TOWN OF SOUTHOLD ANIMAl, SttELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or type~vriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so ~vill result in disqualification of the bidder. ALTERNATES Alternate Number Description Df Alternate Cost (State whether alternate is to be added or deducted I¥ora the base bid cost) Ahemate # H-I Design, detail and install a central air conditioning system for all office area between column lines 6 and 7. $ Alternate # H-2 Design, detail and install a central air conditioning system for center work areas between colunm lines 2.5 and 4. $ Alternate # H-3 Design, detail and install a central air conditioning system for interior kennel areas. $ Alternate # H-4 Design, de"ail and install a central air conditioning system for entire building, excluding mechanical room. The office area between column lines 6 and 7, the center work areas between column lines 2.5 and 4, and the kennel areas shall independently be controlled. Alternate # H-5 Eliminate base bid radiant slab heating system for office area between column lines 6 and 7. Design, detail and install a forced air heating system for same area. Alternate # H-6 Design, detail and install a central air conditioning system for all office areas between column lines 6 and 7 if alternate H-5 $ alternate fi)r forced air heating is selected. Alternate # H-7 Eliminate base bid radiant slab heating system for entire building and design, detail and install a forced air heating system for all interior spaces. The office area between column $ lines 6 and 7, the center work areas between column lines 2.5 and 4, and the kennel areas shall independently be controlled. Alternate # H-8 Design, de'ail and install a central air conditioning system for entire building if alternate H-7 alternate for forced air heating is selected. The office area between column lines 6 and 7, the $ center work areas between column lines 2.5 and 4, and the kennel areaj shall independently be controlled. CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount o£certified check or bond to be 5% o£TOTAL AMOUNT BASE BID excluding alternates. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BH (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. THE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY THE TOWN. THE TOWN RESERVES THE RIGttT 'FO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERn. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SttEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( ) CALANDER DAYS. Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES TttE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT TIlE WORK IS NOT COMPLETED WITtlIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR 1S REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BH (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT H - HVAC DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANIZARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: BIDDER'S ADDRESS: SIGNED BY: DATE: TITLE: TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: ( ) NIGHT: ( ) FAX:( ) FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 12/03/01 P-BH (4 OF 4) PROPOSAL TOWN OF SOUTHOLD AN1MAL SHELTER BU1LDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMB1NG DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualilication of the bidder. ITEM IA - BONDS AND INSURANCES (Writteu in Words): ITEM lB - DESIGN AND ENGINEERING (Written m Words): ($ ITEM lC - GENERAL REQUIREMENTS (Written iu Words): ($ ITEM 1D - PROJECT SUPERVISION (Written in Words): ITEM 2A - DIVISIONS 2 & 15 - WATER SERVICE (Writteu in Words): ($ ITEM 2B - DIVISIONS 2 & 15 - SANITARY SYSTEM (Written in Words): ($ ITEM 3A - DIVISION 15 PLUMBING FIXTURES AND SPECIALTIES (Written in Words): ($ ITEM 3B - DIVISION 15 - ALL OTHER PLUMBING ITEMS (Written in Words): ITEM 4 - PROJECT CLOSEOUT (Written itl Words): ($ ITEM 5 - AS-BUILT DRAWINGS (Wriilen in Words): ($ TOTAL BASE BID (ITE[~S lA THRU 5) (Written in WOrds): SHAC Al-01 P-BP (1 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost. Failure to clearly state same will be grounds for disqualification of the bidder. All work included under this heading shall be subject to the general conditions of the project. All construction, xvorkmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees that should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored l~'or a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Alternate Cost (State wbether alternate is to be added or deducted from the base bid cost) ^ te nate. NONE $ CLEARLY IDENTIFY IF THE ALTERNATE 1S AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is e:~tempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 12/03/01 P-BP (2 OF 4) PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OE ITEMS OR PORTIONS OF THE WORK. TlfE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY TIlE TOWN. THE TOWN RESERVES TIlE RIGHT TO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTtt WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SIfALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS TO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. THE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DES1GN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( ) CALANDER DAYS. Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). BIDDER FURTHER, AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT THE WORK IS NOT COMPLETED WITHIN THE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WITHIN FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BP (3 OF 4) 12/03/0 l PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT P - PLUMBiNG DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANq:JARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO. DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: BIDDER'S ADDRESS: SIGNED BY: DATE: TITLE: TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY: ( ) NIGHT: ( ) FAX: ( ) FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 P-BP (4 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD AN1MAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ITEM lA - BONDS AND INSURANCES (Written in Words): ($ ) ITEM lB - DESIGN AND ENGINEERING Written in Words): ($ ) ITEM lC GENERAL REQUIREMENTS Written in Words): (S ) ITEM 1D - PROJECT SUPERVISION Written in Words): (S ) ITEM 2 - DIVISION 16 - ELECTRICAL SERVICE AND PANELS AND TVSS Written in Words): (S ) ITEM 3 DIVISION 16- LIGHTING Written in Words): ($ ) ITEM 4 - DIVISION 16 - POWER AND DISTRIBUTION Written in Words): ($ ) ITEM 5 - DIVIS1ON 16 - ALL OTHER ELECTRICAL ITEMS Written in Words): (S ) ITEM 6 - PROJECT CLOSEOUT Written in Words): ($ ) ITEM 7 - AS-BUILT DRAWINGS Written in Words): ($ ) TOTAL BASE BID (ITEMS 1A THRU 7) ' ~ (Written in Words): ($) SHAC Al-01 P-BE (1 OF 4) t2/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 ALTERNATES: The contractor shall clearly state whether cost indicated is to be added to or deducted from the base bid cost~ Failure to clearly state same will be grounds for disqualification of the bidder. All xvork included under this heading shall be subject to the general conditions of the project. All construction, workmanship and finishes required by the alternates shall be as specified in the applicable sections of the specifications manual. The undersigned proposes and agrees that should the following alternates be accepted and included in the contract, the amount of the TOTAL BASE BID will be revised as follows: The undersigned further agrees thai should the following Alternates be accepted, the alternate bid prices indicated shall be held and honored for a period of six months from the date of contract signing. Note: The bidder is asked to use either black ink or typewriter (black ribbon) in completing this proposal form. EACH LINE ITEM COST AMOUNT, PROJECT ALTERNATES AND THE PROPOSED COMPLETION DATE MUST BE PROVIDED. Failure to do so will result in disqualification of the bidder. ALTERNATES Alternate Number Description of Alternate Cost (State whether alternate is to be added or deducted from the base bid cost) Alternate # E-1 Increase of service from 400A to 600A 120/208 Vac, 3 phase 4 wire. New distribution panel rated at 600 A. $ Alternate # E-2 Design, deatail and install a complete fire alarm system for the entire building. $ CLEARLY IDENTIFY IF THE ALTERNATE IS AN ADD OR DEDUCT. * Amount of certified check or bond to be 5% of TOTAL AMOUNT BASE BID excluding alternate price. Note: The Town of Southold is exempt from Federal, New York State and local taxes. TOTAL AMOUNT OF BID shall be exclusive of all taxes. SHAC Al-01 P-BE (2 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC A1-01 THE TOWN RESERVES THE RIGHT TO AWARD ANY INDIVIDUAL ITEMS COMBINATION OF ITEMS OR PORTIONS OF THE WORK. TIlE BIDDER AGREES TO PERFORM WORK FOR INDIVIDUAL ITEMS SELECTED BY TltE TOWN. Tile TOWN RESERVES TIlE RIGHT 'FO REJECT ANY AND ALL BIDS. AMOUNT SHALL BE SHOWN IN BOTH WORDS AND FIGURES. IN CASE OF DISCREPANCY, THE AMOUNT SHOWN IN WORDS WILL GOVERN. THE BIDDER SHALL NOT AMEND, ALTER OR ADD TO THE PROPOSAL SHEETS. ANY REVISIONS 'FO THE PROPOSAL BY THE CONTRACTOR MAY RESULT IN BID REJECTION. BIDDER TO COMPLETE THE FOLLOWING THE BIDDER HEREBY AGREES TO COMMENCE WORK UNDER THIS CONTRACT ON OR BEFORE MARCH 1, 2002 AND COMPLETE THE DESIGN AND MAKE SUBMISSION TO THE OWNER BY APRIL 17, 2002. TIlE BIDDER FURTHER AGREES TO FULLY COMPLETE THE DESIGN AND CONSTRUCTION OF THE NEW BUILDING WITHIN ( ) CALANDER DAYS, Number of Days Number of Days Written in Words (FROM THE DATE OF CONTRACT SIGNING). B1DDER FURTHER AGREES TO PAY AS LIQUIDATED DAMAGES THE SUM OF FIVE HUNDRED ($500.00) FOR EACH CONSECUTIVE CALENDAR DAY THEREAFTER THAT TIlE WORK IS NOT COMPLETED WITHIN TtlE TIME FRAME ENTERED ABOVE. UPON RECEIPT OF WRITTEN NOTICE OF THE ACCEPTANCE OF THIS BID, THE BIDDER WILL EXECUTE A FORMAL CONTRACT WITH THE OWNER AND DELIVER THE REQUIRED INSURANCE COVERAGE AND SURETY BONDS WlTH1N FIVE (5) DAYS THEREAFTER. THE BIDDER AGREES THAT THE BID SHALL BE GOOD AND MAY NOT BE WITHDRAWN FOR A PERIOD OF FORTY FIVE (45) CALENDAR DAYS AFTER THE SCHEDULED CLOSING TIME FOR RECEIVING BIDS. THE CONTRACTOR IS REQUIRED TO VISIT THE SITE FOR A FIELD SURVEY TO VERIFY THE SCOPE OF WORK PRIOR TO BID SUBMISSION. SHAC Al-01 P-BE (3 OF 4) 12/03/01 PROPOSAL TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING SUFFOLK COUNTY, NEW YORK CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION BID DATE: THURSDAY, JANUARY 17, 2002, 10:00 AM PROJECT NO. SHAC Al-01 THE UNDERSIGNED HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA (IF ANY): ADDENDUM NO, DATED THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO AWARD THIS CONTRACT TO OTHER THAN THE LOW BIDDER. THE CONTRACTOR IS TO PROVIDE FULL TIME SITE SUPERVISION FOR HIS OR HER STAFF, SUBCONTRACTORS AND SUPPLIERS FOR THE DURATION OF THE CONSTRUCTION OF THIS PROJECT. A QUALIFIED SITE SUPERVISOR MUST HAVE THE AUTHORITY TO REPRESENT AND MAKE DECISIONS FOR HIS OR HER COMPANY WITH REGARDS TO THE SUBJECT JOB, MUST BE ABLE TO GIVE GUIDANCE AND DIRECTION TO EMPLOYEES, SUBCONTRACTORS AND SUPPLIERS, AND MUST BE KNOWLEDGEABLE ABOUT THE WORK TO BE PROVIDED. FAILURE TO PROVIDE A QUALIFIED SITE SUPERVISOR AT THE JOB SITE SHALL SUBJECT SAID CONTRACTOR TO A PENALTY OF ($500) PER DAY FOR EVERY OCCURRANCE. BIDDER: BIDDER'S ADDRESS: SIGNED BY: DATE: TITLE: TELEPHONE NUMBER WHERE THE CONTRACTOR OR A COMPETENT REPRESENTATIVE CAN ACCEPT A TELEPHONE MESSAGE AND PROVIDE A REASONABLE REPLY AS SOON AS POSSIBLE, BUT NOT LATER THAN TWENTY-FOUR (24) HOURS: DAY:( ) NIGHT:( ) FAX: ( ) FEDERAL I.D. NO. OR SOCIAL SECURITY NO.: SHAC Al-01 12/03/0 l P-BE (4 OF 4) PROPOSAL Enclose certified check or bid bond for five percent (5%) of the bid total as stipulated in the foregoing Information for Bidders. The Bidder hereby agrees to enter into a Contract within five (5) days (Sundays excepted) after due notice from the Town of Southold that the Contract has been awarded to it and is ready for signature; such notice to be given in writing within ninety (90) days of opening of the bids; and, on the signing of such Contract by the Bidder, to furnish the indemnifying bonds as provided in the Contract. The Bidder hereby further agrees that in the event of its failure or refusal to enter into a contract in accordance with this bid within five (5) days after due notice from the Town that the Contract has been awarded to it and is ready for signature, as given in accordance with the Information for Bidders and/or its failure to execute and deliver the bond for the full amount of the Contract price, as provided in said Information for Bidders, the Bidder's check or bid bond which is herewith deposited with the Town shall (at the option of Town) become due and payable as ascertained and liquidated damages for such default; otherwise, said check or bid bond will be returned to the undersigned. The full names and residences of all persons and parties interested in the foregoing bid as principals are as follows: NAME ADDRESS NAME OF BIDDER: ADDRESS OF BIDDER: DATED AT: THE DAY OF ,20__. SHAC Al-01 PC4 OF l 1 O/08/01 PROPOSAL NON-COLLUSIVE BIDDING CERTIFICATE Pursuant to Section 103-D of the General Municipal Law, the Contractor makes the following statement under penalty of perjury, and by submission of this bid or proposal, the Bidder certifies that: (a) this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) this bid or proposal has not been knowingly disclosed and will not be knowingly disclosed prior to the opening of the bids or proposals for this project to any other bidder, competitor or potential competitor; (c) no attempt has been or wilt be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) the person signing this bid or proposal certified that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the Bidder as well as to the person signing in its behalf; (e) attached hereto (ifa corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signatory of the bid or proposal on behalf of the corporate bidder. Resolved that be (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following project: (Name of Project) and to include in such bid or proposal the certificate as to non-collusion required by Section 103- D of the General Municipal Law ,as the act and deed of said corporation; and for any inaccuracies or misstatements in such certificate, this corporate bidder shall be liable under the penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by at a meeting of its Board of Directors held on the __ day of ,20 . (Seal of the Corporatior0 Secretary: Respectfully submitted, FIRM NAME: FIRM ADDRESS: SIGNED BY: PRINT NAME: TITLE: SHAC Al-01 PD-1 OF 1 10/08/01 PROPOSAL OFFER OF SURETY In the event the above Proposal is accepted and the undersigned is awarded the Contract for the work, the undersigned offers as surety for faithful performance bond, and on bond to protect labor and material, the following Surety: (Name of Surety Company) SIGNED BY (Name of Bidder) CERTIFICATE OF SURETY, to be signed by a duly authorized official, agent or attorney of the Surety Company. In the event that the above Proposal is accepted and the Contract for the work is awarded to said: the (Name of Bidder) (Name of Surety Company) will execute the Surety Bonds as hereinbefore provided. SIGNED (Authorized Official, Agent or Attorney) Dated: ,20 SHAC Al-01 PE-1 OF 1 10/08/0 l PROPOSAL BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Pr/ncipal and (Bidder's Name) as Surety are (Name of Surety) hereby held and firmly bound ,anto the Town of Southold, Suffolk County, New York, as Obligee, in the penal sum of: ($ ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed this__day of ,20__ The condition of the above obligation is such that, whereas, the Principal has submitted to the said Town, a certain Proposal dated to enter into a contract in writing, for the work described in the contract documents for: NOW THEREFORE, (a) If said Proposal shall be rejected, or, in the alternate (b) If said Proposal slhall be accepted and the Principal shall execute and deliver a contract properly completed in accordance with said Proposal and shall furnish the Performance Bond and the Labor and Material Bond with a Surety Company authorized to do business in the State of New York as Surety on each bond, and shall in all other respects perform the agreement created by the acceptance of said Proposal, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated. SHAC Al-01 P-F - 1 OF 4 : 10/08/01 PROPOSAL The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the Obligee may accept such Proposal; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunder set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereunto affixed and these presents to be signed by their proper officers, the day and year first set forth above. (SEAL) (Principal) By:. (SEAL) (Surety) BYL SHAC Al-01 P-F- 2 OF 4 10/08/01 ~ Gr~QUP PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION STATE OF ) ) SS~ COUNTY OF ) On this day of before me personally came and appeared to me known, who,-being by me duly sworn, did depose and say that he r~i-des at that he is the __ of , the corporation described in and which executed the foregoing instrument;Yh-~-he know'-d~k~K~ seal of said corporation; that one of the impressions affixed to said instrument is an impression of such seal; that it was so affixed by order of the directors of said corporation; and that he signed his name thereto by like order. (SEAL) NOTARY PUBLIC ACKNOWLEDGEMENT OF PRINCIPAL, IF A PARTNERSHIP STATE OF ) ) S$~ COUNTY OF ) On this __ day of ,20 before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC Al-01 1 O/08/O 1 P-F - 3 OF 4 PROPOSAL ACKNOWLEDGEMENT OF PRINCIPAL, IF AN INDIVIDUAL STATE OF ) ) COUNTY OF ) On this__ day of , 20__ before me personally came and appeared to me known and known to me to be the person described in and who executed the foregoing instrument and acknowledged that he executed the same. (SEAL) NOTARY PUBLIC SHAC Al~01 P-F- 4 OF 4 1 O/O8/O 1 l~:Z~ Gr~OUP QUALIFICATION OF BIDDERS TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK The Town may make such ir~tvestigation as the Town deems necessary to determine the responsibility of any Bidder or to determine the ability of any Bidder to perform the Work. Bidders shall furnish to the Town all information and data required by the Town, including complete financial data, within the time and in the form and manner required by the Town. The Town reserves the fight to reject any bid if the evidence required by the Town is not submitted as required or if the evidence submitted by or the investigation of any Bidder fails to satisfy the Town that the Bidder is responsible, or is able or qualified to carry out the obligations of the Contract or to complete the Work as contemplated. Item A (pages 2-3) are to be copied and completed by all members of the design/build team. Items B - K (pages 4-8) are to be'. completed by the contractor only. Item L (pages 9-17), New York State Uniform Contracting Questionnaire, is to be completed by the lowest Bidder AFTER RECEIPT OF BIDS, if requested by the Town, and may be used to assist in determining tlhe Bidder's qualifications. SHAC Al-01 QB - 1 of 8 10/18/01 QUALIFICATION OF BIDDERS A. The following is a list showing the name of the Owner, Location, Date of Construction, General Description of Work, Amount of the Contract and Contract Period for projects of similar nature in size, construction method and construction procedure, which have been completed by the undersigned as the prime contractor, and which have been in operation for a period of not less than one year, (minimum of five such projects). Project No.1 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.2 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: SHAC Al-01 QB - 2 of 8 10/18/01 I~ GF~OUP QUALIFICATION OF BIDDERS Project No.3 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.4 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: Project No.5 Owner: Contact Name and Phone Number: Location: General Description: Contract Amount: Contract Period: SHAC Al-01 QB- 3 of 8 10/18/01 I~ O~¢©~J P QUALIFICATION OF BIDDERS Size of construction crew to be maintained on a regular basis for this contract: Superintendent's Name: If other than corporation or partnership, describe organization and name principals: Have you ever failed to complete any work awarded to you? If so, note when, where and why: Has any officer or partner of your organization ever been an officer or a partner of another organization that failed to complete a construction contract? If so, state circumstances: F. List the construction experiences of the principal individuals of your organization: SHAC Al-01 QB- 4 of 8 10/18/01 IqS/~ GI~OkJP QUALIFICATION OF BIDDERS G. Trade references: H. Bank references: I. Name of Bonding Company and name and address of agent: We normally perform % of the work with our own forces. We intend to perform % of the work on this project with our own forces. List trades below of work to be subcontracted or that may be subcontracted: SHAC Al-01 QB- 5 of 8 10/18/01 QUALIFICATION OF BIDDERS K. The following is a list of the major areas of construction work under this contract to be performed by subcontractors to the bidder, showing the Type of Work and the name of the Owner, Location and Date of Construction for work of similar nature in size, construction method and construction procedure, which have been completed by the undersigned, and wbich have been in operation for a period of not less than one year, (minimum of five such projects). Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount SHAC Al~01 QB - 6 of 8 10/18/01 14~ (~I~OU P QUALIFICATION OF BIDDERS Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount Subcontractor Name: Type of Work: Owner Contact Name Phone Number Location Contract Amount SHAC Al-01 QB - 7 of 8 10/18/01 QUALIFICATION OF BIDDERS The Town of Southold reserves the right to reject any and all bids which do not include a completed qualifications section and/or do not meet the necessary qualifications criteria, for both prime contractor and subcontractors, as described within this qualifications section, for construction work to be performed and completed as required by the contract documents. BIDDER FIRM NAME: ADDRESS: PREPARED BY: SIGNED BY: TITLE: SHAC Al-01 QB - 8 of 8 10/18/01 .< CCA-2 (12/99) ..AFFIDAVIT OF NO CHANGE STATE OF NEW YORK ) COUNTY OF ) SS.: The undersigned, being duly sworn, deposes and says: 1. I am an officer/owner of currently submitting a bid on a State Contract. ~(hereinafter the "Contractor), which is 2. Contractor previously submitXed a New York State Uniform Contracting Questionnaire within one year prior to the date hereof to in connection with a bid on another State Contract. 3. Attached is an accurate and true copy of s?h previously submitted New York State Uniform Contracting Questionnaire. 4. I hereby certify that, with the exception of the information specified in questions 10 and 11, there has been no material change in the information pertaining to the Contractor specified on such attached Questionnaire, except as follows: 5. I hereby certi~ that there has been no change in the information pertaining to the uncompleted construction contracts of the Contractor specified in question Il on the attached Questionnaire, except as follows: NAME t[ILE CCA~2 (12/99) Sworn before me this day of Notary Public lJ~/~ GI~OUD INDEMNITY, LIMITATION OF LIABILITY 1.0 - INDEMNITY The Contractor and all subcontractors performing work in connection with this Contract shall HOLD HARMLESS, INDEMNIFY and DEFEND the Owner and their consultants and each of their officers, agents and employees from any liability, claims, losses or damage including reasonable costs of defense arising out of or alleged to arise from the Contractor's or subcontractor's negligence in the performance of the work described in the RFP and Contract Documents, but not including liability that may be due to the sole negligence of the Owner, the Owner's Representative or their officers, agents and employees. 2.0 - LIMITATION OF LIABILITY The Contractor and all subcontractors agree to limit the liability of the Owner and the Owner's Representative due to the Owner's Representative professional negligent errors or omissions such that the total aggregate liability of the Owner's Representative to those named shall not exceed Filly Thousand Dollars ($50,000) or five percent (5%) of the Contract award amount, whichever is greater. 3.0 - NO CLAIM FOR DELAY The Contractor and all subcontractors agree to HOLD HARMLESS fi.om any and all claims for loss or damages of any nature against the Owner or Owner's Representative for delays in commencement, performance or completion of the Contract, regardless of whether said delays are, or may be, caused by the Owner, Owner's Representative or any governmental agency. 4.0 - ENVIRONMENTAL INDEMNIFICATION The Contractor shall, at his sole cost and expense, indemnify, protect, defend and hold harmless the Owner and Owner's Representative from and against any and all damages, losses, liabilities, obligations, penalties, claims, litigation, demands, defenses, judgments, suits, actions, proceedings, costs, disbursements and/or expenses (including without limitation, attorney's and expert fees, expenses and disbursements) of any kind or nature whatsoever which may at any time be imposed upon, incurred by or asserted or awarded against the Owner and Owner's Representative in connection with the New Carousel Building, relating to, resulting from or arising out of: (a) the presence, disposal, escape, seepage, leakage, spillage, discharge, emission, release or threatened release (whether accidental intentional) of any petroleum products, toxic or hazardous substances, industrial materials and wastes or other pollutants or environmental dangerous substances, materials or contaminants, as may be covered by any federal, state county or local law, ordinance, role or regulation; (b) the failure to undertake promptly and to pursue diligently to completion all necessary, appropriate and legally authorized investigations, tests, monitoring, treatment, contamination, detoxifieation, neutralization, removal, clean up, and other remedial actions with respect to said occurrences and said products, substances, wastes, materials or contaminants (c) bodily injury, property damage and environmental damage attendant thereto; (d) a violation of any applicable federal, state, county or local environmental lay, ordinance, rule or regulation, directive or order; (e) non-compliance with any environmental or other permit, covenant or condition. SI-lAC Al-01 ILL - 1 of 1 10/08/01 I~X Q F~OLJD CONTRACT This Agreement made and entered into this day of , 20 , by and between the TOWN OF SOUTHOLD, Suffolk County, New York, hereinafter called the "TOWN", party of the first part, and , hereinafter designated the "CONTRACTOR", the party of the second part. WITNESSETH: That the parties to these presents, for themselves and for their successors or assigns, each in the consideration of the undertaking promises and agreements on the part of the other herein contained, do hereby covenant, undertake, promise and agree as set forth in the following pages: Art. 1 AGREEMENT. The Contractor shall do all work and furnish all tools, plant, equipment, labor and materials, except such as may be hereinafter specifically excluded, necessary or proper for performing and completing the work specified herein. Art. 2 DEFiNITIONS. A number of words frequently used in the Contract Documents shall have the following meanings: "CONTRACT" shall refer to this Agreement and to the "Contract Documents" which are hereby made a part hereof, also to the sum total of work subject to this Agreement. "TOWN" and "OWNER" shall mean the TOWN OF SOUTHOLD, Suffolk County, New York, the subscribing party of the first part entering into this Contract, or any of its officers or employees duly authorized to act in the execution of the work covered by the Contract. "ENGiNEER", "ARCHITECT" or a pronoun in place thereof, or his author/zed representative, shall mean the person designated by the Town to direct and supervise the construction work embraced in this Contract. "CONTRACTOR" (with a capital "C"), or a pronoun in place thereof, shall mean the subscribing party of the second part entering into this Contract, and his or its legal representative. For convenience, the Contractor is referred to herein as an individual. "SURETY" shall mean the person, persons or corporate body which is bound with and for the Contractor, and which engages to be responsible for his payment of all debts pertaining to, and for his acceptable performance of the work for which he has contracted, as more particularly set forth in the performance bond and labor SHAC Al-01 C - 1 10/18/01 Iq~ C~OUD CONTRACT and material payment bond. "SITE" shall mean the area or areas of ground, which is the location for the performance of the work. "WORK" shall mean all plant, labor, materials, supplies, the structures or parts thereof, on which work is underway or completed, equipment, rentals, insurance, performance bond, and other facilities and things to be furnished and done by the Contractor, and necessary or proper for or incidental to the carrying out and completion of the terms of the Contract, including all shop and field tests of equipment and structures and maintenance for one (1) year. "DRAWINGS" shall mean the Contract Drawings, RFP, attachments and all supplementary drawings furnished by the Architect/Engineer pertinent or supplemental thereto, and such detail and working drawings as the Contract Documents may require the Contractor to furnish, when such drawings have been duly approved. "MATERIAL" (or "MATERIALS") shall mean all the things of any kind, nature and class as may be specified which become a part of or are used in the construction of the work, together with all manufactured or prepared materials, articles, equipment, accessories, appliances, appurtenances, supplies and parts used therein or placed thereon. "STRUCTURES" shall mean any combination of materials, including a building and other forms of construction, above and/or below the surface, including but not limited to fences, pools towers, walls, catch basins, pipes, curbs and other facilities, and other works which may be encountered in the Work, and which are not otherwise classified herein. "PHRASING" wherever in the specifications or upon the drawings the words "directed", "required", "permitted", "ordered", "designated", "approved", or words of like import are used, it shall be understood that the direction, requirements, permission, order, designation, or approval of the Engineer is intended. Wherever in the specifications the words "detailed", "noted", "shown", or words of like import are used, it shall be understood that these words mean as detailed, noted or shown on the drawings, and where the word "specified" is used, it shall be understood to mean as specified herein. Art. 3 CONTRACT DOCUMENTS. Whenever the term "Contract Documents" is used, it shall mean and include this Contract, the Notice to Bidders, Instructions to Bidders, Proposal, Bid Bond, Performance and Pa~yment Bonds, General Conditions, Specifications, Items, RFP, Drawings and Addenda. The Contract Documents are complementary. What is called for by any one or more of SHAC Al-01 C - 2 10/18/01 t1~ CONTRACT them though not mentioned in the others, shall be as binding as if called for by all of them. In case of any conflict or inconsistency between the provisions of the Contract and the Specifications, the matter shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive and binding on the Contractor. Anything shown on the drawings and not mentioned in the Specifications or mentioned in the Specifications and not shown on the drawings, shall have the same effect as if shown or men- tioned respectively, in both. In case of any conflict or inconsistency between the drawings and Specifications, the matter shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive and binding on the Contractor. Art. 4 SCOPE OF THE WORK. The Contractor shall, under the bid and stipulated prices, furnish all labor, materials, plant, power, light, heat, fuel, water, tools, appliances, equipment, supplies and any and all other means of construction necessary or proper for performing and completing the work; do all work including extra and additional work, and pay all costs incidental to suspension or discontinuance of the work, except as herein provided; take all risks of whatever nature; indemnify the Town from all claims, as herein provided; obtain and pay for all permits unless otherwise provided; conform to all Federal, State, County or Municipal legislation and requirements; undertake all conformity with the Contract Documents; leave intact the work of adjoining contractors, unless otherwise ordered; perform and complete the work to the satisfaction of the Engineer, and in the manner best calculated to promote rapid construction and consistent with the safety of life and property, and in strict accordance with the Contract Documents; protect the work during construction, clean up the work during and after construction; and maintain it until final acceptance as provided in Art. 23. The Contractor shall, under the prices bid and stipulated, do ail work and pay all costs of cutting, fitting, patching, protecting, supporting, maintaining, repairing if damaged, relocating and restoring all surface, subsurface and overhead structures, and all other property, including the work of all contractors, and pipe, conduits, ducts, tubes, chambers and appurtenances, public or private, in the vicinity of the work. It is intended that the unit prices and lump sums bid and stipulated, include all work to be done which will result in a complete installation of first class workmanship and material ready for operation, and that any appurtenance, accessory or work allied to any particular item of work and necessary for its proper operation or completion will be furnished and installed under the unit prices and lump sums bid and stipulated under this Contract. Art. 5 REPRESENTATIONS OF CONTRACTOR. The Contractor represents and warrants: (a) that he is financially solvent and that he is experienced in and competent to perform the type of work, and to furnish the plant, materials, supplies and equipment, to be so performed or fumished by him; - (b) that he is familiar with all Federal, State, County and Municipal laws, ordinances and regulations which may in any way affect the work or those employed therein, including, but SHAC Al-01 C- 3 10/18/01 152~ C--,[20U P CONTRACT not limited to, any special acts relating to the work or the project of which it is a part; (c) that such temporary and permanent work required by the Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose of which it is intended, and that such construction will not injure any person or damage any property; and (d) that he will make no claim against the Town if in carrying out the project he finds that the actual conditions encountered do not conform to the information shown in the Contract Documents, or to conditions that might be expected from surface and/or subsurface indications. Art. 6 RESPONSIBILITY OF CONTRACTOR. The Contractor shall take all responsibility of the work, shall bear all losses resulting to him on account of the amount or character of the work, or from any unforeseen construction, encumbrances or difficulties which may be encountered, or from the breaking of or leakage from any pipe, water main or sewer, or because the nature of the land in or on which the work is done is different from what is assumed or was expected, or on account of the weather, floods or other causes, or from delayed deliveries of equipment required for any related or adjoining contract; and he shall agree to save and hold harmless the Town and the Engineer, and their respective officers, agents, employees and consultants from and against all claims, liabilities, suits, losses, or other damage of any kind (hereinafter together referred to as "claims"), including but not limited to the cost of litigation, reasonable attorneys fees, and expert witnesses, arising from the performance of this contract or otherwise in connection with the work included in this contract, including claims for alleged bodily injury, sickness, disease or death, or injury to property or property damage, including the loss of use resulting therefrom, by or on account of any act or omission including any claim based upon an alleged violation of law, ordinance, regulation, order or decree on the part of contractor, its agents, sub-contractors, employees, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable regardless whether or not it is caused in part by a party indemnified hereunder, but not including liability that may be due to the sole negligence of the Town or the Engineer or their officers or employees. Contractor shall, at the owner's request, assume and defend such claims at the sole expense of the contractor. Art. 7 SUBCONTRACTORS. If the Contractor shall cause any part of this Contract to be performed by a subcontractor, the provisions of this Contract shall apply to such subcontractor, and his officers, agents, and employees in all respects as if he and they were employees of the Contractor, and the Contractor shall not be in any manner thereby discharged from his obligations and liabilities hereunder, but shall be liable hereunder for all acts and negligence of the subcontractor, his officers, agents and employees as if they were employees of the Contractor. The employees of the subcontractor shall be subject to the same provisions hereof as the employees of the Contractor; and the work and material furnished by the subcontractor, and the insurance requirements, shall be subject to the same provisions hereof as those furnished directly by the Contractor. The Contractor before making any subcontract for any portion of the work, shall state in writing to the Town the name of the proposed subcontractor, the nature and extent of the work to be done or the materials or equipment to be furnished by such subcontractor, his place of SHAC Al-01 C - 4 10/18/01 CONTRACT business and such other information as the Town may require. The Contractor shall not award any subcontract until the proposed subcontractor has been approved by the Town, and evidence has been presented to the Town that employees of the subcontractor are protected by compensation insurance as specified in Art. 42 of this Contract and that the subcontractor has taken out all of the insurances, as required in Art. 42. Art. 8 PERSONAL ATTENTION AND ASSIGNMENT. The Contractor shall give his personal attention constantly to the faithful prosecution of the work, and shall be present, either in person or by a duly authorized competent representative, on the site, continually during its progress, to receive directions or instructions from the Engineer. He shall maintain an office at or near the site, where copies of the Contract Documents and of all working drawings shall be kept ready for use at any time. Orders from the Engineer left at this office shall be considered as delivered to the Contractor. Art. 9 SUPERINTENDENCE BY CONTRACTOR. The Contractor shall employ at the site during the performance of any part thereof a competent foreman or superintendent who shall be satisfactory to the Engineer, and who shall not be replaced except with the consent of the Engineer, unless he shall cease to be in the employ of the Contractor. Such foreman or superintendent shall represent and have full authority to act for the Contractor in his absence and all directions given such foreman or superintendent shall be as binding as if given to the Contractor. Art. 10 TIME OF DOING THE WORK. The Contractor shall commence the work embraced in this Contract as soon as possible after the service of a notice by the Town on him instructing him to begin work, and shall complete the same expeditiously, in all respects. All work shall be completed within the time frame established in the proposal sheets of the contract documents. Art. 11 NIGHT AND SUNDAY WORK. Unless otherwise expressly permitted by the Engineer, no Work shall be done, except between the hours of 7:00 A.M. and 5:30 P.M. on weekdays (i.e., Mondays through Fridays, excluding holidays) and 9:00 A.M. and 5:30 P.M. on Saturdays and Holidays, and no Work shall be done on Sunday, except as necessary or as required in the Specifications for the proper care and protection of the work already performed. The Engineer shall be informed a reasonable time in advance of the beginning of performance of such work. Good lighting and all other facilities for carrying out and inspecting the work shall be provided and maintained at all points where such work is being done. Art. 12 TIME OF THE ESSENCE. Inasmuch as the provisions of this Contract relating to the time for performance and completion of the work are for the purpose of enabling the Town to proceed with the construction of a public improvement in accordance with a predetermined program, and inasmuch as failure to complete the work within the period specified may result in a loss to the Town, such provisions are of the essence of this Contract. SHAC Al-01 C - 5 10/18/01 CONTRACT Art 13 LIQUIDATED DAMAGES FOR DELAY Time being of the essence of this contract and the time limit established heroin for the completion of the work being of importance, in the event of failure to complete the work in the manner and within the time specified in the contract documents, or within the time granted in any extension thereof, the Contractor agrees that the Town may, and it is hereby authorized to deduct and retain from the monies due or to become due the Contractor under these Contract Documents, the sum of Five Hundred Dollars ($500) per day for each and every day beyond the completion date fixed, which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, and not as a penalty that the Town shall suffer by reason of said delay, due in part or in full for any additional inspection costs, loss of revenue or other costs to the Town. It is the Contractor's responsibility to complete this project within the time period specified in this Contract. In the event that the Contractor fails to complete the project within the stated time period and the Town, at its sole discretion, deems it necessary for the Amhitect / Engineer to provide services beyond the Contract completion date, the cost of said services will be deducted from payments due the Contractor. In the event that the amount owed the Contractor is less than the cost of the additional services provided by the Architect / Engineer, then the Architect / Engineer will be paid the funds held by the Town plus the differential cost of said services, which shall be deemed a claim against the Payment Bond provided by the Contractor. It shall be the obligation of the Bonding Company to pay the differential costs within ten (10) days of notification by the Town. Failure to pay these costs within ten (10) days of notification shall be considered a default. Art. 14 EXTENSIONS OF TIME: NO WAIVER. If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control, and without his fault or negligence, including, but not restricted to, acts of God or of the public enemy, acts or neglect of the Town, acts or neglect of any other contractor, fires, flood, epidemics, quarantine restrictions, strikes, riots, civil commotions, or freight embargoes, the period specified hereinabove for completion of his work shall be extended by such time as shall be fixed by the Town. No such extension of time shall be deemed a waiver by the Town of its right to terminate the Contract for abandonment or delay by the Contractor as herein provided or relieve the Con- tractor from full responsibility for performance of this obligation hereunder. Art. 15 USE NO WAIVER. Neither the acceptance by the Town or the Engineer, or any of their agents, employees or subordinates, of the whole or any part of the work, nor the con- necting to or use of any of the work, embraced in this Contract, nor any payment for the work, nor any extension of time, nor any possession taken by the Town shall operate as a waiver of any portion of this Contract (except the maintenance period which shall start when continual use begins, as provided in Art. 18), or of any power or right herein reserved to the Town or Engineer, or of any right of the Town to damages herein provided, nor shall any waiver of any breach of this Contract be held to be a waiver of any other or subsequent breach. Any remedy provided in SHAC Al-01 C - 6 10/18/01 I~ G~OLJP CONTRACT this Contract shall be taken and construed as cumulative, that is, in addition to each and every other remedy herein provided. The Town reserves the right to use and occupy in whole or in part any of the work performed hereunder when in the opinion of the Engineer, any portion of the work is completed or is in an acceptable condition for use. The use of any such portion of the work shall be considered a test or thai, and shall not be held in any way a final acceptance of the portion of the work used or a waiver of any portion of these Contract Documents, except as hereinbefore provided. The only right, except as hereinbefore provided, that the Contractor shall have by reason of such acceptance or use, shall be to request an extension of time for completion of this Contract, as approved by the Town, if such occupancy and use shall delay the completion of the work remaining to be performed. Art. 16 SUSPENSION OF WORK. The Town reserves the right to suspend the whole or any part of the work herein contracted to be done, if it shall deem it in the best interests of the Town so to do, without compensation to the Contractor for such suspension, except as provided in Art. 47. Art. 17 ADDITIONAL TIME FOR PERFORMANCE. If the work shall be delayed in consequence of any act or omission of the Town or Engineer (which shall be determined by the Town and whose determination and certification thereof shall be binding and conclusive upon the Contractor), the Contractor shall be entitled to such additional time necessary to complete the Contract on his part as the Town, in its judgment, shall deem to be required. Art. 18 MAINTENANCE. Prior to release of the Performance Bond, the Contractor shall deliver to the Town a Maintenance Bond equal to one hundred percent (100%) of the total Contract price, including all change orders. This Maintenance Bond shall remain in full force and effect for a period of one (1) year after the date of the Final Payment Request, ,,nd such bond, which shall be executed by the Contractor and issued by a reliable, solvent surety company authorized to do business in the State of New York, shall guarantee to the Town that the Contractor shall promptly remedy any defects or faults that may occur within twelve (12) months after completion and acceptance of the work performed by the Contractor pursuant to this Contract, as indicated herein. The one-year Maintenance Bond shall require the Contractor to replace any material which does not conform to Contract requirements, and to repair any damage of the material or of the work, without cost to the Town, to the satisfaction of the Engineer and in conformity with the Contract Documents, provided that orders for such replacements or repairs are received by him in writing within the one-year period. The Contractor is not obligated thereby to do any work of replacement or repair that he may prove, to the satisfaction of the Engineer, to have resulted from abuse of the work or materials by parties other than the Contractor, after the date when the Town puts to use that part of the work requiring replacements or repairs, or has approved the Final Payment Request and has accepted the work. SHAC Al-01 C - 7 10/18/01 l~ QP. OUP CONTRACT If the Town shall deem it necessary, and shall so order, such replacements or repairs shall be undertaken within 24 hours after service of notice. If the Contractor unnecessarily delays or fails to make the ordered replacements or repairs within the time specified, or if any replacements or repairs are of such nature as not to allow the delay incident to the service of a notice, then the Town shall have the right to make such replacements or repairs and the expense thereof shall be borne by the Contractor. Art 19. COMPENSATION TO BE PAID TO CONTRACTOR. The Town will pay, and the Contractor shall receive, the prices set forth for each item in the Proposal, in full compensation for: (a) furnishing the security required for the faithful performance of the Contract; and (b) performing and completing all the work which is necessary or proper to be furnished and/or performed in order to complete the entire work in this Contract described and specified, and in said specifications and drawings described and shown; and (c) all losses or damages: (1) (2) (3) (4) arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen obstruction or difficulties encountered in the prosecution of the work, or from any encumbrance on the line of the work; and (d) all expenses incurred by or in consequence of the suspension or discontinuance of the work as specified. Art. 20 NO CLAIM FOR BID QUANTITIES. On unit price Contract or Proposal items, the Contractor admits that the estimated quantities of the several classes of work and kinds of material stated in the Proposal are approximate and are to be used only for the purpose of comparing bids offered for the work. The Contractor agrees that he will not hold responsible the Town, its officers and agents should any of the estimated quantities be found not even approximately correct; and that he will make no claim for anticipated profits or for loss of profit, because of a difference between the quantities of work actually done or materials actually delivered and the estimated quantities stated in the Proposal. The Contractor will accept, as payment in full for all work performed hereunder, the sum of the quantities, as actually determined by the Engineer, multiplied by the unit prices bid. Art. 21 DELIVERY SLIPS. The Contractor shall fumish the Engineer with copies of delivery slips covering all materials delivered to the site, which are to be used in determining payment hereunder. All materials delivered to the site, whether from a supplier's warehouse or from the Contractor's stock, shall be covered by such delivery slips. SHAC Al-01 C - 8 10/18/01 1~4 C~I~OUP CONTRACT Art. 22 PARTIAL PAYMENTS. At the end of each calendar month during the progress of the work, the Contractor shall make up an approximate estimate of the work done and the materials furnished, based upon the prices set forth in the Proposal for review by the Engineer. In consideration of the work done and the materials furnished, the Town will pay or cause to be paid to the Contractor the amount estimated by the Engineer as due him, less a sum equal to five percent (5%) thereafter, to satisfy any claims, liens or judgments against the Contractor which have not been suitably discharged. The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Engineer or the Town of any work so estimated and paid for. The amount of the monthly estimate remaining unpaid will be retained by the Town as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and against any damages incurred by the Town by reason of any failure on the part of the Contractor to fulfill all conditions and obligations herein contained. All partial payments are subject to correction in any subsequent payment. The retained amounts shall be released as part of the Final Payment Request. Art. 23 FINAL PAYMENT REQUEST. Upon completion of all work required, except maintenance, as explained in Art. 18, the Contractor shall prepare and execute a Final Payment Request for review by the Engineer and submittal to the Town, certifying that all work has been performed and materials supplied in full accordance with the terms of the Contract. Approval of the Final Payment Request by the Town shall constitute "acceptance of the work". Art. 24 CLAIMS RECEIVED AFTER FINAL PAYMENT REQUEST. The Town reserves the right to disregard claims for compensation submitted by the Contractor after the date of the Final Payment Request. Art. 25. TOWN'S RIGHT TO WITHHOLD PAYMENTS. The Town may withhold from the Contractor as much of any approved payments due him as may, in the opinion of the Town, be necessary: (a) to assure the payment of just claims of any persons supplying labor or materials for the work then due and unpaid; (b) to protect the Town from loss due to defective work not remedied; or (c) to protect the Town from loss due to injury to persons or damage to the work or property of other contractors, subcontractors, owners of utilities, or others caused by the act or neglect of the Contractor or of any of his subcontractors. The Town shall have the right, as agent for the Contractor, on orders of the Contractor, or with the sanction of a court having jurisdiction, to apply any such amounts so withheld in such manner as the Town may deem proper to satisfy such claims or to secure such protection. Such application of such moneys shall be deemed payments for the account of the Contractor. If the moneys retained under this Contract are insufficient to pay the sums found by the SHAC Al-01 C - 9 10/18/01 Id:~ Ql~OtJP CONTRACT Town to be due under the claims for labor and materials, the Town may, at its discretion, pay such sums, and the Contractor shall repay to the Town all sums so paid out. Art 26. LIENS. If at any time before or within 60 days after the whole work herein agreed to be perf~-'~--~d, and all the labor and materials herein agreed to be performed and delivered, shall have been performed or delivered, or completed and accepted by the Town, any person or persons claiming to have performed any labor or furnished any material toward the performance or completion of this Contract shall file with the Town any such notice as is described in the Lien Law, the Town shall retain until the discharge thereof the labor and material payment bond, which shall then be utilized to satisfy and discharge the amount in such notice claimed to be due, together with the costs incurred by the Town, including but not limited to, the cost of reasonable attorney fees, of any action or actions that may be brought to enforce such lien created by the filing of such notice. Should no claims be filed within the above referenced time frame, the Town shall release the labor and material payment bond to the Contractor. Art. 27 POWERS OF THE ENGINEER. The Engineer shall make all necessary explanations as to the meaning and intent of the specifications and drawings, shall give all orders and directions contemplated under the Contract, and in every case in which a different or unforeseen condition shall arise in the performance of the work required by this Contract, shall determine the adequacy of the Contractor's methods, plant and appurtenances; he shall determine in all cases the quantity, quality, acceptability and fitness of the several kinds of work and materials which are to be paid for; he shall determine all questions in relation to said work and the construction thereof; and he shall decide in all cases every question which may arise relative to the fulfillment of this Contract on the part of the Contractor. His estimate and decision shall be final, conclusive and binding upon said Contractor. In case any question shall arise between the parties hereto, touching this Contract, the aforesaid estimate and approval by the Engineer shall be a condition precedent to the right of the Contractor to receive any money under this Contract. Any difference or conflicts which may arise between the Contractor and other contractors of the Town in regard to their work shall be adjusted and determined by the Engineer. Art. 28 EXAMINATION OF WORK. The Contractor shall furnish the Engineer on request full facilities for ascertaining that all work is being done strictly in accordance with the requirements of the specifications, drawings and the intent of this Contract, even to the extent of uncovering or taking out portions of finished work. Should the work thus exposed or examined prove satisfactory, unless the work was covered, contrary to the express direction of the Engineer, the uncovering or taking out and the replacing of the covering or making good of the parts removed, shall be paid for under the provisions of Art. 30. Should the work be covered, contrary to the express direction of the Engineer, or should the work exposed or examined prove unsatisfactory, the uncovering, taking out, replacing and making good shall be at the expense of the Contractor. SHAC Al-01 C- 10 10/18/01 ~,~ CONTRACT Art. 29 ACCESS TO SITE. The Town and its engineers, inspectors, agents and other employees shall for any purpose have access to the work and the premises used by the Contractor, and the Contractor shall provide safe and proper facilities therefor. Other parties who may enter into contracts with the Town for doing work within the territory covered by this Contract, shall for all purposes which may be required by their contracts, be accorded the right to access to the site of those parts of the work for which they are under contract. Furthermore, the Town and its engineers, inspectors and agents shall at all times have immediate access to all places of manufacture where materials are being made for use under this Contract and the Contractor shall provide full facilities for determining that all such materials are being made strictly in accordance with the specifications and drawings. The Contractor shall, whenever so requested, give the Engineer access to the proper orders for materials, invoices, bills of lading, etc. Art. 30 DEFECTIVE WORK AND UNSUITABLE MATERIALS. The observation of the work by the Engineer shall not relieve the Contractor of any of his obligations to fulfill his Contract as herein prescribed and defective work shall be made good, and unsuitable materials may be rejected, notwithstanding that such work and materials may have been previously observed by the Engineer and accepted or estimated for payment. If the work, or any part thereof, shall be found defective at any time before the final acceptance of the whole work, the Contractor shall forthwith make good such defect, without compensation, in a manner satisfactory to the Engineer, and if any materials brought upon the site for use in the work, or selected for the same, shall be condemned by the Engineer as unsuitable or not in conformity with the specifications, the Contractor shall forthwith discard such materials and remove them a satisfactory distance from the vicinity of the work. If the Contractor shall fail or neglect to replace any defective work or to discard condemned materials within 10 days after the service by the Engineer of an order to replace such defective work or discard such materials, or to prove to the satisfaction of the Town that he is initiating effective efforts to replace defective materials, the Town may cause such defective work to be replaced, and the expense thereof shall be deducted from the amount to be paid the Contractor. If the Engineer becomes aware of the defective work during the maintenance period, such defective work shall be made good in the same manner as provided in this article. Art. 31 EXTRA WORK. The term "Extra Work" shall include additional work over and above that required by the Contract Documents. The Town may at any time, by written order, and without notice to the sureties, require the performance of such extra work. No such extra work will be considered or allowed unless such extra work shall have been previously ordered by the Town in writing, and the method of payment for such extra work shall be determined as hereinafter set forth. In case any extra work shall be required in the proper performance or completion of the work contemplated to be done under this Contract, it is understood that the Town reserves the right to have such extra work done by any person, persons or corporation other than the Contractor, unless an agreement upon the prices to be paid for such extra work can be promptly reached between the Town and the Contractor. Should said extra work be done by any person, persons or corporation other than the Contractor, all of the provisions of Art. 34 shall SHAC Al-01 C - 11 10/18/01 I~ Gf~OUD CONTRACT apply and the Contractor agrees to make no claim for damages or for any privileges or rights, other than that provided in the Contract, by reason of such work by others, except for an extension of time to perform this Contract as may be certified to the Town by the Engineer, and approved by the Town. The amount of compensation to be paid to the Contractor for any extra work, as so classified and ordered in writing, shall be determined by any of three methods, as approved by the Town as follows: (a) by such applicable unit prices, if any, as are set forth in the Contract; or (b) if no such unit prices are set forth, then by unit prices or by a lump sum mutually agreed upon by the Town and the Contractor; or (c) if no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump sum, then the Contractor shall receive the true necessary cost to him, including workmen's compensation, public liability, unemployment and social security insurance but exclusive of administration, general superintendence and profit, as determined by the Engineer, plus 15% of said necessary cost, which said 15% shall be considered as covering administration, general superintendence, profit and all other expenses not included in the net cost, and the Engineer's determination and certificate of such cost when approved by the Town shall be binding and conclusive on the Contractor, and the Engineer shall be deemed the arbiter to determine the cost of such work. It is understood that before any work is started or materials are ordered, the rate to be paid for labor, materials, equipment rental and all other unit costs applicable to the work, and the number and kinds of laborers, quantities of materials, types of equipment to be ranted, and other supplies, equipment or appurtenances to be used in initiating and continuing the work shall be mutually agreed to by the Contractor and the Engineer, and the Contractor shall make no changes in the labor, materials, equipment, supplies and appurtenances without prior approval. Prices paid by the Contractor shall be at the current local rates and payment to the Contractor will be made by the Town at the current local rates or prices mutually agreed to by the Engineer and the Contractor. Art. 32 MODIFICATION OF AGREEMENT. Where conditions require an unforeseen and major change in the drawings after the Contract has been signed, the Contractor will undertake to enter into a Supplementary Contract at agreed prices, to cover the cost of said new construction, and shall, if requested, waive any right to do such construction as extra work. Art 33 INTERFERENCE WITH OTHER STRUCTURES. If any street or highway shall be rendered unsafe by the Contractor's operations, he shall make such repairs or provide such temporary ways or guards as shall be acceptable to the authorities having jurisdiction and to the Engineer. Before doing any work under, over or near trees, telephone, telegraph or other wires, pipe lines, or other subsurface structures, the Contractor shall make such arrangements for properly securing and protecting them during the progress and until the completion of the work in question as shall be satisfactory to the owners thereof, or shall permit and facilitate repairs and SHAC Al-01 C - 12 10/18/01 ~d~ G FR. OU P CONTRACT changes by the owners. Satisfactory evidence of arrangement shall be filed with the Engineer, if required, before the work in question begins. Art. 34 WORK BY OTHERS. The Town reserves the right to do any work which may connect with, become part of or be adjacent to the work embraced in this Contract, at any time, by contract or otherwise. The Contractor shall not molest, interfere with, nor place any obstructions in the way of such other contractor or other person or persons the Town may employ and shall suspend such part, or all of his work, or shall prosecute the same in any manner, as may be ordered, to afford all reasonable facilities for doing such other work. Where contractors cannot agree as to who has precedence in any location, the decision shall rest with the Engineer, whose determination shall be final and conclusive. Art. 35 CONTRACTOR'S CLAIM FOR DAMAGE. If the Contractor shall claim compensation for any alleged damage sustained by reason of acts of the Town or its agents, he shall, within five (5) days after the sustaining of such alleged damage, make a written statement to the Engineer of the nature of the damages sustained. On or before the fifteenth day of the month succeeding that in which any such alleged damage shall have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and amount of such damage, and unless such statement shall be made as thus required, his claim for compensation shall be forfeited and invalidated, and he shall not be entitled to payment on account of any such alleged damage. Art. 36(A) HOLD HARMLESS. Contractor agrees to save and hold harmless the Town and the Engineer, and their respective officers, agents, employees and consultants from and against all claims, liabilities, suits, losses, or other damage of any kind (hereinafter together referred to as "claims"), including but not limited to the cost of litigation, reasonable attorneys fees, and expert witnesses, arising from the performance of this contract or otherwise in connection with the work included in this contract, including claims for alleged bodily injury, sickness, disease or death, or injury to property or property damage, including the loss of use resulting therefrom, by or on account of any act or omission including any claim based upon an alleged violation of law, ordinance, regulation, order or decree on the part of contractor, its agents, sub-contractors, employees, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable regardless whether or not it is caused in part by a party indemnified hereunder, but not including liability that may be due to the sole negligence of the Town or the Engineer or their officers or employees. Contractor shall, at the owner's request, assume and defend such claims at the sole expense of the contractor, by counsel approved by Owner, which such approval shall not be unreasonably withheld. Art. 37 PROTECTION OF WORK AND PROPERTY. The Contractor shall continuously and adequately protect the work to be performed under this Contract against damage and shall protect and safeguard all materials furnished by him whether or not incorpo- rated in the work, against damage from any cause, and shall make good any such damage unless SHAC Al-01 C- 13 10/18/01 Iq:~ QI~OUP CONTRACT it be due directly to errors in the Contract Documents or be caused by agents or employees of the Town. To the extent required by law, by public authority, or by local conditions, the Contractor shall adequately protect adjacent property and shall provide and maintain all passageways, guard fence lights, and other facilities for protection. The Contractor shall at all times have, as directed or approved, a sufficient number of watchmen to protect the property of the Town to exclude unauthorized persons fi.om the work, and to protect traffic where his tracks enter or leave the public highways. Art. 38 ACCIDENTS. The Contractor, during the performance of the work, shall take all necessary precautions and place proper guards for the prevention of accidents, shall put up and keep suitable and sufficient lights and other signals and shall indemnify and save harmless the Town, its officers and agents, from all damages and costs to which they may be put by reason of injury to the person or property of another resulting from his negligence or carelessness in the performance of the work, or in safeguarding the same, or fi.om any improper materials, implements or appliances used in its construction, or on account of any act or omission of the Contractor or his agents. The whole or so much of the moneys due under and by virtue of this Contract as shall be considered necessary by the Town may, at its option, be retained by the Town until all suits and claims for damages as aforesaid shall have been settled and evidence to that effect furnished to the satisfaction of the Town. Art. 39 LIABILITY OF CONTRACTOR IS ABSOLUTE. The liability of the Contractor hereunder for all injuries to persons or damages to property is absolute and is not dependent upon any question of negligence on his part or on the part of his agents, servants or employees, and neither the failure by the Engineer to call attention to improper or inadequate methods or to require a change in methods, nor the neglect of the Engineer to direct the Contractor to take any particular precautions or to refrain from doing any particular thing shall excuse the Contractor in case of any injury to persons or damages to property. Art. 40 RIGHT OF PROPERTY 1N MATERIALS. Nothing in this Contract shall be considered as vesting in the Contractor any right of property in materials used, after they have been attached or affixed to the work or the soil, nor in materials which have been accepted for partial payment at the site of the work, as provided in Art. 22, but all such materials shall, upon being so attached or affixed or so accepted, become property of the Town. Art. 41 LAWS, ORDINANCES AND REGULATIONS. The Contractor and each subcontractor or other person doing or contracting to do any work contemplated by this Contract shall be required to comply with all Federal, State, County and Municipal laws, ordinances and regulations in any manner affecting those persons engaged or employed in the work, or the materials used in the work, or in any way affecting the conduct of the work, either with respect to hours or labor or otherwise, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. If any discrepancy or inconsistency is discovered in the drawings, Specifications or Contract for this work in relation to any such law, ordinance, regulation, order or decree, the Contractor shall at all times himself observe and comply with and shall cause all his agents and employees to observe and comply with, all such laws, ordinances, SHAC Al-01 C - 14 10/18/01 I~ QP..OUD CONTRACT regulations, orders and decrees; and shall protect and indemnify the Town, its officers and employees, and the Engineer against any claim or liability arising from or based on the violations of any such law, ordinance, regulation, order or decree, whether by himself, his agents, subcontractors or his employees. The Contractor hereby agrees to comply with all said legal requirements and agrees that upon his failure to comply with the provisions thereof, this Contract shall be voidable at the instance of the Town. The Contractor will be required to comply with the provisions of the New York State Labor Law and all amendments thereof, and particularly with Art. 8, Public Work. No laborer, workman or mechanic in the employ of the Contractor or in the employ of a subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the Contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in one week except in cases of extraordinary emergency including fire, floods or danger to life or property, and including situations in which sufficient laborers, workmen and mechanics cannot be employed to carry on the work expeditiously within the meaning of and subject to the provisions and conditions specified in Subdivision 2 of Section 220 of the Labor Law of the State of New York. Time lost in any week because of inclement weather by employees engaged in the construction, reconstruction and maintenance of highways outside of the limits of cities and towns may be made up during that week and for the succeeding three weeks. Every laborer, workman and mechanic employed by the Contractor or any subcontractor or any person about or upon the work contemplated by this Contract shall be paid not less than the hourly rate of wages including supplements for welfare, pension, vacation and other benefits as determined by the Fiscal Officer of the Department of Labor of the State of New York. (See C-15A and C-15B). The Contractor shall provide statutory benefits for disability benefits, workmen's compensation, unemployment insurance and social security. Art. 8, Sec. 220 of the Labor Law, also provides that the supplements to be provided to the laborers, workmen, and mechanics on public works "shall be in accordance with the pre- vailing practices in the locality...". In accordance with the provisions of Sec. 220-e of the New York State Labor Law, it is agreed: (a) that in the hiring of employees for the performance of work under this Contract or any subcontract hereunder, no contractor, subcontractor, nor any person acting on behalf of such contractor or subcontractor, shall by reason of race, creed, color, sex, disability or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates; (b) that no contractor, subcontractor, nor any person on his behalf shall, in any manner, discriminate against or intimidate any employee hired for the performance of work SHAC Al-01 C - 15 10/18/01 I~ GI~OUP CONTRACT under this Contract on account of race, creed, color, sex, disability or national origin; (c) that there may be deducted from the amount payable to the Contractor by the Town under this Contract a penalty of Fifty Dollars ($50.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Contract; and (d) that this Contract may be cancelled or terminated by the Town and all moneys due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this article of the Contract. Before payment is made by or on behalf of the Town of any sum or sums due on account of this Contract or for Extra Work, the Town shall require the Contractor and each and every subcontractor of the Contractor to file a statement in writing in form satisfactory to such officer certifying to the amounts then due and owing from the Contractor or subcontractor filing such statement to any and all laborers for daily or weekly wages on account of labor performed upon the work unpaid and the amount due to each respectively, which statement so to be filed shall be verified by the oath of the Contractor or subcontractor as the case may be that he has read such statement subscribed by him and knows the contents thereof, and that the same is true of his own knowledge. In the performance of this Contract, the Contractor shall make provisions for the installation, maintenance and effective operation of such appliances and methods for the elimination of harmful dust as have been approved by the Board of Standards and Appeals. If the provisions of Sec. 222-a of the Labor Law of the State of New York are not complied with, this Contract shall be void. It is expressly understood and agreed that this Contract is subject to the provisions of Sec. 103-a and 103-b of the General Municipal Law of the State of New York. Upon the refusal of the Contractor when called before a Grand Jury or other body as set forth in said sections 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 a public authority, to sign a waiver of immunity against subsequent criminal prosecution or, to answer relevant questions concerning such transaction or contract. (a) Such persons, and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or fire district or any public department agency or official thereof, for goods, work or services, for a period of five (5) years after such refusal, and to provide also that; (b) any and all contracts made with any municipal corporation or any public department, agency or official thereof, on or after July 1, 1959, or with any fire district or any agency or official thereof on or after September 1, 1960, by such person, and by any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation or fire district without incurring any penalty or damages on account of such cancellation or termination, but any moneys owing by the municipal SHAC Al-01 C - 16 10/18/01 ~ CBOUP CONTRACT corporation for goods delivered or work done prior to the cancellation or termination shall be paid. Any person who, when called before a Grand Jury or other body as set forth in said sections to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority, or with a public department, agency or official of the State or of any political subdivision thereof or of a public authority, refuses to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract and any firm, partnership or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or with any public department, agency or official thereof, for goods, work or services, for a period of five (5) years after such refusal, or until a disqualification shall be removed pursuant to the provisions of Sec. 103-c of the General Municipal Law. Art. 42 iNSURANCE. The Contractor shall not commence work under the Contract until he has obtained all insurance required under this article and such insurance has been approved by the Town, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Insurance cartier shall be licensed in New York State with a Best Rating of at least A- VII. Certificates of such insurance shall be filed with the Town and shall be subject to the approval of the Town for adequacy of protection. All original policies and certificates of insurance shall be stamped "Premium Paid." All policies relating to this Contract shall be so written that the Town shall be notified of cancellation or changes at least thirty (30) days prior to the effective date of such cancellation or change. Certificates from the insurance carrier shall be filed with the Town and shall state the limits of liability and the expiration date for each policy and type of coverage. Renewal certificates covering the renewal of all policies expiring during the life of the Contract shall be filed with the Town not less than thirty (30) days before the expiration of such policies. The Contractor shall take out and maintain during the life of this Contract such Comprehensive Liability and Property Damage Insurance as will protect him, the Town, the Engineer and any subcontractor performing work covered by this Contract, from claims and suits for damages for personal injury, including accidental or wrongful death, as well as claims and suits for property damages, which may arise from operations under this Contract whether such operations be by himself, his agents or by any subcontractor or by any one directly or indirectly employed by any of them and the minimum amounts of such insurance shall be as follows: (a) Comprehensive Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Comprehensive Liability and Property Damage Insurance as shall protect him and any subcontractor performing the work covered by this Contract for claims for damages for personal injury, including accidental death, as well as for claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, or by any one directly or indirectly SHAC Al-01 C - 17 10/18/01 I~:/~ GI2OUD CONTRACT employed by either of them, and the amounts of such insurance shall be as follows: Comprehensive Liability Insurance - in an amount not less than One Million Dollars ($1,000,000.) for bodily injuries, including wrongful death, to any one person and subject to the same limit for each person and in an amount not less than Three Million Dollars ($3,000,000.) general aggregate for the protection of the Contractor, the Town and the Engineer. Property Damage Insurance - in an amount not less than One Million Dollars ($1,000,000.) for damages on account of any one accident and in the aggregate for the protection of the Contractor, the Town and the Engineer. The above policies for public liability and property damage insurance must be so written as to include Contractor's Protective Liability and Property Damage Insurance to protect the Contractor against claims arising from the operations of any subcontractor, products and completed operations. Comprehensive Liability Insurance shall include: Coverage on all premises and operations Contractual liability Independent contractors Explosion and collapse hazard Underground property damage Broad form property damage Completed operation coverage (b) Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Town, with respect to the operations he or his subcontractors perform, a regular Protective Public Liability Insurance policy for and on behalf of the Town of Southold, Holzmacher, McLendon & Murrell, P.C., providing for a limit of not less than One Million Dollars ($1,000,000.) CSL for all damages arising out of bodily injuries to or death of one person and subject to that limit for each person; and regular Protective Property Damage Insurance providing for a limit of not less than Three Million Dollars ($3,000,000.) CSL for all damages arising out of injury to or destruction of property in any accident. The insurance must fully cover the legal liability of the Town of Southold as Owner, and Holzmacher, McLendon & Murrell, P.C., as Engineers. The coverage provided under this policy must not be affected if the Town or the Engineer performs work in connection with the project either for, or in cooperation with, the Contractor as an aid thereto, whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents, or if the Town or the Engineer directs or supervises the work to be performed by the Contractor. (c) Automobile Public Liability and Property Damage Insurance on Owned Vehicles, Non-Owned Vehicles and Hired Vehicles: The Contractor shall take out and maintain during the life of the Contract, such automobile public liability and property damage insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages for personal 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 any one directly or indirectly employed by either of them SHAC Al-01 C - 18 10/18/01 tt~,~ Q F~OU P CONTRACT and the amounts of such insurance shall be as follows: Automobile Public Liability Insurance - in an amount not less than One Million Dollars ($1,000,000.) CSL for bodily injuries, including wrongful death of any one person, and subject to the same limit for each person and in an amount not less than Three Million Dollars ($3,000,000.) on account of any one accident. Automobile Property Damage Insurance - in an amount of not less than Three Million Dollars ($3,000,000.) CSL. Endorsement shall indicate that policy is considered primary and not contributory with Owner's policy. The following types of insurance shall be provided: (d) Workmen's Compensation Insurance - the Contractor shall take out and maintain during the life of this Contract, Statutory Workmen's Compensation Insurance for all of his employees, employed at the site, and in case any work is sublet, the Contractor shall require the subcontractor similarly to provide Statutory Workmen's Compensation Insurance for all employees of the latter unless such employees are covered by the protection afforded by the Contractor. (e) Contractual Liability Insurance - covering indemnification provided in Art. 34A of the Town and Engineer to the extent customarily available and shall be in the amounts specified in (a) and (b) above. Art. 43 CHATTEL MORTGAGES. No materials, equipment or supplies for the work shall be purchased by the Contractor or by any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which any interest is retained by the seller. The Contractor warrants that he has clear title to all materials and supplies used by him in the work. Art. 44 PATENT RIGHTS. As part of his obligations hereunder and without any additional compensation, the Contractor will pay for all patent fees or royalties, required in respect to the work or any part thereof on any material or equipment installed or process used and will fully indemnify the Town for any loss on account of infringement of any patent rights. Art. 45 UNLAWFUL PROVISIONS. If this Contract contains any unlawful provisions not an essential part of the general structure of the Contract and which shall not appear to have been a controlling or material inducement in the making thereof, the same shall be deemed of no effect and shall be deemed stricken from the Contract without affecting the binding force of the remainder. Art. 46 USE OF PREMISES. The Contractor shall confine his materials and their storage and the operations of his workmen to limits indicated by law, ordinances, permits or directions of the Engineer, and will not unreasonably encumber the premises with such materials, but shall store them in orderly fashion, so that they will not interfere with the work under this or SHAC Al-01 C - 19 10/18/01 CONTRACT other contracts. The Contractor shall not load or permit any part of the work to be loaded with a weight that will endanger its safety or unduly affect the structure or any part thereof. The Contractor shall enforce the instructions of the Engineer regarding signs, advertisements, fires and traffic. Pat. 47 RIGHT OF TOWN TO DECLARE CONTRACTOR IN DEFAULT. The Town has the right to declare the Contractor in default: (a) if the Contractor shall fail, within the time required, to begin the work to be done under this Contract; or (b) if the work to be done under this Contract shall be abandoned; or (c) if the Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors; or (d) if a receiver or liquidator shall be appointed for the Contractor or for any of his property by Court Order and such Order shall not be vacated within twenty (20) days atter sugh appointment, or the proceedings in connection therewith shall not be dismissed within twenty (20) days after such appointment, or the proceedings in connection therewith shall not be stayed on appeal within the said twenty (20) days; or (e) if the Contractor shall fail to or refuse to regard laws, ordinances and regulations or such orders as may from time to time be given by the Town or the Engineer with respect to the work; or (f) if the Contractor shall refuse or fail, after notice from the Engineer, to supply enough properly skilled workmen or proper materials; or (g) if the Contractor shall violate any of the provisions or covenants of this Contract or shall not perform the same in good faith in accordance with the terms thereof; or (h) if the Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period specified (or any duly authorized extension thereof) or shall fail to complete the work within said period; or (i) if the Contractor shall fail to make prompt payment to a person supplying labor or materials for the work; or (j) if the Contractor shall assign or sublet the work otherwise than as specified; or (k) if the Engineer should be of the opinion and shall certify in writing to the Town that the work or any part thereof is unnecessarily or unreasonably delayed, or that the Contractor is not complying with his orders, or is not executing the Contract in good faith, or that suitable and sufficient men, materials, plant, power tools, supplies, or other means of carrying on the work are not provided to carry out all requirements of the Contract. Art. 48 LrNFINISHED WORK COMPLETED BY THE TOWN. Upon such declaration SHAC Al-01 C - 20 10/18/01 15~ GR, OUP CONTRACT of default under the provisions of Art. 47, the Town shall, by written notice, order the Contractor not to begin, or not to resume or to discontinue all work under this Contract or any part of such work, and thereupon the Contractor shall not begin, or shall not resume, or shall discontinue all work or such part thereof, and the Town shall thereupon have the power, in the manner prescribed by law, to contract for the completion of the work or such part thereof, or to place such and so many persons as it may deem advisable by contract or otherwise to work at and complete the work or part thereof, or so much of the work or part thereof, as the Town may direct or may place under contract, and take possession of and use any or all plant, tools, appliances, equipment, supplies, property and materials as they may find upon the site, and procure or cause to be procured, by contract or otherwise all plant, tools, appliances, equipment, supplies, property, and materials for the completion of the same, and charge the whole expense of the completion of the work, or part thereof to the Contractor. Art. 49 CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT. If the work on the Contract as a whole shall be stopped by order of the court or any public authority, for a period of three (3) months without act or fault of the Contractor or of any of his agents, servants, employees or subcontractors, the Contractor may, upon seven (7) days notice to the Town, discontinue his performance of the work and/or terminate the Contract, in which event the liability of the Town to the Contractor shall be determined as provided in the articles imme- diately preceding, except that the Contractor shall not be obligated to pay to the Town any excess of the expense of completing the work over the unpaid balance of the compensation to be paid the Contractor hereunder. The Contractor shall be reimbursed for expenses incurred during delays for which he is not responsible pursuant to the provisions of Art. 35. Art. 50 POWER OF CONTRACTOR TO ACT IN AN EMERGENCY. In an emergency threatening injury to persons or damage to the work or to any adjoining property, the Contractor may act, to prevent such threatened injury or damage, and shall so act if instructed or authorized by the Engineer. The compensation due the Contractor by reason of any such action shall be determined by the Engineer, in accordance with the provisions of Art. 31. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year as first above written. TOWN OF SOUTHOLD, NEW YORK CONTRACTOR SHAC Al-01 C - 21 10/18/01 1~2n4 G~OUP CONTRACT STATE OF NEW YORK ) )SS: COUNTY OF SUFFOLK ) On this __ day of __ ,20 , before me personally came , to me personally known who, being by me duly sworn, did depose and say that he resides at ,, that he is the of the TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, the municipal corporation described in, and which executed the above instrument; that he knows the corporate seal of said Town; that the seal affixed to said instrument is such corporate seal; that it was so affixed by the order of the Board of Trustees of said Town; and that he signed his name thereto by like order. NOTARY PUBLIC (SEAL) SHAC Al-01 C - 22 10/18/01 I~ QJ~OUD CONTRACT STATE OF NEW YORK ) )SS: COUNTY OF ) On this day of ,20 , before me personally came to me known, and known to me to be the individual described in and who executed the foregoing instrument, and duly acknowledged to me that he executed the same. (SEAL) STATE OF NEW YORK ) )SS: COUNTY OF ) On this __day of NOTARY PUBLIC ,20 , before me personally came to me known, who being by me duly sworn, did depose and say that he resides at ; that he is the of the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. (SEAL) NOTARY PUBLIC SHAC Al-01 C - 23 10/18/01 INSTRUCTION SHEET FOR AIA DOCUMENT G702 A. GENERAL INFORMATION 1. Purpose and RIMI~I AL~ l~x:umcnt G702, Application and Certificatc for Payment, is to hc u<d in conjuncuon with/dA Document G703, ~niinuati~ Shc~t. 2. U~ of Cu~l ~u~ 3. ~mit~ ~cqq~ ~r R~ B. COM~NG ~E G702 FORM: may cc~ a ~nt ~ ~ ~ ap~ f~, ~muan( to ~ 9.5 ~d 9.6 ~OI. ~ ~hit~t shouM ~en init~l ~ fi~res on G702 and G~ ~t ~ ~n ~ to ~ to t~ ~ount ce~ ~d att~'h ~ ~. ~e ~plet~ G702 CONTRACTOR'S APPt,ICATION FOR PAYMENT : .it =h~ ~, C.~ O,~ , 5,~-~' ARCHITECT'S CERTIFICATE FOR PAYMENT MAKING PAYMENT EXECUTION OF THE OOCUMENT 8/92 INSTRUCTION SHEET A I A l)()(,[ MI:N IS G-~02 anti A. GENERAL INFORMATION 1. Purpose end Reteted Oocumente 2. Use of Current Documente 3. Limited License for Reproduction COMPLETING THE G702 FORM: MAKING PAYMENT EXECUTION OF THE DOCUMENT 8/92 CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS AIA DOCUMENT G706A OWNER E] ARCHITECT [] CONTRACTOR [] SURE [] OTHER TO (Owner) ARCHITECT'S PROJECT NO: CONTRACT FOR: L_ PROJECT: (name, address) CONTRACT DATE: State of: County of: The undersigned, pursuant to Article 9 of the General Conditions of the Contract for Construction, AIA Document A201, hereby certifies that to the best of his know[edge, information and belief, uxcept as listed below, the Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers of materials and equip- ment, and all performers of Work, labor or services who have or may have liens against any property of the Owner arising in any manner out of the performance of the Contract referenced above. EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shall furnish bond satisfactory to the Owner for each exception.) SUPPORTING DOCUMENTS ATTACHED HERETO: CONTRACTOR: 1 Contractor's Release or Waiver of Liens, condi- tional upon receipt of final payment. 2. Separate Releases or Waivers of Liens from Sub- Address: contractors and material and equipment sup- pliers, to the extent required by the Owner, ac- companied by a Iist thereof. BY: Subscribed and sworn to before me this day of Notary Public: My Commission Expires: AIA DOCUMENT G706A ' CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS * APRIL 1970 EDITION · 19 ONE PAGE CONTRACTOR'S OWNER [] ARCHITECT [] AFFIDAVIT OF CONTRACTOR [] SURETY [] PAYMENT OF OTHER DEBTS AND CLAIMS AIA Document (3706 TO (Owner) ARCHITECT'S PROJECT NO: [~ '-1 CONTRACT FOR: L_ PROJECT: (name, address) CONTRACT DATE: State of: Cot, qty of: The undersi§ned, pursuant to Article 9 of the General Conditions of ~he Contract for Construction, AIA Documenl A201, hereby certifies that, except as listed below, he has paid in fuji or has otherwise satisfied all obligations for all materials and equipment furnished, for all work, labor, and services performed, and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Owner or his property might in any way be held responsible. EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shale furnish bond satisfactory to the Owner for each exception.) SUPPORTING DOCUMENTS ATTACHE[) HERETO: 1. Consent of Surety to Final Payment. Whenever Surety is involved, Consent of Surety is required. AIA DOCUMENT G707, CONSENT OF SURETY, may be used for this purpose, Indicate attachment: (yes ) (no ). The following supporting documents should be at- tached hereto if required by the Owner: 1. Contractor's ReJease or Waiver of Liens, condi- tional upon receipt of final payment. 2. Separate Releases or Waivers of Liens from Sub- contractors and material and equipment sup- pliers, to the extent required by the Owner, ac- companied by a list thereof. 3. Contractor's Affidavit of Release of Liens (AIA DOCUMENT G706A). CONTRACTOR: Address: BY: Subscribed and sworn to before me this day of Nolary Public: My Commission Expires: 19 AIA DOCUMENT G706 ' CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS 'APRIL 1970 EDITION ONE PAGE AJA® · © 1q70 o THE AMERICAN INSTITUTE C)F ARCHITECTSr 1735 NEW YORK AVE, NW, WAgH[NGTON, D C 20006 ~ CONSENT OF OWNER [] ARCHITECT [] SURETY COMPANY CONTRACTOR [] sure'n, [] TO FINAL PAYMENT OTHER AIA DOCUMENT G707 PROJECT: (name, address) TO (Owner) ARCHITECT'S PROJECT NO: CONTRACT FOR: L_ ._j CONTRACT DATE: CONTRACTOR: In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the on bond of [here insell name and add.ss of , SURETY COMPANY , CONTRACTOR hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall flol relieve the Surety Company of any of its obligations to Ihere insert name and address of Owner) as set forth in the said Surety Company's bond. IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of 19 , OWNERr ~urety Company Attest: (Seal): Signature of Authorized Representative Title NOTE: This form is to be used as a comoanion document to AIA OOCUM[Ni G706, CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS, Current Edition AIA DOCUMENTG7O7' CONSENT OF SURETY COMPANy TO FINAL PAYMENT* APRIL 1970 EDITION · AIA~ ONE PAGE © 1970 o THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE. NV:,', WASEUNGTON, DC 20006 lt~ ,3NOUP ATTACHMENT A - SITE PLAN ATTACHMENT B - PRELIMINARY FLOOR PLAN FIRST FLOOR PLAN m / / L- / / L__ ttJ-J / 'IY:)INYH:)glN I I / ~ QBOUP ATTACHMENT C - PRELIMINARY BUILDING SECTION ~ G~OUP ATTACHMENT D - WAGE RATES SUFFOLK WAGE RATES DAVIS BACON WAGE RATES GENERAL PROVISIONS OF LAWS COVERING WORKERS ON PUBLIC WORK CONTRACTS INTRODUCTION The Labor Law requires public work contractors and subcontractors to pay laborers, workers or mechanics employed in the performance of a public work contract not less than the prevailing nete of wage and supplements (fringe benefits) in the locality where the work is performed. RESPONSIBILITIES OF THE DEPARTMENT OF JURISDICTION A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission; a county, city, town or village; a school district, board of educe±ion or board of cooperative educa±ional services; e sewer, mater, fire, improvemen± end o±her distric± corporation; a public benefi± corporation; and a public authority awarding a public work con±tact. The Oepantmen± of Jurisdic±ion (Con±fac±lng Agency) awarding a public work con±fac± MUST obtain a Prevailing Rate Schedule listing the hourly re±es of wages and supplements due ±he workers to be employed on a public work project. This schedule may be obtained by completing and forwarding a Request for Wage and Supplement Informe±ion form (PW-$9) ±o the Bureau of Public Nonk. The Prevailing Re±e Schedule MUST be included in the specifications for the con±tact to be awarded and is deemed part of the public work con±tact. Upon the awarding of the contract, the law requires that ±he Oepartment of Jurisdiction (Con±racting Agency) furnish ±he following information to the Bureau: ±he name and address of the contractor, the date the contnac± was let and the approximate doliar value of ±he contract. To facilitate compliance with this provision of the Labor Law, a copy of ±he Departmen±'s No±ice of Contract Let form (PN-16) is provided with the original Prevailing Rate Schedule. The Oepartmen± of Jurisdiction (Contracting Agency) is required to notify the Bureau of ±he completion or cancellation of any public work project. The Department's nH-200 and nH-200.1 forms are provided for that purpose. HOURS No laborer~ worker on mechanic in the employ of a contractor on subcon±nactor engaged in ±he performance of any public work project shall be permitted ±o work more ±han eight hours in any day or more than five days in any week, except in cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to the Bureau of Public Honk for a dispensation permi±ting workers to work additional hours or days per week on e particular public work project. WAGES ANO SUPPLEMENTS The wages and supplements to be paid end/or provided to laborers, workers and mechanics employed on a public work project shall be not be less then those listed in the current Pnevailing Rete Schedule fon the locality whene the work is performed. If a prime contractor on a public work project has no± been provided wi±h a Prevailing Ra±e Schedule, the contractor must notify the Depar~men± o~ Jurisdic±ion (Contrac±ing Agencyl who in turn must reques± an original Prevailing Ra±e Schedule from the: New York State Oepertment of Labor Bureau of Public Honk S±ate Office Campus, Bldg. 12 Albany, NY 122q0 Upon receiving the original schedule, ±he Depar±men± of Jurisdiction (Contracting Agency) is rcquined to provide complete copies to all prime contrac±ors who in turn must provide copies to each subcon±ra¢~on and obtain an affidavit certifying such schedule was received. Page t - The Commissioner of Labor makes an annual determine±ion of the prevailing rates. This determination is in e~fect fr0mJulyI th~u June 30 of the Following year. The annual determination is available on the Oepartment of Labor websi±e (www.labor.state.ny.us). The prime contractor is required by law to provide copies of all applicable county schedules to each subcontractor and to obtain from each and every subcontractor an affidavit certifying that such schedules were received. IF the original schedule expired, the contractor may obtain a copy of the new annual determination From the Oeper±ment's website. PAYROLLS AND PAYROLL ~ECOROS Every contractor and subcontractor must keep original payrolls or transcripts subscribed and affirmed as true under penalty oF perjury. Payrolls must be maintained For at least three years From the project's date oF completion. At a minimum, payrolls must show the following information for each person employed on a public work pro~ect: ~ Name ~ Classification(s) in ~hich the worker was employed * Hourly wage rate(s) paid ~ Supplements paid or provided ~ Daily and weekly number of hours worked in each classification. Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within ±hirty (30) days after issuance of its First payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The Oepartment of Jurisdiction (Contracting Agency) shall receive and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, within ten days of a request, payroll records sworn to as their validity and accuracy For public work and private Hork. Payroll records include, but are not limited to~ time cards, work description sheets, proof that supplements were provided, cancelled payroll checks end payrolls. Failure to provide the requested information within the allotted ten days will result in the withholding of up to 25~ of the contract~ not to exceed one hundred thousand dollars. IF the contractor or subcontractor does not maintain a place of business in New York State end the amount of the contract exceeds $25,000, payroll records and certifications must be kept on the oroject worksite. The prime contractor is responsible For any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedule specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules by a contractor or subcontractor is a violation of Article 8 of the Labor La~. See Section 220-e(d). All subcontractors engaged by a public work project contractor cr its subcontractor? upon receipt of the original schedule and any subsequently issued achedules~ shall provide to such contractor a verified statement attesting that the subcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages and supplements specified therein. See Section 220-a. DETERMINATION OF PREVAILING NAGE AND SUPPLEMENT RATE UPDATES APPLICABLE TO ALL COUNTIES The wa~es and supplements contained in the annual determination become efFectzve July 1st Hhether or not the new determination has been received by a ~iven contractor. Care should be taken to revie~ the rates For obvious errora. ny corrections should be brought ~o the Department's attention immediately. It ia the responsibility of the public work contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district office located nearest the project. Any errors in the annual determination will be corrected and posted to the Department's website on the first business day of each month. Contractors are responsible for paying these updated rates as well, retroactive to July lat. Hhen you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates For which a given set of rates is effective. To the ex±err possible, the Page 2 Department posts rates in its possession that cover periods of time beyond the July ls± to June 30th time frame covered by a particular annual determination. Rates that extend beyond that instant time period are informational only and may be updated in future ennua! determinations that actually cover the then appropriate July 1st to June 30th time period. W~THHOLO~NG OF PAYMENTS Nhen a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay or provide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid Nages or supplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficient amount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a final determination. Nhen the Bureau of Rublic Nork finds that a contractor or subcontractor on a public Hork project failed to pay or provide the requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law to so notify the financial officer of the Department of Jurisdiction (Contracting Agency) that a~arded the public work contract. Such officer NUST then withhold or cause to be withheld from any payment due the prime contractor on account of such contract the amour± indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interest and any civil penalty that may be assessed by the Commissioner of Labor. The wi±hholding continues until there is a final determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is instituted for revie~ of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply Hith this order of the Commissioner of Labor or of the court with respect to the release of the funds so ~ithheld. S~MMARY OF NOTICE POSTING REQUIREMENTS The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public work project. The prevailing wage schedule must be encased in, or constructed of, materials capable of Ni±hs±anding adverse weather conditions and be ±i±led "PREVAILING RATE OF NAGES" in let±ers no smaller than two (2) inches by t~o (2) inches. Every employer providing workers' compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Norkers' Compensation Board in a conspicuous place on the jobsite. Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the New York State Department of Labor. APPRENTICES Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the New York State Commissioner mf LaGor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greater than the storewide building trade ratios promulgated by the Bepartment of Labor and included with the Prevailing Rate Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside the classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker~s wage rate for the c)assifica±ion of Hork the employee is actually performing. Article 8 of the New York State Labor Law requires that only apprentices individually registered Hith the NeH York Sta±e Department of Labor may be paid apprenticeship rates on a public work projec±. No other Federal or State Agency or office registers apprentices in New York State. Page Persons wishing to veri~¥ the app~e~ice r~gistra~ion Of any person mus± do so in writing to the: New York State Department of Labor Office of Employability Oevelopment/Apprenticeship Training Sta±e Office Campus, Bldg. 12 Albany, NY 12240 Fax (518) 457-7154 All requests for verification must include the name end social security number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the Albany Apprenticeship Training Central Office. Nei±her Federal nor State Apprenticeship Training effices outside Albany can provide conclusive registration information. It should be noted that the existence of a registered apprenticeship program is net conclusive proof that any person is registered in that program. Furthermore, the existence or possession of wallet cards, identification cards or copies of state forms is not conclusive proof of the registration of any person as an apprentice. INTEREST AND PENALTIES In the event that an underpayment of ~ages and/or supplements is found: * Interest shall be assessed at the rate then in effect, as prescribed by the Superintendent of Banks pursuant to section l~-a o~ the Banking Law, per annum from the date of underpayment to the date restitution is mede. * A Civil Penalty may also be assessed, not to exceed 25% of the total o~ wages, supplements and interest due. DEBARMENT Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public work contract or subcontract with any state, municipal corporation or public body for a period of five years when: * Two willful determinations have been rendered against ~hat contractor or subcontractor and/or its successor within any consecutive six-year period. * There is any willful determination that involves the falsification of payroll records or the kickback of wages or supplements. CRIMINAL SANCTIONS Hillful violations of the Prevailing Nege La~ (Article 8 of the Labor Law) constitute a misdemeanor punishable by fine or imprisonment, or both. DISCRIMINATION No employee or applicant for employment may be discriminated against on account of age, race, creed, color, national origin, sex, disability or marital status. No con~ractor, subcontractor nor any person acting on its behalf, she1! by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is ~uali~ied and available to perform the work to ~hich the employment relates. See Section 2~O-e(a). No contractor, subcontractor nor any person acting on its behalf~ shall in any manner, discriminate against or intimidate any employee on account of)race~ creed, color, disability, sex or na±ional origin. See Section 220-e(b The Human Rights Law also prohibits discrimination in employment because of age, marital status or religion. Page There may be deducted from the amount payable to the contrac±or under the contract a penalty of fifty dollars for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the contract. See Section £20-e(c). The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereunder may be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections o~ the contract. Bee Section Every employer subject to the New York State Human Rights Law must conspicuously pos± at its offices, places of employment, or employment training centers notices furnished by the State Division of Human Rights. WORKERS' COMPENSATION In accordance with Section lq2 of the State Finance Law, the contractor shall maintain coverage during the life of the contract for the benefit of such employees as required by the provisions of ±he Ne~ York State Norkers' Compensation Law. A Contractor who is awarded a public work con±ract must provide proof of workers' compensation coverage prior to being allowed to begin work. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New York State. Proof of coverage must be on form C-105.2 (Certificate of Norkers' Compensation Insurance) and must name this agency as a certificate holder. If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a company authorized to ~ri±e workers' compensation coverage in this state. The coverage must be listed under item 3A of the information page. The contractor mus± maintain proof that subcontractors doing work covered under this contract secured and maintained a ~orkers' compensation policy for all employees working in New York State. Every employer providing workers' compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Norkers' Compensation Board in a conspicuous place on the jobsite. UNEMPLOYMENT INSURANCE Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the ~obsi±e notices furnished by the New York State Department of Labor, PN-203 (6/01) Page 5 - Page 01 Prevailing Rate Schedule New York Sta±e Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 Suffolk County General Construction Rakes INSTRUCTIONS PREVAILING RATE SCHEDULE INFORMATION This information is provided to assist you in the interpre±ation of particular requirements for each classification of worker contained in the attached Schedule of Prevailing Rates. PAID HOLIDAYS Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If mn employee works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed. OVERTIME Overtime holiday pay is the premium pay that is required for Hork performed on specified holidays. It is only required where the employee actually performs ~ork on such holidays. The applicable holidays are lis±ed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME RAY section lis±ings for each classification. SUPPLEMENTAL BENEFITS Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision of supplements is for each hour worked, some classifications require the payment or provision of supplements for each hour paid (including paid holidays on which no work is performed) and/or may require supplements to be paid or provided at a premium rate for premium hours worked. EFFECTIVE DATES When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. The rate listed is valid until the nex~ effective rate change or until the new annual determination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the curren~ prevailing rates of wages and supplemen±s. If ~ou have any questions, please contact the Bureau of Public Work or visit the ~ew York State Department of Labor website (ww~,labor.state.ny,us) for current wage rate information. APPRENTICE TRAINING RATIOS The following are the allowable ratios of registered Apprentices to Journey- For example, the ratio l:l,l:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be in place on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice is allowed. The lest 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 O~fice a~ 1518) q57-8820 if you have any questions. Title ITrade) Ratio Boilermaker l:l~l:q Page 02 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 Carpenter Electrical (Outside) Lineman Electrician (Inside) Elevator/Escalator Construction 8 Modernizer Glazier Insulation 8 Asbestos Worker Iron Worker Laborer Op Engineer Painter Plumber 8 Steamfitter Roofer Sheet Metal Worker Sprinkler Fitter 1:1,1:4 1:1,1:4 1:1,1:2 1:1,1:3 1:1,1:2 1:1:I:3 1:1 :4 1:1,1:6 1:1,1:3 1:1,1:5 1:1,1:3 1:1,1:3 1:1,1:2 1:1,1:3 1:1,1:2 If you have any ouestions concerning the attached schedule or would tike additional information, please contact the nearest BUREAU of PUBLIC WORK District Office or write to: New York State Department of Labor Bureau of Public Work State Office Campus, BlOg, 12 Albany, NY 12240 District Office Locations: Bureau of Public Bureau of Public Bureau of Public Bureau of Public Bureau of Public Bureau of Public Bureau of Public Bureau of Public Bureau of Public Bureau of Public Work - Albany Work - Binghamton Work Buffalo Work - Hempstead Work - Rochester Work - Syracuse Work - Utica Work - White Plains Work - New York City Work - Central Office Telephone# FAX ~ 518-457-2744 607-721-8005 716-847-7159 516-485-4878 716-258-8505 316-428-4056 315-793-2314 914-997-g507 212-352-6088 518-457-5589 5/23/20011 NOTES Admin. 518-485-0240 607-721-8004 716-847-7650 516-485-0322 716-258-4708 315-428-4671 315-793-2342 914-997-9523 212-352-6186 518-485-1870 OVERTIME / HOLIDAY CODES OVERTIME Following is an e×plana±ion of the codels) listed in the OVERTIME section of each classification contained in the attached schedule, Additional requirements may also be listed in the HOLIOAY section. A ) Time and one half of the hourly rate after 7 hours per day. AA) Time and one half of the hourly rate after 7 and one half hours per day. B ) Time and one half of the hourly rate after 8 hours per day. B1) Time and one half of the hourly rate for the 9th A loth hours week days and the tst 8 hours om Saturday. Double the hourly rate for all additional hours. C ) Oouble the hourly rate after 7 hours per day. C1) Double the hourly rate after 7 and one half hours per day. 0 ) Double the hourly rate after 8 hours per day, 01) Double the hourly rate after g hours per day. E ) Time and one half of the hourly rate on Saturday. El) Time and one half 1st q hours on Saturday. Double the hourly rate all additional Saturday hours. Page G$ Prevailing Rate Schedule New York S±a±e Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 E2Saturday may be used as a make-up day at s±raight time when a day is lost during that week due to inclement weather. E3 Between November la± and March 3rd Saturday may be used as a make-up day at straight ±ime when a day is lost during that week due to inclement weather, provided a given employee ~as worked between 18 and 32 hours that Heek. E4Saturday and Sunday may be used as a make-up day at s~rai~ht time when a day ia lost during that week due to inclement wee±her. RTime and one half of the hourly rate on Saturday and Sunday. Time and one hal~ of the hourly rate on Saturday and Holidays. Time and one half of ~he hourly ra~e on Saturday, Sunday, and Holidays. ITime and one half of the hourly rate on Sunday. JTime and one hal~ of the hourly rate on Sunday and Holidays. KTime and one half of the hourly rate on Holidays. LDouble 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. Q Double the hourly rate on Sunday and Holidays. R Double ±he hourly rate on Holidays. S THO and one half times the hourly rate for Holidays, i~ worked. Sl) Two and one half ~imes the hourly rate the first 8 hours on Sunday or Holidays. One and one hal~ times the hourly rate all addi±ional hours. T ) Triple the hourly rate for Holidays, if worked. U ) Four times the hourly rate for Holidays, if worked. V ) Including benefits at SAME PREMIUM as shown for overtime. N ) Time and one half for benefits on all over±ime hours. NOTE:BENEFITS are REP HOUR NORKED, 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 work. If an employee works on a day lis±ed as a paid holiday, this remuneration is in addition ±o payment of the required prevailing rate for the work actually performed. OVERTIME Holiday Pay: Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee ac±ually performs work on such holidays, The applicable holidays are listed under HOLIDAYS:OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation of the code(s) listed in the HOLIDAY section of each classification contained in the attached schedule. The Holidays as listed beloH are to be paid at the wage rates at which the employee is normally classified. 1 ) None. 2 ) Labor Day. ~ ) Memorial Day and Labor Day. q ) Memorial Day and July qth. 5 ) Memorial Day, July qth, and Labor Day. 6 ) New Year's Day, Thanksgiving Day, and Christmas Day. 7 ) Lincoln s Birthday, Nashington s Birthday, and Veterans Day, 8 ) Good Friday. 9 ) Lincoln's Birthday. 10 ) Nashington's Birthday. ll ) Columbus Day. 12 ) Election Day. Page Oq Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUPFOLK 2001 15 Presidential Election Day. 1/2 Day on Presidential Election Day. 15 Veterans Day. 16 Day after Thanksgiving Day. 17 July 4th. 18 1/2 Day before Christmas Day. 19 1/2 Day before Ne~ Years Bay. 20 Thanksgiving Day. 21 Ne~ Year's Day, 22 Christmas Day. Day before Christmas, Day before New Year's Bay. 25 Presidents' Bay. 26 Martin Luther King, Jr, Day, Asbestos Worker ASBESTOS WORKER NAGES: (per hourl 1/01/0i- 7/01/01- 1/01/02- 6/30/01 12/51/01 6/50/02 Asbestos Worker ....... $ 5q.81 Addit. $1.20/hr. Addi±. $1.~O/hr. OVERTIME: See ( C, O, T*, V ) on OVERTIME PAGE. ~ overtime code T applies to Labor Day only if worked. HOLIOAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 9, 11, 15, 16, 25 ) on HOLIDAY PAGE. For Rem./Abatement: See ( 1 ) on HOLIDAY PAGE, APPRENTICES:( 1 )year terms at the following percentage of Journeyman's rates. 1st 2nd 3rd qth qO% 60% 70% 80% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman $ lC,gq Apprentices Same X as $ 19.9q NAGES (per hour) 6/01/99- 5/51/00 Rem./Abatement only~ .... $ 22.00 non mechanicial systems that are not to be scrapped. other removal or abatement refer %0 Laborer Asbestos Abatement. OVERTIME: Rem./Abatement: Time and One-Half after 8 hours per day and after 5 work days per week. Journeyman Rem ~ Abatement $ q.O0 9-t2 Boilermaker BOILERMAKER WAGES: (per hour) Page 05 Prevailing Ra±e Schedule Ne~ York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 7-01-01- 9-01-01- 8-31-01 8-31-02 Boilermaker ........... $ $q.92 $ 35.88 OVERTIME PAY: See ( 0, E, Q ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 8, 16, 23, 24 ) on HOLIDAY PAGE. OVERTIME: See ( q, 6, 11, 12, 15, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following percentage of journeyman's 1st 2nd 3rd qth 5th 6~ch 7th 8th 65% 65% 70% 75% 80% 85% 90% 95% SUPPLEMENTAL BENEFITS; (per hour worked) $ 4,3q + $ 4.34 + 47 % of 47 Y, of 4-5 Carpenter - Building and Heavy Highway CARPENTER WAGES: (per hour) 7-01-01- 6-30-02 Building Carpenter .......... $ 31.08 Heavy/Highway: Carpenter .......... $ 31.08 OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. NOTE: ON NEH YORK STATE DEPARTMENT OF TRANSPORTATION AND OR, ANY GOVERMENT MANDATED OFF SHIFT WORK THE FOLLOWING RATE(S) SHALL APPLY= Monday thru Friday 4:OOpm to lZ:OOam ...... $ 34.97 HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 10, 16 ) on HOLIDAY PAGE. APPRENTICES : ( 1 ) year terms at the following Building Heavy/Highway 1st yr qO% 2nd yr 55% 55% 3rd yr 65% 65% 4th yr 75% 75% SUPPLEMENTAL BENEFITS: (per hour worked) Page 08 Prevailing Ra±e Schedule New York S±a~e Depar±men~ of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 Journeyman $ 22.83 Appr ls± 8 2nd ±erms 10.80 Appr 3rd 8 q~h terms 10.80 q-SUF Carpen±er - Coverer CARPENTER NAGES; (per hour) t/01/01 Carpet/Resilient Rloor Coverer ......... $ 33.38 OVERTIME PAY: See ( B, E, O ] on OVERTIME PAGE. HOLIDAYS: PAID: See ( 18, 19 ) on HOLIDAY PAGE. PAID: See ( 5, 6, 11, 13, 16, 18, lg, 25 ) for 1st 8 2nd yr. Apprentices OVERTIME: See (5~ 6, 1t, 13, 16, 18, 19, 25 ) on HOLIOAY PAGE. APPRENTICES: ( 1 ) year terms a± the following percentage of Journeyman's ~age. lsd. 2nd. 3rd. 40% 50% 85% 80% SUPPLEMENTAL BENEFITS: (per hour paid} Journeyman $ 22.81 Apprentices 15.96 Carpenter - Dockbuilder CARPENTER NAGES: (per hour) 7/01/00 7/01/01 Piledriver ........... $ 33.39 addi±. $ .g2/hr. Oockbuilder .......... 33.39 "" "" OVERTIME PAY: See HOLIDAYS: PAIO: See PAIO: See OVERTIME: See APPRENTICES: ( 1 lsd. 2nd. qOX ( B, E2, 0 ) on OVERTIME PAGE. 18, 19 ) on HOLIDAY PAGE. ~ 8, 11, 13, 16, 18, 19, 25 } for 1st ~ 2nd yr. Apprentices 6, 11, 13, 16, 18, 19, 25 ) on HOLIOAY PAGE. year terms at the ~ollowing percentage of Journeyman's 3rd. qth. 65% 80X Page 07 Prevailing Rate Schedule New York S±e±e Oepar~men± of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman $ 22.81 Apprentices 15.96 Carpenter - Marine Construction/Diver CARPENTER NAGES: (per houri Marine Construc±io~: Marine Diver .......... $ " " Tender .... $ 7/01/00 7/01/01 qo.gB addit. $1.05/hr. 30.35 addit. $ .87/hr. OVERTIME PAY: See ( B, E, E2, 0 ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 18, 19 ) on HOLIDAY PAGE. PAID: See ( 5, 6, lO, 11, 13, 16, 18, 19 ) for 1st ~ 2nd yr. Apprentices OVERTIME: See ( 5, 6, 10, 11, 13, 18, 18, 19 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year ±arms at ~he following percentage of the journeyman's Is± 2nd 3rd qth 40% 50% 65% 80% SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman $ 22.81 Apprentices 15,g6 Carpenter - Millwrigh~ CARPENTER NAGES: (pen hour) 1/01/01- 6/30/01 Building: Millwright ........... $ 33.74 OVERTIME PAY: See ( HOLIDAYS: PAID: See PAID: See OVERTIME: See APPRENTICES: ( wag~t. 2nd. 55% 65% B, E, E2, Q ) on OVERTIME PAGE. ( 18, 19 ) on HOLIDAY PAGE. ( 5, 6, 11, 13, 16, 18, lq, 25 ) for 1st 8 2nd yr. Apprentices ( 5, 6, 11, 13, 16, 18, 19, 25 ) on HOLIDAY PAGE. 1 ) year terms at the following percentage of Journeyman's 3rd, qth. 75% g5% SUPPLEMENTAL BENEFITS: (per hour paid) Page 08 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 Journeyman $ 2q,79 Appr 1st term 16.63 Appr 2nd term 18.15 Appr 3rd term 20.3q Appr q±h term 22.67 9-7q0,1 CARPENTER NAGES: (per houri 7/01/00 7/01/01 Timberman ......... $ 30.5q Addit. $ .88/hr. OVERTIME: See ( B, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 18, 19 ) on HOLIDAY PAGE. PAID: See ( 5, 6, 11, 13, 16, 18, 19, 25 ) for ls± 8 2nd yr. Apprentices OVERTIME: See ( 5, 8, 11, 13, 16, 18, 19, 25 ) on HOLIOAY PAGE. APPRENTICES: { 1 ) year terms at the following percentage of Journeyman's wag~t.~ 2nd. 3rd. qth. qO% 50% 65% 80% SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman $ 22.81 Apprentices 15.96 Core Driller Only those projects which are within a radius of 50 miles from City Hall in New York City. CORE DRILLING NAGES: (per hour) 10/16/00 10/16/01 Core Drilling: Driller .............. $ 23.73 Addit. $1.O0/hr. Helper ................ 19.72 Addit. $ .75/hr. Note: Hazardous Haste Pay Differential: For Level C, an additional $ 0.25 per hour For LevelB' an additional .75 per hour For Level A, an additional 1.O0 per hour Note: Nhen required to work on ~ater: an additional $ 0.25 per hour. OVERTIME PAY: See ( B, E, K*, P, R*~ ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 5, 6 ) on HOLIDAY PAGE. OVERTIME: ~ See (5~ 6 ) on HOLIDAY PAGE, ~* See ( 8, 10, 11, 13 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Page 09 Prevailing Rate Schedule New York Sta±e Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 $ 9.59 9~1536 Electrician ELECTRICIAN WAGES: (per hour) 7-01-01- B-04-02- 5-03-03 5-03-02 5-02-03 6-30-04 Electrician ............ $ 37.00 Fire Alarm ............. 37.00 Audio/Sound ............ 37.00 $ 39.00 $ 41.00 ~9.00 ql.O0 39.00 qt.O0 OVERTIME PAY: See { B, Q, V** ) on Overtime Page. NOTE: ON NEW YORK STATE DEPARTMENT OF TRANSPORTATION AND OTHER GOVERNMENT MANOATED WORK WHEN OFF SHIFT HORK IS REQUIRED,THE FOLLOWING PREMIUM RATES OF PAY SHALL BE IN EFFECT: SWING SHIFT: q:30 P.M.to 12:30 A.M ..... $ 43.41 $ 45.76 $ 48.11 GRAVEYARD SHIFT 12:30 A.M.to 8:A.M ........ 48.63 51.26 53.89 HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE, OVERTIME: See ( 5, 6, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: I 1 ) year terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4±h 5th 6th 35X 40% 45% 50% 60% 70% SUPPLEMENTAL BENEFITS: (percents based on hourly wages/others pep hour) Journeyman q3.5% + 43.5% + q3.5% + $ 5.15~* $ 5.2q** $ App ls± yr 12.0% + 12.0% + 12.0% + $ 2.62,~ $ 2.70~ $ 2.90~* Amp 2nd yr 21.5% + 21.5% + 21,5% + $ 3.51~* $ 3.59~ $ 3.79~ Apg 3rd yr q3.5% + 43.5% + q3.5% + $ 5.15~* $ 5.2q~ $ $ 5.15w~ $ 5.2~ $ 5.~q~ $ 5.15*~ $ 5.2q~ $ 5.q~ Amp 6th yr q3.5% + q3.5% + q3.5% + $ 5.15~ $ 5.2q~ $ 5.q4~* PUMP & TANK WORK 7-01-01- 5-0q-02- 5-03-02 5-02-03 JOURNEYMAN ....... $ 30.t0 $ ~1.30 Page 10 Prevailing Rate Schedule Ne~ York State Oepartmen± of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 OVERTIME; See ( B, E, Q } on OVERTIME PAGE. HOLIDAYS: Paid ( 1 Overtime ( 5, 6, 9, 16, 25 ) on HOLIDAYS PAGE. Apprentices: One ( 1 ) year terms at the following percent of journeyman's rata. ls~ 2nd 3rd 4th 5th 40% 50X 60% 70% 85% Supplemental Benefits : per hour worked. 50 1/2% of hourly ra±e 4-25 Electrician - Lineman ELECTRICIAN For Utili±y Distribution 8 Transmission Line Construction. WAGES: (per hour) 7-01-01- 9-30-01- Lineman / Splicer ............... $ 31.45 Ma~erial Man .................... 27.36 Heavy Equip. Oper ............... 25.16 Groundmen ....................... 18.87 Flagman ......................... 14.15 OVERTIME PAY: See ( B, q ) on OVERTIME PAGE. 10-01-01- 9-30-02 $ 1.20 adtl HOLIDAYS: PAID: See ( 5, 6, 8, g, 10, 11 ) on Holiday page. OVERTIME: See ( 1 ) on 0var~ime Page. * APPRENTICES: 1000 hour Periods at the following Percen±age o~ Journeyman's Hage. let. 2nd. 3rd. 4~h. 5th. 6~h. 7th. 60% 65% 70% 75% 80% 85% 90% SUPPLEMENTAL BENEFITS: (percents based on gross wages-others par hour) 21.25% + $ 3.91 Underground Natural Gasline Mechanic: ( 2" or less ) Journeyman U.G.Mechanic ....... OVERTIME: See ( B, E, E2, P ) HOLIDAYS:: PAID: See l E, 6, 8, g, 10, 11, OVERTIME: 7-01-01- 3-01-02- 2-28-02 2-28-03 $ 26.63 $ 27.52 16 ) on Holiday Page. See ( 1 ) on 0ver~ime Page. Page ll Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 Supplemental Benefits: ( per hour worked ) 22.5% + 23.0% + $ q. O0 $ q. OO q-lOqg line Electrician - Maintenance ELECTRICIAN (Maintanance) "PLEASE NOTE" Applicable to electrical maintenance of existing electrical systems including, but not limited to traffic signals 8 street lighting. WAGES: (per hour) 7-01-01- q-30-02 Electrician ........ $ 29.30 OVERTIME PAY: See ( B, H, ) on OVERTIME PAGE. HOLIDAYS: PAIO: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following wage. 1st 2nd 3rd qth 5th 40% 50% 60% 70% 80% SUPPLEMENTAL BENEFITS: (per hour worked) 3% of Wage + $ 12.23 q-25m Electrician - Teleda~a ELECTRICIAN (Telephone and Integrated Tale-Data Systems) "PLEASE NOTE" This rate does not apply to construction o~ a new building or a major renovation of an existing one. In those cases the regular Electrician rate applies. Please call Hempstead District Office at (516)q85-q878 to ensure proper rate. WAGES: (per hour) 7-01-01- 4-27-02- q-26-02 4-25-03 Journeyman ........... $ 27.69 $ 28.69 APPRENTICES: To be paid at the following percentage of the "A" Journeyman's wage(S57.00 thru 5-03-02) Page 12 Prevailing Rate Schedule New York S~ate Oepartmen~ oF Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 1st 2nd 2nd 3rd qth 5th OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See (1) on HOLIDAY PAGE, Overtime: See (5,6,11,12,16,25)) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman q7.5% + q7.5% + $ 0.67 $ 0.83 Apm 1st yr 15x + $ 3.33** App 2nd yr t5% + App 3rd yr q3.5% + Apm ~th yr ~3,5% + $ App 5th yr 43.5% + $ Ap~ 6th yr q3.5~ + q-25 Electrician - Tree Trimmer ELECTRICIAN (TREE TRIMMER) HAGES: (per hour) Line Clearance S~ecialis~ ....... OVERTIME See ( B, E, P, T 7-01-01- 1-06-02- 1-05-02 6-30-02 19.99 $ 20.qq ) on OVERTIME PAGE. HOLIDAYS PAID: See ( 5, 6, 8, 9, i0. 11, 16, ) on HOLIDAY PAGE, OVERTIME: See ( 1 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) 12.5% 12.5% + $ 4.12 $ 4.37 4-1049 Elevator - Constructor ELEVATOR Page 13 Prevailing Rate Schedule New York State Depar±men± of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 WAGES: (per hour) 3/17/01- 3117/02- 3116/02 3116/03 Eleva±or Cons±ruc±or ..... $ 38.015 $ 39.50 ' Modern. & service...$ 30.77 $ 31.96 Appren±ice: (6) month ±erms at the following percentage of Journeyman's wage. is± 2nd Srd q±h 5th 6±h 7th 8±h 9±h 10±h 50% 60% 65% 70% 75% 75% 75% 75% 75% 75% OVERTIME PAY: CONSTR. See ( C, 0 ) on OVERTIME PAGE. 0VERTIME PAY: MODERN./SERV. See ( B, H ) on 0VERTIME PAGE. HOLIDAYS: PAID: See ( 5, 6 ,7.,11,67, 16 ) on HOLIDAY PAGE. OVERTIME: See ( ~ ll, 16 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: Cons±ruction Appr. 1st year Appr. 2nd year Appr, 3rd year Appr, q±h year Appr. 5th year Modern./Service Appr. Is± year Appr. 2nd year Appr, 3rd year Appr. q±h year Appr. 5±h year (per hour worked) $ 16.055 16.735 lO.qlO 11.305 11.950 12.435 12.860 13.395 13.775 lq.690 15.305 15.095 15.7q5 10.3q5 10.785 10.975 11.445 12.235 12.305 13. 065 13.605 13.875 lq,q65 9-1 Glazier GLAZIER NAGES: (per hour) Glazier .............. $ 5/01/01 5/01/02 30.75 $ 32.20 OVERTIME PAY: See ( C, 0 ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( I ) on HOLIDAY PAGE. OVERTIME: See ( 5, 8, 16, 25 ) on HOLIDAY PAGE, APPRENTICES: ( i ) year ±erms at ±he folowing percentage ls~ 2nd 3rd 4±h 40% 50% 60% 80% SUPPLEMENTAL BENEFITS:(per hour worked) Journeyman $ 19.15 20.12 Appr 1st ~erm 6.25 6.45 Page lq Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 Appr 2nd term 12.00 12,q9 Appr 3rd term 13.q3 lq. O1 Appr 4th term 16.29 17.q7 9-1087 (DC9 NYC) Ironworker - Derrickman/Rigger IRONNORKER NAGES: (per hour) 1/01/01- 6/30/01 Oerrickman/Rigger .... $ 33.76 7/01/01- 1/01/02- 12/$1/01 6/30/02 per hour per hour OVERTIME PAY: See ( C, O, V ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE, OVERTIME: See ( 5, 6, 8, 10 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following percentage of journeyman's 1st 2nd 3rd qth 5th 6th 50% 60% 70% 80% 90X 90% SUPPLEMENTAL BENEFITS: (per hour worked) $ 2q.91 9-197 Ironworker - Ornamental IRONWORKER WAGES: (per hour) 07/01/01- 1/01/02- 12/31/01 6/30/02 Ornamental ............. $ 38.90 Addit.$1.75 Chain Link Fence ....... 38.90 per hour Guide Rail Installation. 58.90 OMERTIME PAY: See ( A, Ol, E*, q, V ) on OVERTIME PAGE. *Double time after 7 hours on Saturday. HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8 ) on HOLIDAY PAGE. APPRENTICE (1/2 ) year terms at the following percentage of Journeyman's ls±. 2nd. 3rd, qth. 5±h. 6th, 60% 65% 70% 80% 85X 95% SUPPLEMENTAL BENEFITS: Appr 1st term Appr 2nd term Appr 5rd term Appr qth term Appr Bth term (per hour worked) $ 19.40 16.9q 17.2q 17,55 18.i7 i8.48 Page 15 Prevailing Rate Schedule New York S±a±e Oepartmen± of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 AppP 6th term 19.09 9-580 Ironworker - Reinforcing Southern section of Rockland County. IRONHORKER WAGES: (per hour) 7/01/01- 6/30/02 Reinforcin9 & Hetal Lathing .......... $ 55.05 OVERTIME PAY: See ( A, E, P, V ) on OVERTIME PAGE. HOLIDAYS: PAID: See { 1 ) on HOLIDAY PAGE. OVERTIME: See { 5, 6, 8, lO, 11, 13, lB, 19 ) on HOLIDAY PAGE. APPRENTICES: t 1 )yea terms at ±he following wage rates. is* 2nd 3rdr $20.80 $23.00 $26.q5 $29.90 SUPPLEHENTAL BENEFITS: (per hour worked) Journeyman $ 21.q3 Apprentices: 1st term 13.Q$ 2nd term 15.88 5rd term 16.68 ~th term 17,68 9-~6 Ironworker - Structural IRONWORKER WAGES: [per hour) Structural ........... $ 1/01/01- 7/01/01- 1/01/02- 6/30/01 12/31/01 6/30/02 ql.55 Addit. $1.55 Addit. $1.55 Riggers .............. ql.55 per hour per hour Machinery Movers ..... ql.55 " " Erectors... ql.55 OVERTIME PAY: See ( 8, Ew, Q, V ) on OVERTIME PAGE. ~ for ls± 8 hours, double time thereafter. HOLIDAYS: PAID: See ( 18, 19 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, 18, 19 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the ~ollowing wage. is*. 2nd. 3rd. qth. 5th. 6th. $ 22.50 23.10 23.10 23.70 23.70 23.70 SbPPLEMENTAL BENEFITS: (per hour worked} Journeyman $ 23.38 Apprentices 18.58 9-q0/361 Laborer - Building Page 16 Prevailing Rata Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 LABORER HAGES: (per hour) 07-01-01- 06-30-02 Building Laborer: $ 2q. O0 (For Abatement Ra±e See Below) OVERTIME PAY: See ( A, E, E2, O ) on OVERTIME PAGE. HOLIDAYS: PAID: See I i ) on HOLIDAY PAGE. OVERTIME: See / B,6,7,11,12 I on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour ~orkedl $ 16.91 APPRENTICES: Regular Hour Terms ( Not available for Abatement Work) TERMS WAGES/HR SUPPLEMENTS/HR lhr to lO00hrs ..... S 14.00 $ 6,00 lO01hrs to 2000hrs 15.00 7,00 2001hfs to 3000hfs 17.00 7.00 3001hfs to qOOOhrs 20.00 7.00 ABATEMENT ONLY Aba±amen± Monk Only: 07-01-01~ 12-01-01- 12-01-02- 11-30-01 11-30-02 11-30-03 $ 23.00 $ 1.00 adtl. $ 1.00 adtl. Supplemental Benefits: ( per hour worked ) $ q. O0 $ q.o0 $ q.O0 A-66 Laborer - Excavation LABORER WAGES: (per hour) Laborer/Excavation: Basic ................. Flagman ............... Pipelayer ............. Tree Work, Landscape.. OVERTIME PAY: See ( B, E, HOLIDAYS: 7/01/01- 6/30/02 28.7q 28.7q 28.76 28.74 q ) on OVERTIME PAGE. PAID: See ( 2, 20 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 11, 13 ) on HOLIDAY PAGE. APPRENTICES: 1000 hour terms at the following percentage of ~ourneyman's ls± 2nd 3rd qth Page 17 Prevailing Ra±e Schedule New York Sta±e Depar±ment of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 50% 60% 75% 90% SUPPLEMENTAL BENEFITS: (per hour worked) $ l~.6q 9-731Ex Laborer - Free Air LABORER LABORER (Tunnel)-FREE AIR GROUP A: Blasters. GROUP B: Tunnel workers ~ N (including Miners, Drill Runners, Iron Men, Maintenance Men, Conveyor Men, Safety Miners, Ri~gers, Block Layers, Cement Finishers, Rod Men, Caulkers, Powder Carriers, ~lners' Helpers, Chuck Tenders, Track Men, Nippers, 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). GROUP C: Powder Watchmen, Top Laborers and Changehouse Attendants. WAGES: (per hour) 7/01/99- Laborer (Tunnel)-FREE AIR: Group A ............. $ 26.03 Grou~ B. $ 24.90 Group C ............. Small Bore Micro Tunnel Machines For Repairs on Existing Hater Tunnels For Repairs of Sewer 8 Drainage Tunnels For Repair Vehicular Tunnels 7/01/00 7/01/01 addit, addit. 2.247/hr 2.247/hr 2.15/hr 2.15/hr 1.99/hr 1.99/hr 80% of rates above 90% of rates above 85% of rates above 80% of rates above OVERTIME PAY: For Laborer (Free Air) See ( D, M, R~ ) on OVERTIME PAGE. For Repair Categories See ( B, F, R* ) on OVERTIME PAGE. & Micro Tunneling ~ S±raight time ~irs± 8 hours, double time after 8 hours. HOLIDAYS: PAID: See ( 5,(6 9, 11, 12, 15, 25 ) on HOLIDAY PAGE. OVERTIME: See ~, 6, 9, 11, 12, 15, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS GROUP A 26.18% of straight time hourly rate + $17.585 per hour paid + .28 per hour worked + 3.00 per day + .16 per hour on Overtime Hours. GROUP B 28.18% of s±raight time hourly rate + $16.825 per hour paid + ,28 per hour ~orked + 3.00 per day + .16 per hour on Over±ime Hours. Page 18 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFPOLK 2001 GROUP C 26,18% of straight time hourly rate + $ 15.SqGper hour paid + .28 per hour worked + 3.00 per day + .16 per hour on Overtime Hours. Small Bore Micro Tunnel Machines For Repairs on Existing Water Tunnels For Repairs of Sewer & Drainage Tunnels For Repair ~ Maintenance of all Subway & Vehicular Tunnels 80~ of rates above 902 of rates above 85~ of rates above 80~ of rates above Page 2 9-1q7Tnl/Free Laborer - Heavy High~ay LABORER - HEAVY/HIGHWAY CONSTRUCTION Laborer (Heav¥/High~ay): Group N 1: Asphalt Rakers and Formsetters. Group # 2: Asphalt Shovelers, Roller Boys and Tampers. Group ~3: Basic Laborer, Po~er Tool, Trackmen, Landscame, Ripelayer, Jackhammer and Concrete. WAGES: (per hour) 7-01-01- 6-01-02- 5-3t-02 5-31-03 Laborer: Group # 1 ............. $ 27.32 $ 1.50 edt1. Group # 2 ............. 26.63 1.47 " Group # 3 ............. 2q.53 1,q0 " NOTE: PREMIUM PAY 20X on straight time hours for NEW YORK STATE D.O.T and other GOVERNMENTAL MANDATED off-shift uork. APPRENTICES: ( 1 ) year terms at the following Percentages of Journeymans Wage. 1st year .......... 2nd year .......... OVERTIME PAY: See ( B, F, E2 ) on OVERTIME PAGE. HOLIDAYS: PAID: See { i ) on HOLIDAY PAGE. OVERTIME: See ( 1 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) S 13.92 q-1298 Laborer - Tunnel Compressed Air Page lg Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK ZOO1 LABORER LABORER (Tunnel)-COMPRESSED AIR GROUP 1: Blasters, Mucking and Machine Operators. GROUP 2: Tunnel Norkers~ ~ (including Miners, Drill Runners,Iron Men, Main±enance Men, Inside Muck Lock Tender, Pumpmen, Elec±ricians, Cement Finishers, Rod Men, Cauikers, Carpenters, Hydraulic Men, Shield Drivers, Monorail Operators, Motor Men, Conveyor Men, Safety Miners, Powder Carriers, Pan Men, Riggers, Miner's Helpers, Chuck Tenders Track Men Nippers, Brake Men, Form Morkers, Concrete Norkers, Tunnel Laborers, Caulker's Helpers), Hose Men, Grout Men, Gravel Men, Oerai) Men and Cabin Men. GROUP 3: Top Nipper GROUP 4: gu±side Men Lock Tender, Outside Muck Lock Tender, Shaft Men, Gauge Tender and Signal Men. GROUP 5: Powder Natchmen, NAGES: (per hour) Top Laborers and Changehouse Attendants. 7/01/99- 7/01/00- 7/01/01- 6/30/00 6/30/01 6/30/02 Laborer(Compressed Air): GROUP 1 ............... $ 27.256 GROUP 2 ............... 26.325 GROUP 3 ............... 25.837 GROUP 4 ............... 25.37 GROUP 5 ............... 22,975 addit, addit. 2.35/hr 2.35/hr 2.27/hr 2.27/hr 2.23/hr 2.23/hr 2.19/hr 2.19/hr 1.99/hr 1.9g/hr OVERTIME PAY: See ( D, N, R~ ) on OVERTIME PAGE. NOTE: Time and one-half to be paid for all overtime repair-maintenance Hork on existing equipment and facilities. * S±naight time firs± 8 hours, double time after 8 hours. HOLIDAYS: PAID: See ( 5, 6, 9, 11, 12, 15, 25 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 9, 11, 12, 15, 25 ) on HOLIOAY PAGE. SUPPLEMENTAL BENEFITS GROUP 1 26.18% of hourly rate + $ 18.41 per hour paid + .28 per hour ~orked + 3.00 per day+ .16 per Overtime Hour GROUP 2 26.18% of hourly rate + $17.78 per hour paid + .28 per hour Honked + 3.00 per day+ .16 per Overtime Hour GROUP 3 26.18% of hourly rate + $17.455 per hour paid + .28 per hour worked + 5,00 per day + .16 per overtime hour GOURP 4 26.18% of hourly rate + $ 17.141 per hour paid + Page 20 Prevailing Ra±e Schedule New York State Depar±men± of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 Page 2 .28 per hour worked + 3.00 per day + .16 per overtime hour GROUP 5 26.t8% of hourly ra±e + $15.58S per hour paid + .28 per hour worked + 3.00 per day + .16 per overtime hour 9-1qTTnl/Comp Air Mason - Building Bricklayer MASON - Building WAGES: (per hour) 1701/01 6/30/01 Building: Bricklayer .......... $ 33.q5 7/01/01- 12/31/01 Addi±. $1.10/hr OVERTIME PAY: See ( A, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: RAIO: See [ i ] on HOLIDAY PAGE. OVERTIME: See ( 5, 6, l0 ) on HOLIOAY RAGE. APPRENTICES: ( 750 hour ) terms at the following percentage of Journeyman's wage. 1st 2nd 3rd qth 5TH (500 Hrs) 50% 60% 70% 80% 90% SUPPLEMENTAL BENEFITS: Iper hour worked) Journeyman $ 15.91 15.91 Appr 8.58 8.58 6TH (500 Hrs) 9-1Brk Mason - Building Mosaic and Terrazzo Worker MASON-Building WAGES: (per hour) 1/01/00- 6/30/00 Building: Mosaic & Terrazzo Worker ,$ 31.38 " Helper .$ 30.07 OVERTIME PAY: See ( A, E, Q, V~ ) on OVERTIME PAGE. ~ $ 5.q5 added to supplemen±s. HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, 11, 15, 16, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour Mocked) $ 15.35 9-7/3 Mason - Building Tile Layer Page 21 Prevailing Rate Schedule New York State Depar~men± of Labor .................................. Cass Number .................................. 0107592 SUFFOLK 2001 MASON - Building WAGES: (per hour) BuiIding: Tile Layer ........... $ 11/01/99 31.26 OVERTIME PAY: See ( A, 0 ) on OVERTIME PAGE. HOLIDAYS: PAID: Sse ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, 10, 11, 15, 16 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hr)terms at the following percentage of journeyman's wage. 1st 2nd 3rd qth 5±h 6th 50% 55% 65% 75% 85% 95% SUPPLEMENTAL BENEFITS: (per hour worked) $ 14.82 9-7/52 Mason - Cement MASON WAGES: (per hour) 7/01/00 7/01/01 Cement Mason ......... $ 35.00 Addit. $2.25/hr. OVERTIME PAY: See ( C, O, V ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See I 5, 6, 8, ll, 13, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at the following percentage of Journeyman's ~ages and fringes, ist 2nd 3rd qth 5th 6±h 50% 60% 70% 80% 90% 95% SUPPLEMENTAL BENEFITS: (per hour worked) $ 16.13 9-780 Mason - Marble MASON-Building WAGES: (per hour) Building: Marble/ Sawyer, Rubber & Polisher ............ Marble Restoration Finishers ............. OVERTIME PAY: PAID HOLIDAY: 1/01/00 29.98 15.07 See ( A, E, Q, V ) on OVERTIME PAGE. Journeymen receive 1/2 days pay for Labor Day. Page 22 Prevailing Rate Schedule NeH York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 Cleaner~ Maintenance and lST 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: ( 1/2 ) year terms at the following percentage of Journeyman's ls~ Znd 3rd 4th 5th 6th 7th Bth 50X 55% 60% 65% 70% 80% 90% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman $ 12.33 Cleaner/Maintenance 2.40 Appr 5.80 + wage percentage of $ 6.09 9-7/24 Mason - Marble Cutters and Setters Only projects that fall within a fifty-mile radius of Columbus Circle in New York City. MASON - Building WAGES: (per hour) 1/01/00 Building: Marble Cutters 8 Set±ers ............. $ 3q.BB OVERTIME PAY: See ( B, O, V ) on OVERTIME PAGE attached. PAID HOLIDAY: Journeymen receive 1/2 days pay for Labor Day. Apprentices 1St three terms See ( 5, 6, 8, 11, 15 ) on HOLIOAY PAGE, Plus any day following a Thursday or Sunday Holiday. All others See ( 1 ) on HOLIDAY PAGE, OVERTIME: See ( 5, 6, 8, il, 15, ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms et the following percentage of journeyman's wage. 1st 2nd 3rd qth 5th 8th 50% 55% 65% 70% 80% 95% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman $ 15.65 Appr 5.90 + wage percentage of $ 9.75 9-7/4 Mason - Marble Rigger MASON-Building WAGES: (per hour) Marble-Riggers, Crane & Oerrickman...$ 1/01/00 28.72 OVERTIME PAY: See ( C, O, V ) on OVERTIME PAGE. PAID HOLIDAY: 1/2 Day for Labor DaW. OVERTIME: See ( B, 6, 8, 11, 15, 25 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Page 23 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 $ 16.82 9-7/20 Mason - Paver MASON-Building Unit Paving Work M ~ Shall include but not limited to: fired clay brick pavers, pre-cast con~ crete slabs (london walks), pressed concrete pavers, cobbie stone, all ~ypes of flagging, asphalt concrete pavers- asphaltic cemen~ sand and stone aggregate, unit salary surface. WAGES: (per hour} 8/01/99 Journeyman .............. $ 24.12 Apprentice ( one year term ) .... 20.27 OVERTIME PAY: See ( B, E, ~ ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman $ 10.76 Appr 6.08 9-1 Paver Mason - Plasterer NEW YORK CITY: Only BrookIyn and Queens counties MASON - BUILDING WAGES: (per hour} 1/01/01 Building: Plasterer .................. $ 30,16 OVERTIME PAY: See ( C, E2, 0 ) HOLIDAYS: PAID: See ( i ) on HOLIDAY PAGE OVERTIME: See ( 5, 6, 8, 11, 13, 25 ) APPRENTICES: First year: Second year: Third year: 7/01/01 1/01/02 $S0.91 $31,66 ( 1 ) year terms at the following wage rates. ls± 6 months 2nd 6 months 40% 45% 1st 6 months 2nd 6 months 55% 60% 1st 6 months 2nd 6 months 70% 75% Appr 1st term Appr 2nd term Appr 3rd term Appr q±h term Appr 5~h term Appr 6th term ( par hour Horked ) $15.14 6.13 6.92 8.48 9.27 10.83 11.62 9-530 SUPPLEMENTAL BENEFITS: Page 2q Prevailing Ra±e Schedule New York State Oepar±men± of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 Maeon- Pointer/Caulker/Cleaner MASON - Pointer/Caulker/Cleaner NAGEB (per hour) 7/01/01- 6/30/02 Pointer, Cleaner,$ Caulker (Mason) ..... $ OVERTIME PAY: See ( B, HOLIDAYS: 32.25 H, E2 ) on OVERTIME PAGE. Appr 1st term Appr 2nd term Appr 3rd term Appr qth term PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 25, 26 ) on HOLIDAY PAGE. APPRENTICES: ( 1 I year terms at the ~ollowing wage re±es. 1st 2nd 3rd qth $15.60 t8.70 22.75 27.90 SUPPLEMENTAL BENEFITS: (per hour worked} 12.65 2.50 q.50 6.50 6.50 9-tPCC Mason - Stone Setters Mason - Tile Layer Helper and Finisher MASON - Building WAGES: (per hour) 12/0t/99 Building: Tile Layer Helper 8 Finisher ....... $ 26.24 OVERTIME PAY: See ( A, E, Q ) ON OVERTIME PAGE. HOLIDAYS: PAID: See ( 1 / on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, 10, 11, 15, 16 ) on HOLIOAY PAGE. SUPPLEMENTAL BENEFITS: [per hour worked) $ 12.q8 9-7/88 Operating Engineer - Building POWER EQUIPMENT OPERATOR - /Building) BUILDING CATEGORIES: CLASS" AA "CRANES: Crane, Truck Crane, Derrick, Oragline, Dredge, Crawler Crane, Tower Crane & Pile Oriver, Page 25 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 CLASS "A": Asphalt Spreader, Backhoe Crawler, Boiler, Boring Machine, Cherry Picker (over 50 tons), Concrete Pump. Gradai1, Grader, Hoist, Loading Machine (10 yds or more), Milling Machine, Power Whinch- S±one Setting/StructuraI SteeI& Truck Mounted. Powerhousez Roed Paver, Scoop-Carryall-Scraper in Tandem, Shovel, Sideboom Tractor, Stone Spreader (self-propelled), Tank Work, Tower Crane Engineer. CLASS "B": Backhoe, Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker (under 50 Tons), Conveyor-Multz, Dinkey Locomotive, Pork Lift, Hoist (2 Drum), Loading Machine 8 Front Loader, Mulch Machine (Machine Fed), Power Winches (Not Included in Class "A"), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall, Scaper, Maintenance Man on Tower Crane, Trenching Machine, Vermeer Cutter, Work Boat. CLASS "C": Curb Machine, Maintenance Engineer (Small Eouip. 8 Well Point), Field Mechanic, Milling Machine (Small), Pulvi Mixer, Pumps (a11), Roller (dirt), Ridge Cutter, Var-All, Shotblaster, Striping Machine, Interior Hoist, Concrete Finish Machine, Concrete Spreader, Conveyer, Curing Machine, Hoist (one drum). CLASS "D": Concrete Breaker, Concrete Saw/Cutter, Fork Life or Walk Behind (power operated), Generator, Hydra Hammer~ Compactors (mechanical or hand operated),Pin Puller, Portable Heaters, Power Booms, Power Buggies, Pump (double action diaphragm). CLASS "E": Botching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler Pump (gypsum), Pump (single action diaphragm), Stump Chipper, Track Tamper, Tractor (caterpiller or wheel , Vibrator, Deckhand on Norkboat. WAGES: (per hour( 7-01-0I- 5-31-02 Class "AA" ............... $ 35.65 Cranes: Boom len~hth over 100 f~et a~d $ 0.50 p~r h~ur " 150 $ 0.75 " " " 250 " " $ 1.00 " " " " " 350 " " $ 1.50 " " Class "A" ............... $ 33.57* *Add $3.50 for Hazardous Waste Nork Class "B" ................ $ 31.75' *Add $2.50 for Hazardous Waste Work Class "C" ................ $ 30.55* *Add $1.50 for Hazardous Waste Work Class "O" ................ $ 28.11 Class "E" ................ 26.89 OVERTIME PAY: See ( 0, 0 ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 5, 6, 7, 8, 11 ) on HOLIDAY PAGE. "NOTE": Employee must be employed day before and day after a holiday to receive holiday pay. OVERTIME: See ( B, 6, 7, 8, 11 ) on OVERTIME PAGE. APPRENTICE ( i ) year terms at the following rates; 1st yr ................... $ 17.73 2nd yr ................... 18.q4 Page 26 Prevailing Rate Schedule New York State Bepartmen± of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 ~rd yr ................... 18.99 SUPPLEMENTAL BENEPZTS: (per hour workedl ALL CLASSES .............. ~ 22.89 Note:OVERTIME AMOUNT ..... 22.50 APPRENTICES .............. $ 13.39 Note:OVERTIME AMOUNT ..... 5.60 q-158 Operating Engineer - Heavy Highway POWER EQUIPMENT OPERATOR - (Heavy/Highway) HEAVY/HIGHWAY CATEGORIES: CLASS "AA" CRANES: Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane, Pile Driver. CLASS "A": Asphalt Spreader, Backhoe Crawler,Boiler, Cherrypicker (over 50 tons), Concrete Pump, Grader, Gradall, Hoist Loading Machine (lOyds or more), Milling Machine, Power Winch-Stone Setting/Struc±ural S±eel or Truck Mounted, Powerhouse, Road Paver, Scoop-gerrya11-Scaper in Tandem, Shovel, Sideboom Tractor, Stone Spreader (self propelled}, Tank Work, Track Alignment Machine. CLASS "B": Backhoe, Boom Truck, Bulldozer, Borin~ Machine/Auger, Cherry Picker (under 50 tons), Conveyor-Multi, Dinky Locomotive, Fork Lift, Hoist (2 druml, 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, Main±ance Man on Tower Crane, Trenching Machine, Vermeer Cutter, Work Boa±. CLASS "C': Curb Machine, Maintenance Engineer (Small Equip. 8 Well Point), Field Mechanic, Milling Machine (Small), Pulvi-Mixer, Pumps, Roller (Oir±), Var-All, Welding/Burning, Compressor (Structural Steel $ 2 or more Batteries), Concrete Finish Machine, Concrete Spreader, Conveyor, Curing Machine~ Fireman, Hoist (One Orum), Ridge Cutter, Striping Machine, Welding Machine (Structure1 Steel 8 Pile Work). CLASS "D": Compressor (Pile,Crane,S±one Setting), Concrete Sa~ Cutter/ Breaker, Work Lif± (Walk Behind,Power Operated), Generator (Pile Nork),Hydra Hammer, Hand Operated Compactor, Pin Puller, Portable Heater, Powered Broom/Buggy/Grinder, Pump (Single Action-1 ±o 3 Inches/Gypsum/Doulble Action Diaphragm), Hand Trenching Machine, Welding Machine. CLASS "E": Batching Plant, Generator, Grinder, Mixer, Mulching Machine, 0iler, Pump (Cen±rifugat up ±o 5 In.)~ Root Cutter, Stump Chipper, Oiler on To.er Crane, Track Tamper, Tractor, Vibrator, Deckhand on Monk Boa±. WAGES (per hour) 7-01-01- 5-51-02 Class "AA" ............... $ 56.62 Cranes: Boom Length over 100 f~et amd $ 0.50 p~r h~ur " 150 $ 0.75 " " " 250 " " $ 1.00 " " " " " 550 " " $ 1.50 " " Page 27 Prevailing Rate Schedule New York State Oepar±men~ of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 Class "A" ................ ~Add $3.50 for Hazardous Waste Work. Class "B" ................ $ 32.12~ ~Add $2.50 for Hazardous Waste Work. Class "C" ................ $ 30.90~ ~Add $1.50 for Hazardous Waste Work Class "O" ................ $ 28.q8 Class "E" ................ 27.25 "NOTE": PREMIUM PAY 202 on straight time hours for NEW YORK STATE- D.O.T. end other GOVERNMENTAL MANDATED off-shift work. OVERTIME PAY: See ( D, 0 ) on OVERTIHE PAGE. HOLIDAYS: PAID: See ( 5, 6, 7, 8, ll ) on HOLIDAY PAGE. "NOTE":Employee must be employed day before and day after e holiday to receive holiday pay. OVERTIME: See ( 5, 6, 7, 8, ll ) on OVERTIME PAGE. APPRENTICE ( i ) year terms at the following rates; 1st yr .................. $ 17.73 2nd yr .................. 18.qq 3rd yr .................. 18.99 SUPPLEMENTAL BENEFITS: (per hour worked) ALL CLASSES ............. $ 22.89 Note: OVERTIME AMOUNT.., 22.30 APPRENTICES ............. $ 13.59 Note: OVERTIME AMOUNT... 5.60 q-138 Operating Engineer - Marine Construction MARINE CONSTRUCTION WAGES: (per hour) DIPPER B CLAMSHELL DREDGES CLASS A: Operator .......... CLASS B: Operator It ....... Engineer Boat Master ....... CLASS C: Maintenance Eng... Mate .............. Drag Barge Operator Welder ............ Boat Capt ......... Chief of Party .... CLASS D: Oiler ............. Scoemem ........... Rodmen ............ Tug Deckhand ...... Deckhand .......... 7-01-01- 10-01-01- 10-01-02- 9-30-01 9-30-02 9-30-03 26.85 $ 27.q5 $ 28,07 22.03 $ 22.53 $ 23.0q 23.6q 2q.17 2q.72 22.23 22.73 23.24 $ 22.57 $ 23,07 $ 23.59 21.03 21.51 21.99 21.03 21.51 21.99 22.21 22.71 23.22 21.19 21.66 22,15 21.03 21.51 21.99 $ 17.78 $ 18.18 $ 18.59 17.11 17.q9 17.88 17.11 17.q9 17.88 17.3q 17.73 18.13 17.3q 17,73 18.13 Page 28 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 HYDRAULIC DREDGES CLASS A: Leverman ............. CLASS B: Leverman II Engineer ............. Derrick Operator ..... Chief Mate ........... Chief Welder ......... Electrician .......... Fill Placer .......... Assr.Fill Placer ..... Boat master .......... CLASS C: Maintenance Erg ...... Mate ................. Drag Barge Operator.. Nelder Dredge ........ Spider Barge Operator Boat Cart ............ Chief of Party ....... CLASS Oiler ............. Shoreman .......... Rodman ............ Oeckhand .......... Tug Deckhand ...... 7-01-01- i0-01-01- 10-01-02 9-30-01 9-30-02 9-30-03 26.36 $ 26.95 $ 27.56 22.03 $ 22.53 $ 23.04 23.12 25.6q 24.17 23.12 23.6q 24.17 22.78 23.29 23.82 23.q2 23.9q 2q.q8 22.ql 22.92 23.q3 22.78 23.29 23.82 20.85 21.32 21.80 22.22 22.72 23.23 22.57 $ 23,07 $ 23.59 21.03 21.51 21.99 21.03 21.51 21.99 22.20 22.70 23.21 22.00 22.50 23.01 21.19 21.66 22.15 21.03 21.51 21.99 17.78 $ 18.18 $ 18.59 17,12 17.50 17.90 17.12 17.50 17.90 17.12 17.50 17.90 17.34 17.73 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 OVERTIME PAGE. SUPPLEMENTAL BENIFITS:{per hour worked) "The following SUPPLEMENTAL BENEFITS apply to ALL categories" 7-01-01- 10-01-01- 10-01-02- 9-30-01 9-30-02 9-30-03 All Class A 8 B $ 5.99 $ 6.20 $ 6.45 plus 7% plus 7% plus 7% (overtime hours add) $ 1.~5 $ 1.~5 $ 1.55 All Class C (overtime hours add) $ 5.39 $ 5.60 $ 5.85 plus 7% plus 7% plus 7% All Class D (overtime hours add) $ q.79 $ 5.00 $ 5.25 plus 7% plus 7% plus 7% 0.25 s 0.25 , 0. s Page 29 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 q-2Ba Operating Engineer - Nell Driller OPERATING ENGINEER: (NELL DRILLER) NAGES: (per hour) 7-01-01- 8-01-0I- 7-31-01 7-31-02 Nell Driller: ........ $ 23.83 $ 2q.16 Nell Driller Helper:. 21.13 21.36 OVERTIME PAY: See ( B, E, G, P ) on OVERTIME PAGE. HOLIDAYS; PAID: See ( 5, 6, 16, 23 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 16, 25 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Nell Driller: ........ $ 11.03 Well Driller Helper:. 10.75 12.37 12.09 Hazardous Haste Differentia] Level A ................. Level B ................. Level C ................. $ 3.00 per hr over rate 2. O0 " " " " 1. O0 " " " " "PLEASE NOTE" For All Overtime Hours Add $ 2.50/hr q-138well Operating Engineer -Trenchless Pipeline Rehabilitation On Contracts for Inspection Only: These rates Do Not APPLY OPERATING ENGINEER - Trenchless Pipeline Rehabilitation June 1, 2000 July 1, 2001 Lead Tec TV Crew ................. $29.17 ~% increase Net Out Tec ...................... $29.17 " Technician ....................... $28.00 " Boiler Operator .................. $28.58 " Yard rate ........................ $24.51 Yard Mechanic .................... $29.58 NOTE: PREMIUM PAY 20% on straight time hours for NEN YORK STATE D.O.T, and other GOVERNMENTAL MANDATED off-shift work. OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE. HOLIDAYS: PAI0: Sea ( 5, 6, 7, 8, 11 ) on HOLIDAY PAGE.~ N~ must work day before & day after or receive 2 hfs per intermittent day OVERTIME: See ( 5, 6, 7, 8, 11 ) on OVERTIME PAGE.~ Page 30 Prevailing Rate Schedule New York State Departmen~ of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 APPRENTICE ( 1 ) year terms at the following ra~es; 1st yr .................... $ 16,7q 2nd yr .................... 17.q2 3rd yr .................... i7.9~ SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ........ $ 21.94 Note Note:OVERTIME'J~u~n~y~nl 25.90 Apprentice ............... 13,19 Note No±e: OVERTIME Appnentice 8.q0 q-158 Painter PAINTER AND DRYWALL FINISHER WAGES: {per hour3 7-01-0i- 6-30-02 Brush, PapeD Hanger,Taper $ 26.05 Structural Steel ......... Spray, Scaffold,Sandblas~ 28.47 Repaint/Renovation ....... ~Additional $2.00 per hr. for Hanging Scaffold, Spray, Sandblasting, and Rolling Scaffold 20' and over. Lead Abatemen± a~ same ra±e as classification. OVERTIME PAY: See ( A. E, K ) on OVERTIME PAGE OVERTIME PAY-Repaint/Renovation: gee ( B ) on 6VERTIME PAGE, HOLIDAY: PAID: See ( 1 OVERTIME: See ) on HOLIDAY PAGE, ( 5, 6 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms a± %he following fa±es, ls~ 2nd 3rd Brush $ 10.73 16.01 19.11 Scaff./SB ll.Bq 17.62 21.09 Struc. Stl, 12.9q 19.2q 23.08 Rpt/Ren, 10.73 16.01 19.11 SUPPLEMENTAL BENEFITS: (per hour Horked) Rpt/Ren. Journeyman $ 13.67 All other Journeyman 13.67 Appr 1st year q,76 Appr ail other ~erms lO.18 q-lq86 Painter - Brush/Spray PAINTER WAGES: (per hour) Brush ................. $ Spray ~ Scaffold ...... Fire Escape ........... Paperhanger ........... OVERTIME PAY: See ( A, H 5/01/01 5/01/02 29.25 30.25 32,25 33.25 32,25 55.25 32,25 53.25 32,85 33.70 ) on OVERTIME PAGE Page 31 Prevailing Rate ~chedule New York State Department o~ Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE OVERTIME: See ( 4, 5, 6, 25 ) on HOLIDAY PAGE APPRENTICES: Indentured a~ter 5/31/93 ( 1 percentage of journeymen's wage. 1st 2nd 3rd 4t~ 11.30 14.63 17.55 23.40 SUPPLEMENTAL BENEFITS: ( per hour worked Paperhanger $ 17.16 17.66 All others $ 14.45 15.42 Apprentices: 1st Year $ 5.65 5.65 2nd Year 7.28 7.76 ~rd Year 9.55 10.13 4th Year 14.00 14.40 ) year terms at the ~ollowing 9-NYDC9 Plumber PLUMBER WAGES: (per hour) 7-01-01- 11-01-01- 5-01-02- 11-01-02- 10-31-01 q-30-02 10-31-02 4-30-03 Plumber ...... $ 38.13 $ 36.83 $ 37.53 $ 38.28 OVERTIME PAY: See ( AC 0 ) on OVERTIME PAGE. HOLIDAY: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 15, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the ~ollowing rates. 1st year ...... $ 14.Il $ 14.35 $ 14.57 $ 14.83 2nd year ...... 17.87 18.20 18.53 18.88 3rd year ...... 23.39 23.90 24.33 2q.80 4th year ...... 25.20 25.74 26.20 26,70 5th year ...... 27.08 27.68 28.20 28.76 SUPPLEMENTAL BENEFITS: (per hour worked~) Journeyman $ 17.55 $ 18.15 $ 18.75 $ 19.30 Appr 1st term 10.50 10.78 11.08 11.34 AppP 2nd term 12.20 12.52 12.84 13.14 Appr 3rd term 12.q3 12.77 13.19 13.57 ^ppr 4th term 15.17 13.54 13.99 14.40 Appr 5th term 13.57 13.95 14.41 lq.85 (~Sundey and Holiday Bene~i±s paid at DoubIe Time rate.) PUMP 8 TANK WORK WAGES [per hour) 7-01-01- 5-31-02 Journeyman ....... $ 31.60 Page 32 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 App. 15t yr ....... App. 2nd yr ....... App. 3rd yr ....... App. 4th yr ....... Mechanic: ......... Serviceman: ....... Overtime: ( B,(E'iQ)) Holidays: Paid Overtime ( 5, 6, Apprentices: One year App: let yr ....... $ 12.22 APO: 2nd yr ....... 15.64 App: 3rd yr ....... 18.95 ApD: 4th yr ....... 22.21 Mechanic: ......... 27.57 Serviceman: ....... 18.95 Supplemental Benefits [per hour worked] Journeyman ........ $ 15.61 6.66 7.97 9.38 lO.Bq 12.56 9.38 on Overtime Page. 10, 16 ) on Holiday Page. terms at the following rates; 4-200 Roofer ROOFER 7-01-01 7-01-01- 10-01-01- WAGES: [per hour] 9-30-01 9-30-02 Roofer/Waterproofer ........... $ 26.50 $ 1.75 adtl. $ 2.25 adtl. OVERTIME PAY-New Roof: See ( A ,E, E2, q ) on OVERTIME PAGE. OVERTIME PAY-Retool: See ( 8, ~ EB, q I on OVERTIME PAGE. HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 4, 6, 13, 16, 25 ) on HOLIOAY PAGE. APPRENTICES: ( 1 ) year terms at the following percentage of journeyman's wage. let Bnd 3rd 4th 40% 50% 70% 80% SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman $ 18.04 Apprentices 1st 2.15 2nd 3.90 3rd 9.87 4th lq.46 4-154 .............................................. - ................................. Shee±metal Worker SHEETMETAL WORKER WAGES: (per hour! Sheetmetal Worker .... 7-01-01- 8-01-01- 2-01-02- 7-31-01 1-31-02 7-31-02 34.67 1.45 adtl 1.60 adtl SUPPLEMENTAL BENEFITS: Journeyman ADDr ls± ±erm ADDr 2nd ±arm ADDr 3rd ±arm Appr q±h ±arm ADDr E±h ±arm ADpr 8±h ±arm ApDr 7±h term ApDr B±h term Page 33 Prevailing Ra±e Schedule New York S±a±e OeDartmen± of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 Maintenance of Fans: .............. 80% of Shee±metal Ra±e Decking 8 Siding Work: ............ $ 28.70 OVERTIME PAY: See ( C, E2, 0 V ) on OVERTIME PAGE D, E2, O, V ) on Fan Ma±mt./ Decking 8 Siding HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 11, 12, 15, 25, 26 ) on holiday page. APPRENTICES: ( 1/2 )year terms at ±he following percen± of journeyman Pale is± 2nd 3rd qth 5th 6±h 7th 8th 50% 35% qO% q5% 50% 55% 60% 70% (per hour ~orked) $ 20.93 6.28 7.33 8.37 9.q2 10.q7 11.51 12.56 16.7~ recking ~ Siding ............. 9.96 q-28 Sheetmetal Worker - Sign Erec±or SIGN ERECTOR WAGES: (per hour) 7-01-00- 1-01-01- 12-31-00 6-30-01 Sign Erec±or .......... $ 27.q0 27.90 OVERTIME PAY: See { A, H ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 5, 6, lO, il, 12, 16 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, lO, Il, 12, 16 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year ±erms a± the following percen±age Of journeyman's Is± 2nd 3rd qth 5th 6±h 7th 8th 9±h lO±h 35% qO% 45% 50% 55% 60% 65% 70% 75% 80% SUPPLEMENTAL BENEFITS: Journeyman ........... $ 17.q7 ADP Is± ±erm .......... 3.61 App 2nd ±arm ......... App 3rd ±erm ......... q.q8 App ~±h ±arm ......... q.91 App 5±h ±erm ......... 7.3q ADp 6±h ±erm ......... 7.77 ADp 7±h term ......... 10.21 ADp 8th ±erm ......... lO.8Q App 9th term 13,07 App 10±h ±erm ........ 13,50 17.60 3.63 4.07 q.51 7.38 7.82 10.25 10.89 13.12 13.56 Page 3q Prevailing Rate Schedule New York S±ate Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 Steam{itter - Re{rigeration STEAMFITTER WAGES: (per hour) 7/01/00 Steam{itter ......... $ 23.55 Refrigeration, A/C, 0il Burner and Stoker Service and Installations, limited on Re{rigeration to combined compressors up to ~ive (5) horsepower, and on A/C Heating and Air Cooling to combined compressors up to ten (10) horsepower. OVERTIME PAY: See ( B, E, Q*, S~ t on OVERTIME PAGE. HOLIDAYS: PAID: See { 2, 6, 9, 10, 11, 15, 17, 26. Memorial Day ) on HOLIDAY PAGE. OVERTIME: * ( 2, 6, 9, 15, 17 ~ ( 10, 11, 26, Memorial Day APPRENTICES: ( 1 ) year qgh ±arms at the ~ollowing wa e. 1st 6 mo 2nd 6 mo ~d7~r 3rd yr yr $7.10 ll.4q . ~ 16.0q 19.3q SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman $ 5.56 AppP 1st ±erm 5,35 Appr 2nd term 5.1~ Appr 3rd term q.98 Appr q±h term q.85 9-638B Steamfitter - Sprinklar~i±±ar STEAMFITTER WAGES: (per hour) 5/27/01 Steam Fitter .......... $ 35.77 Sprinkler Fitter ...... 35.77 For Work on Temporary Heat ~ Air Conditioning ....... $ 27.19 OVERTIME PAY: See ( C, 0, V HOLIDAYS: ) on OVERTIME PAGE. PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 11, 15, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms a± the {ollowing percentage o{ Journeyman's lsd.' 2nd. 3rd. qth. 5th. 40~ 50~ 65~ 80~ 8BZ SUPPLEMENTAL BENEFITS: (par hou~ paid) Journeyman $ 23.30 Page 35 Prevailing Rate Schedule New York State Oepartmen± of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 + .32 per hour worked Heat & Air conditioning Apprentices 18.96 + .32 per hour worked term percentage of $23,30 plus .32 per hour worked 9-638A Survey Crew - Building SURVEY CREN- Building NAGES: (per hour) 1/01/00 7/01/00 7/01/01 Survey Rates-Building: Party Chief ......... $ 32.77 Addit. $3,01/hr. Instrument Man ...... 27~19 Addi~. $1,8q/hr. Rodman ............... 18,54 Addle. $1.31/hr. OVERTIME PAY: See ( A, E*, Q, V ) ON OVERTIME PAGE. *Doubletime paid on the 8±h hour on Saturday. HOLIOAYS: PAID: See ( 5,(6 8, 11, 12, 15, 25 ) on HOLIDAY PAGE. OVERTIME: See ~, 6, 8, 11, 12, 25 ) on HOLIDAY PAGE. Addit. $3.01/hr. Addit. SI.SA/hr. Dddit. $1.31/hr. SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman $ 15.qO 9-15Db Survey Crew - Heavy Highway SURVEY CREW - Heavy/Highway WAGES: (per hour) 1/01/00 7/01/00 7/01/01 Survey Rates-Heavy/High~ey: Party Chief ......... $ 32.11 Addit. $3.22/hr. Addit. $3.22/hr. Instrument Man ...... Rodmam .............. 21.81 Addit. $1,43/hr. Addit. OVERTIME PAY: See ( B, E*, Q, V ) ON OVERTIME PAGE. *Doubletime paid on the 9th hour on Saturday. HOLIDAYS: PAID: See ( 5, 6, 7, 11, 12 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 7, 11, 12 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour paid) Journeyman $ 15.40 9-15Dh Survey Crew Consulting Page 36 Prevailing Rate Schedule New York S±a±e Oepartmen± of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 OUTCHESS COUNTY: Only ±he portion south of the north city line in Poughkeepsie. SURVEY CREW - Consulting Engineer CONSULTING ENGINEER SURVEY Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction when performed under a Consulting Engineer agreement. WAGES: (per hour) 7/01/1999 7/01/01 7/01/02 Survey Rates: Party Chief ......... $ 23.96 25.91 Add±. Instrument Man ...... 20.63 21.58 $.90 Rodman .............. 17.88 18.83 Per Hour OVERTIME PAY: See ( B, E*, Q, V ) ON OVERTIME PAGE. ~Ooubletime paid on the 9th hour on Saturday, HOLIDAYS; PAID: See ( 5, 6, 7, 11, 16 ) on HOLIDAY PAGE. OVERTIHE: See ( 5, 6, 7, 11, 16 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hou~ paid) Journeyman $ 10.95 9-15dconsult Teamster - Building 8 Heavy High~ay TEAMSTER Truck Driver (Building and Haavy/High~ay): Group # 1: Excavation Group # 2: Euclid and Turnapull type trucks. WAGES: (per hour) 7-01-01- 6-30-02 Truck Driver-Building and Heavy/Highway: Group # 1 ............... $ 29.~05 Group # 2 ............... 29.~05 "PLEASE NOTE" Drivers of three-axle tractors and trailers, $6.00 per day extra. Drivers of heavy equipment and ±ag-along trailers, $10.00 per day extra. Drivers of boom trucks, $8.00 per day extra. OVERTIME PAY: See ( B, E, q, R, T ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 5, 6, 11, 12, 15, 25 )~ oD HOLIDAY PAGE. OVERTIME: See ( 11, 12, 15, 28 ) on OVERTIME PAGE (code R). See ( 5, 6,13 ) on OVERTIME PAGE ( code T ) *{must work two days in holiday week) SUPPLEMENTAL BENEFITS: (per hour worked) $ i6.61 Page 37 Prevailing Rate Schedule New York State Department of Labor .................................. Case Number .................................. 0107592 SUFFOLK 2001 q-282ns Teams±er - Demolition TEAMSTER- Demolition/Debris, Asbestos/Toxic Haste NAGES: (per hour) 7-01-01- 6/30/02 Truck Driver, Chauffeur or Loader/Opera±or Trailers ............... $ 21.85 Streigh~ Jobs .......... 21.85 OVERTIME PAY: See ( B, L, S, S1,) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 5 6, 7, 8, 11, 12, 26 ) on Holiday Page. 'NOTE': Employee mus± work two days in Holiday week SUPPLEMENTAL BENEFITS: (per hour worked) $ lq.68 b-282.Demo STATE OF NEW YORK REQUIREMENTS OF ARTICLE 8 (Section 220-223) AND ARTICLE 9 (Section 230 o 239) OF THE NEW YORK STATE LABOR LAW PREVAILING RATE SCHEDULE: The Labor Law requires public work contractors and subcontractors to pay laborers, workers or mechanics employed in the performance of a public work contract not ]ess than the prevailing rate of wage and to provide supplements (fringe benefits) in accordance with the prevailing practices in the locality where the work is performed. The Department of Jurisdiction awarding a public work contract MUST obtain a prevailing rate schedule from the Bureau of Public Work of the New York State Department of Labor listing the hourly rates for the trades and occupations of the workers to be employed on the public work project. This schedule may be obtained by completing and forwarding the Request for Wage and Supplement Information on the reverse side hereof. The prevailing rate schedule MUST be included in the specifications for the contract to be awarded and is deemed part of the public work contract. Upon the signing of the contract, the Department of Jurisdiction MUST advise the Bureau of Public Work on a form supplied by the Bureau as to the name of the contractor to whom the contract was awarded, the date and the amount of the contract. A "Department of Jurisdiction" includes a state department agency, board or commission; a county, city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire, improvement and other district corporations, a public benefit corporation; and a public authority awarding a public work contract. WITHHOLDING OF PAYMENTS FROM CONTRACTORS: When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay er provide the requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law to so notify the financial officer of the Department of Jurisdiction that awarded the public work contract. Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of such contract the amount indicated by the Bureau of Public Work as sufficient to satisfy the unpaid wages and supplements, including interest and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until a final determination of the underpayment by the Commissioner of Labor or by the Court in the event a legal proceeding for review of the Commissioner of Labor's determination is instituted. The Department of Jurisdiction shall comply with an order of the Commissioner of Labor or of the Court with respect to the release of the funds so withheld. STATE OF I~IEW YORK DEPARTMENT OF LABOR Bureau of Public Work Notice to ALL Contracting Agencies- Your attention is directed to the following Amendment to Article 8, Section 220 (3-a) of the NYS Labor Law: Assembly Bill Number 1839. entitled: "AN .ACT to amend the Labor Law. in relation to signs posted at public works projects" APPRO\,'ED: This bill amends Section 220 (3-a) of the Labor Lax,,' to set forth specific requirements for signs at public work locations listing all prevailing ,a ages specified in the contract. The bill mandates that such signs "be written in plain English and titled, in lettering no smaller than two inches in height and two inches in width." ,.~ ith the phrase "Prevailing Rate of Wages." The bill further requires that the sign by weatherproof. The bill takes effect on March 6. 2000. Signed into law on September 7. 1999. Ensuring that workers receive the appropriate wage when working on public work projects is a core mission for the Department of Labor {,"Department"). This bill xxill assist the Department in carrying out this mission by educating workers on public work projects as to the applicable wage and supplements for each project. On the reverse, please find the complete text of the Bill, v. hich contains various other aspects of the laxv, which affect contracting agencies. contractors and subconwactors working on public x~,ork projects. STATE OF NE~A' YORK ]HE PEOPLE OF THE STATE OF NE~, '~OR~ REPRESENTED I'~ SENATE AND ASSEMBLM DO .'3 ]Iix,', T¥,O F~CH£SIN HEIGHT AND T¥,O INCHES IN XMDTH, 'MTH THE PHRASE .'4 ,pREX %ILING [LATE OE ~AGES' SLCH POSTED SI'ATEMENnf SHALl. BE CONSTRLC'I'ED ENPL~.NATION: Mailer in ITALICS(underscored} is ne~, Matter in brlckets 0 is old la~ to be omitted EBD04:89-01-9 Paee 2 2 OF M~TERIM.S Cx*P~-BLE OF X~,ITHSTANDING AD~,ERSE X~,E~,THER CONDITIONS BUZLDZNG TRADES RAT[OS (ALPHABE'I~CALLY) Title Trade Code Ratio Boilermaker (Construction) 15-333 Boilermaker 33-016 Bricklayer, Mason & Plasterer 11-274 Bricklayer-Mason 1!-025 Cabinetmaker 44-033 Carpenter 12-037 Cement Finisher or Cement Mason 11-038 Const Inspector (Hwy & Traffic Con) 18-504 Dry Wall Taper 14-349 Electrical (Outside) Line Worker 17-071 Electrician 17-072 Elevator/Escalator Construction & Modernizer 18-541 Glazier 16-087 Insulation & Asbestos Worker 18-006 [ron Worker 15-221 Laborer (See Skilled Construction Craft Laborer) Lather (Carpenter) 14-444 Lather (Wood, Wire & Metal) 14-114 Linoleum & Resilient Tile Layer 16-115 Linoleum, Resilient Tile & Carpet L 16-117 Marble, Carver, Cutter & Setter 11-136 Millwright 32-143 Op Engineer (Grade & Paving Equip) 18-286 Op Engineer (Heavy Duty Repairer) 18-288 Op Engineer (Heavy Equipment) 18-318 Op Engineer (Universal Equipment) 18-285 Ornamental Iron Worker 15-154 Painter & Decorator 14-156 Painter, Decorator & Paperhanger 14-157 Paperhanger 14-357 Pipefitter 13-176 Plasterer 14-178 Plumber & Pipefitter 13-363 Plumber & Steamfitter 13-181 Plumber (Residential) 13-366 Plumber 13-180 Pointer, Caulker & Cleaner 11-282 Rodperson 89-476 Roofer 15-194 Safety Technician Painting 14-528 Sheet Metal Worker 15-201 Skilled Construction Craft Laborer 18-514 Sprinkler Fitter 13-334 Steamfitter 13-215 Stone Mason 11-219 Tile Setter 16-226 Tile, Marble & Terrazzo Finisher 16-497 1:1,1:4 1:1,1:3 1:1,1:4 1:1,1:4 1:1,1:3 1:1,1:4 1:1,1:4 1:1 1:1,1:3 1:1,1:2 1:1,1:3 1:1,1:2 1:1,1:3 1:1,1:4 1:1,1:6 1:1,1:4 1:1,1:5 1:1,1:3 1:1,1:3 1:1,1:4 1:1,1:4 1:1,1:5 1:1,1:5 1:1,1:5 1:1,1:5 1:1,1:4 1:1,1:3 1:1,1:3 1:1,1:4 1:1,1:3 1:1,1:3 1:1,1:3 1:1,1:3 1:1,1:3 1:1,1:3 1:1,1:4 1:1,1:3 1:1,1:2 1:1 1:1,1:3 1:1,1:3 1:1,1:2 1:1,1:3 1:1,1:2 1:1,1:4 1:1,1:4 2/4/00 - Please call Apprentice Training Central Office at (518) 457-6820, if yo6 have any questions. DEPARTMENT OF LABOR - BUREAU OF PUBLIC WORK Under Article 8 of the NYS Labor Law, when two final determinations have been rendered against a contractor, sub- contractor and/or its successor wihtin any consecutive six-year period determining that such contractor, sub-contractor and/or its successor has WILLFULLY failed to pay the prevating wage and/or supplements, or when one final determination involves falsification of payroll records or the kickback of wages and/or supplements, said contractor, sub-contractor and/or its successor shall be debarred and ineligible to submit a bid on or be awarded any public work contract/sub-contract with the state, any municipal corporation or p~blic body for a period of five y~are from the date of debarment. NOTE: Where the Fiscal Officer Is denoted "NYC", the information has been provided by b%e New York City Comptroller's Office, the agency issuing the determination. ~LIS~' ~F E[I~PI_oY:ERS iNELiGIBLE 'ro BiD 0N OR BE AWAR~E-D ANY' pubLic WORK (~O~N'I:~Cm Company Name A & L Landscape Mainienance Barred Until Fiscal Officer Address Notes: See William A Salteberger City State Zip Code Company Name A & R Paterno Construction Inc Barred Until Fiscal Officer 10 30/2005 NYC Address 287 Rockav, ay Turnpike Notes: falsified payrolls City State Zip Code Lav, Tence NY I 1559 Company Name A & T Gener~ Consm~ction Inc Barred Until Fiscal Officer 01/31/2006 DOL Address 3 Alan Shephard Place Notes: Falsified payrolls City Stats Zip Code Yonkers N~f 10705 Company Name A &R Roofing lnc Barred Until Fiscal Officer 08/30/2004 DOL Address P O Box 80 - Spnng St Notes: City State Zip Code So~thfields NT 10975 Company Name A G Plumbing lnc Barred Until Fiscal Officer 07/22/2006 NYC Address 54 Knickerbocker Avenue Notes: Multiple '.,:illful violations City State Zip Code Brooklyn N'Y I 1237 Company Name A Jan Stalker Associates lnc Barred Until Fiscal Officer 01/10/2002 DOL Address 1216 Maple Road Notes: City State Zip Code ~, tlliamsville NY 14221 Wednesday, October 17, 2001 Page I of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code A Plus Fire Protection lnc 131 13th Avenue Ho[~'ville NY 11742 Barred Until Fiscal Officer Notes: 09,29/20~2 DOL Falsified payrolls Company Name Address City State Zip Code A R DiGima 13131 Belle Avenue L'uca NY 13501 Barred Until Fiscal Officer Notes: Successor to LBS of Frankfort lnc all&'Or CleaJ~ Air Asbestos Removal [nc Company Name Address City State Zip Code A-I Fence Company Inc Hillside Lake Road ~,appingers Fa]is N~' 12590 Barred Until Fiscal Officer Notes: 01,30/2003 DOL 4 willful '?iolations Company Name AA Genera] Contractors Inc Barred Until Fiscal Officer 12/I 7/2003 DOL Address City 1765 Mt. Read Bird Rochester Notes: Multiple ~,l]]ful viola[ions-see Dominick Antonucci State Zip Code N~' 14606 Company Name AAA Asbestos Aba~ement Corporation Barred Until Fiscal Officer 06/24/2002 NYC Address City 897 Saratoga Avenue Brooklyn Notes: Falsified payrolls State Zip Code NY 11212 Company Name Abbot-Sommer lnc Barred Until Fiscal Officer 01/07/2003 NYC Address City 2622 Chesbrough A',enue Bronx Notes: Falsified payrolls State Zip Code NV 10461 Company Name Above All Contracting Inc Barred Until Fiscal Officer 09/21,2003 Address City 215-04 104th Avenue Q~eens Notes: Falsified payrolls State Zip Code N~ I 1429 Company Name Accel] Construction Co Inc Barred Until Fiscal Officer 11/04/2001 DOL Address City 951 Niagara Street Buffalo Notes: State Zip Code N~' 14213 Wednesday, October 17, 2001 Page 2 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name AIA Environmental Corp Ban"ed Until Fiscal Officer 03. I 6/2004 DOL Address City State Zip Code 20-29 38rb Sm~ Astoria NY 11105 Notes: Substanlially owned-affiliated entity or successor or subsidia~ of Asbestos industries of America (AIA} CompanyName Aim ConsU-uctionCo~ Ban"ed Until Fiscal Officer 06,~/2003 NYC Address City State 1432 W 5th Street Brooklyn NY Notes: Additional address:129 131h Sk2nd fi,Brooklyn NY 11215-falsified payrolls Zip Code 11204 Company Name ALCA Industries Inc Ban"ed Until Fiscal Officer 06,03/2003 DOL Address City State 178-190 Ca~henne Street Albany NY Notes: Falsified pa~Toils Zip Code 12202 Company Name Alistam Paper Co Inc Barred Until Fiscal Officer 10/26/2003 DOL Address City State P O Box 376 Selkirk NY Notes: Successor to Whe~ls Places-N-Things Zip Code 12158 Company Name American Gens'mt Construction Corp Barred Until Fiscal Officer 07/22/2006 ~C Address City State 54 Knickerbocker Avenue Brooklyn NY Notes: Multiple ~qllful violations Zip Code 11237 Company Name APl Refrigeration Ltd Barred Until Fiscal Officer Address Notes: See Capital Refngeratmn lnc City State Zip Code Company Name Asbestos & Lead Abatement Technology Carp Ban"ed Until Fiscal Officer I 0/09/2002 DO L Address 709 Maple Street Notes: 3 willful violations City State Zip Code Rochester NY 14611 Company Name Asbestos lndus~ies of America Barred Until Fiscal Officer 03/16,'2004 DOL Address 20-29 38th Sat'et Notes: Multiple willful violations City State Zip Code Astoria NY 11105 Wednesday, October 17, 2001 Page 3 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name B H lnternation~ Corporation Barred Until Fiscal Officer 08/31/2003 NYC Address City State Zip Code 59-15 55[h Street Masp~.h NY 11378 Notes: Multiple '~llful violations Company Name B H Rc~germion lnc Barred Until Fiscal Officer 07/23/2004 DOL Address City State Zip Code 818 Elmwood Avenue Buffalo NY 14213 Notes: Multiple ~illfuls - falsified pa)Tolls Company Name B&R Roofing lnc Barred Until 08/09i2004 Fiscal Officer Address City Notes: See Frank Valerio General Contracting State Zip Code Company Name Baham lnc Barred Until Fiscal Officer 06/23/2003 DOL Address City 40-22 College Point Blvd Flushing Notes: Falsified payrolls State Zip Code NY 11354 Company Name Bm'tax Consm~ction Barred Until Fiscal Officer Address City Notes: See Ba.r~os Construction Company State ZJpCode Company Name Barthos Consm~caion Company Barred Until Fiscal Officer 06/I 8/2003 NYC Address City 285 Pulaski SiTter Brooklya Notes: Aka Ba.nex Consttuction~f'aJsified payro[ls State Zip Code NY 11206 Company Name Bay Harbour Electric lnc Barred Until Fiscal Officer 10/22/20OI DOL Address City 1606 Ha~er Dr- Box 8312 Erie Notes: State Zip Code PA 16505 Company Name Bayview Plumbing lnc Barred Until Fiscal Officer 06/30/2002 DOL Address 4591 Merrick Road Notes: 4 wSIIful ,~lolations city Massepequa State Zip Code NY 11758 Wednesday, October 17, 2001 Page 4 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State zip Coda Bel-Air Electric lnc 30 Steward S~'mt Hewle[t NY 11557 Barred Until Fiscal Officer Notes: 07/09i2002 DOL Falsified pa,,Toils Company Name Bct~ Hull lnc Barred Until Fiscal Officer Address City Notes: sec B H Refrigeration a.s ~ts successor State Zip Code Company Name Beverly Hills Textures and Palm Barred Until Fiscal Officer Company Name Beverly Hills Textures and Paints Barred Until Fiscal Officer Address City Notes: See Gary. C Marcinko~ski Address City Notes: See Gary C Marcinhov. ski State Zip Code State Zip Code Company Name BH M~:hanical Services Barred Until Fiscal Officer Address Notes: Aka B H Refrigeration Inc City State Zip Coda Company Name Elhuiya Waterproofing Barred Until Fiscal Officer 04i28/2002 NYC Address 1555 50th S~'eet Notes: Falsified pa)Tolls city Brooklyn State Zip Code N~f 11208 Company Name Big Tree Garden Center Barred Until Fiscal Officer Address Notes: See MlliraryAuto Se~ice lnc city State Zip Code Company Name Bis~an Materials [nc Barred Until Fiscal Officer 0610612005 DOL Address City State 175 Spnngs Fireplace Rd East Hampton NY Notes: See Patrick Bistnan Jr.. Inc. (substantially owned-affiliale~l entity or successor) zip Code 11937 Wednesday, October 17, 2001 Page 5 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Bravo Demolition Contracting Corp Barred Until Fiscal Officer 07 0l 2002 NYC Address City 36-31 10th St Long Island City Notes: A~d Cio Cleaning Corp - faJsified pa.vrolls State Zlp Code N'Y I 1107 Company Name Building Block Contracting Corp Barred Until Fiscal Officer Address Notes: $cc CPN ConstrucIion Corp city State zip Code Company Name Buffer Fence Company Barred Until Fiscal Officer 04,25 2005 DOL Address City 536 S/ate Fair Bird S?racuse Notes: State Zip Code NY 13204 Company Name Caftan Consmaction Corp Barred Until Fiscal Officer I I. 03 2002 DOL Address City 150-59 Coolidge Atenue Jamaica Notes: FaJsified payrolls State Zip Code NY 11432 Company Name Capital Area Refrigeration Inc Barred Until Fiscal Officer 05/28.2003 DOE Address City 6 Interstate Avenue Albany Notes: Succes.sor to Raymond L Masse T/A AP.I Refrigeration Ltd State Zip Code NY 1 205 Company Name Capital Safety Inc. Barred Until Fiscal Officer 08/06.2004 DOL Address City State Zip Coda 380 Lakeview Clifton NJ 07011 Notes: F~h;ified records and kickback of wages - debarment extended after additional v~olarion Company I'iame Care)'& Murray lnc Barred Until Fiscal Officer 01/182005 DOL Address City State Zip Coda P O Box 92036 Rochester N~' 14692 Notes: Mulnple wfllfuls Company Name Caristo Associates lnc .IV Barred Until Fiscal Officer Address Notes: See JER Construction Corp City State Zip Code Wednesday, October 17, lO01 Page 6 of 31 -~i~T ~-F'EMpLOyERS iNELIGIBLE TO BiD ON OR B~-AWARDED ANy PUBLix'WORK c~NTI~C~ Company Name Address City State Zlp Code Cen~ Absorption lnc I ] - I $ 31 st Dnvc Eong Island Ci~ NY I ] 106 Barred Until Fiscal Officer Notes: 03/16/2003 NYC M ultiple w/llful violations Company Name Centurian Management of New York ]nc Barred Until Fiscal Officer 03/21/2005 DOL Address City P 0 Box 961 Port Jeffe.mon S~ Notes: Aka Centunan Protection of New York State-falsified records State Zlp Code Nh* I 1776 Company Name Centurian Protection of Ncu, York Barred Until Fiscal Officer Address City Notes: See Centunan Management of New York State lnc State zip Code Company Name Charles Saliba Barred Until 07/25/2005 Fiscal Officer Address City Notes: See Monarch Construction Corporation (o..,.'ner) State Zip Code Company Name Cherokee Plate Glass Inc Barred Until Fiscal Officer 08/27,'2002 DOL Address City 114 Brown St~t Johnson City Notes: Multiple whllfuls State Zip Code NY 13790 Company Name Christine D Foster & Donna Foster Barred Until Fiscal Officer 09/01/2003 DOL Address City RR #l Box 67 Bouckville Notes: Dba D & C Tracking - falsitied records Stete Zip Code N~ 12232 Company Name Cianco Mechanical lnc Barred Until Fiscal Officer I Z~03/2004 DOL Address City 321 Crescent Sueet Jamestown Notes: Muhiple will fuls State Zip Code NY 14701 Company Name Cirina Construction Corp Barred Until Fiscal Officer 07/09/2002 DOL Address City 46 I/2 Clinton Avenue Cortland Notes: Falsified pa>Tolls State Zip Code NY 13045 Wednesday, October 17, 2001 Page 7 cf31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Citi Cl~ing Corp Barred Until Fiscal Officer Address City Notes: See Bravo Demohtion Conwac~ing Corp State Zip Code Company Name Classic Elect~c lnc Barred Until Fiscal Officer I ]/27/2005 NYC Address City 29-01 21 st Avenue Astoria Notes: Multiple ~o~afion$ State Zip Code NY 11105 Company Name Clean Air Asbestos Removal Inc Barred Until Fiscal Officer 08/05/2003 DOL Address City c~o S.Finer258 Genesee St Utica Notss: Falsified records State Zip Code NY 13502 Company Name Clinton Construction Corp Barred Until Fiscal Officer 04/13/2004 NYC Address City 6 Hewlen Drive East Williston Notes: Multiple willfuls - falsified records State Zip Code NY I 1596 Company Name Colonial Painting Co Barred Until Fiscal Officer Address Notes: See S.I.M.G. Painting Co Inc city State Zip Code Company Name COMM/NET Solutions lnc Barred Until Fiscal Officer Address City State Notes: Successsor to Integrated Communications Infrastructure Systems lnc Zip Code Company Name Commercial Glamng Inc Barred Until Fiscal Officer 05/05/2003 DOL Address City 718 Joseph Avenue Rochester Notes: Aka Emergency Gl~ss & Boardup Sea, ices-falsified payrolls State Zip Code 14621 Company Name Consolidated Environmental Corp Barred Until Fiscal Officer 04/08/2003 NYC Address City 1150 East New York Ave Brooklyn Notes: Falsified payrolls State NY Zip Code 11212 ~Vednesday, October 17, 2001 Page 8 of 31 L.i~T'~)F EMPLOYERS iNEUGiB~I~ ¥o BiDONOR~ AWARD~6',~Y POB~Ic~/~OI~I~ C~3NTI~C~--' Company Name CountyWide Electric Corp Barred Until Fiscal Officer 04~ 19/2005 DOL Address City State '/95 Portland Avenue Rochester NY Notes: Succ.,' Substantially owned-Affilia:ed enn~ to JoBeth lnc.-stipulaled to debarmem Zip Code 14621 Company Name CPN Construction Corp Barred Until Fiscal Officer 0408/2003 NYC' Address City 42-06 i92nd Street Flushing Notes: Dba Building Block Contracting Corp - falsified records State Zip Code NY 11358 Company Name CmssBay Contracting Corp Barred Until Fiscal Officer 04,18/2005 NYC Address City 242 Nevins Street Brooklyn Notes: Falsified pa3.TOIIS -multiple willf~ls - debarment ix-nod extended State Zip Code NY 11217 Company Name CVM Electric Inc Barred Until Fiscal Officer I 1,05/2002 DOL Address City 220 Dingens Street Buffalo Notes: Multiple violmions State Zip Code NY ] 4206 Company Name D & C Trucking Barred Until Fiscal Officer Address City Notes: See Christine D Foster & Donna Foster State Zip Code Company Name Da-lone E Chardon Barred Until Fiscal Officer Address Notes: See DME Contracting Inc City State Zip Code Company Name D~rlcne M Edwards Barred Until Fiscal Officer Address Notes: See DME Contracting Inc City State Zip Code CompanyName Dasd Ogden Barred Until Fiscal Officer 04/19/2005 DOL Address City State Zip Code 795 Porlland Avenue Rochester NY 1462 I Notes: V.P./Sec. of JoBeth Inc; Pres.&V.P. of CountyWide Elecmc Corp. - stipulated to debarment Wednesday, October 17, 2001 Page 9 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name David White Barred Unfit Fiscal Officer Address City Notes: See General Design & Development (Top shareholder) State Zip Code Company Name DC White Company [nc Barred Until Fiscal Officer 05/05.'2003 DOL Address City 1865 Chnsler A',enue Schenectady Notes: successor to General Design & Development Inc State Zip Code NY 12303 Company Name Debcon Construction Corporation Barred Until Fiscal Officer 06/11/2006 DOL Address City State Zip Code 77 Weyman Avenue New Rochelle NY 10805 Notes: Multiple wfilfuls - Debcon Construction Corporation and Deborah Rago individually - falsified payrolls - debarment penod extended Company Name Deborah Rago, individually Barred Until Fiscal Officer 06/I 1/2006 Address Notes: See Debcon Construction Corp. City State Zip Code Company Name Dellapenna Brothers lnc Barred Until Fiscal Officer 11/16/2005 DOL Address City State 86 C)Iwe Smeet Johnson City NY Notes: multiple willfuls, debarment Period extended after ~dditional violations Zip Code 13790 Company Name DePedre & Son Plumbing & Heating Inc Barred Until Fiscal Officer 09/I 6/2002 DOL Address City State Zip Coda 2104 Niagara Street Niagara Falls NY 14303 Notes: Falsified payrolls Company Name Dixie Sweeping Service lnc Barred Until Fiscal Officer I 1/27/2001 DOL Address City State Zip Code 618 W Newel[ Street Syracuse NY 13205 Notes: Company Name DME Conmacting Inc Barred Until Fiscal Officer 12/31/2001 DOL Address City State Zip Code 375 Ven'az.~o Avenue Copiague NY 11726 Notes: Aka DME National Roofing Systems,DM ENRS,DMENCC,DMECA,Titan Restoration Corp and Peter Chardon,and Darlene M Edwards,Derlene E Chardon and Mary Lydia Chardon,Mary L Restrepo, DME National Constr Corp. DME National Constr Assoc, Inc.-multiple v, allfials. Violated original debarment order Wednesday, October 17, 2001 Page 10 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name DME National Cons~uction ^ssocia~ inc Barred Until Fiscal Officer Address Notes: See DMF Conur-~tln~ City State Zip Code Company Name DME Nanona] Construction Corp Barred Until Fiscal Officer Address Notes: See DME Contracting Inc Clty State zip Code Company Name DME Na.fional Roofing Sys[em~ Barred Until Fiscal Officer Address Notes: See DME Contracting lnc City State Zip Code Company Name DMECA Barred Until Fiscal Officer Address Notes: See DME Contracting Inc City State Zip Code Company Name IDMENCC Barred Until Fiscal Officer Address Notes: See DME Contraming Inc City State Zip Code Company Name DMENRS Barred Until Fiscal Officer Address Notes: See DME Contracting Inci City State Zip Code Company Name Dominick Antonucci Barred Until Fiscal Officer 1211712003 DO L Address City ] 765 Mt. Read Bird Rochester Notes: Multiple willful violations - see AA General Contractors Inc State Zip Code NY 14606 Company Name Dover Accessibility Pro(tucCs Inc Barred Until Fiscal Officer 02/27/2002 DOL Address City 6266 Hun Road Horn Lake Notes: Multiple will~l ~olations-ongin~ debarmentpenodextended State Zip Code MS 38637 Wednesday, October 17, 2001 Page 11 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Dram Construction CorporaZion Barred Until Fiscal Officer 11/26/2001 DOL Address City State Zip Code 201-01 North~n Bird Bayside NY I 136 I Notes: FaJsified payrolls Company Name Dura-Tach Systems tnc Barred Until Fiscal Officer 10/24/2002 DOL Address City State Zip Code 19 Bergen Place Pon Jefferson Sta NY I 1776 Notes: Db:a Hy-Tech Coatings-falsified payrolls and 6 '~Hful t, loJations - original debarment period extended Company Name East Coast Detention Equipment $~stems Inc Barred Until Fiscal Officer 06/23/2004 DOL Address City State Zip Code 2909 Bridge Ple2a N Long lslaz~d Ct~, NW 11 I01 Noles: Falsified records Company Name Eco Environmental Corporation Barred Until Fiscal Officer I 1/19/2003 DOL Address City State Zip Code 629 Sth Avenue Pelham NY 10803 Notes: Faisi fled pa)Tolls Company Name Emergency Glass & Boardup Services Barred Until Fiscal Officer Address Notes: See Commercial Glazing loc City State Zip Code Company Name Empire Demolition Development Co Inc Barred Until Fiscal Officer 03/24/2005 DOL Address 1096 Niagara St Notes: Multiple wdlfuls City State Zip Code Buffalo NY 14213 Company Name Empire Flooring lnc Barred Until Fiscal Officer 06/05/2003 DOL Address 1765 Mt. Read Boulevard Notes: City State Zip Code Rochester NY 14606 Company Name Eric Lul:Z Consmuction Corp Barred Until Fiscal Officer 12/27/2004 DOL Address 493-I 4 Johnson Avenue Notea: Falsified records City State Zip Code Bohemia NY 10016 October 17, 2001 Page 12 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name ESNA International General Contractors lnc Barred Until Fiscal Officer 02d2&2003 NTC Address City State Zip Code 1838 Ba~ Avenue BmoU)~ NY 11214 Notes: Falsfiod payrolls Company Name Espo Construction Barred Until Fiscal Officer 01/19/2005 NYC Address City State 23p Code 3302 CountD Club Rd Bronx NY 10465 Notes: Falsified records Company Name Faliero Electric Compan.', Inc Barred Until Fiscal Officer 1110412001 DOL Address City State Zip Code P O Box 180 Buffalo NY 14220 Notes: Company Name Frank J. Labriola Barred Until Fiscal Officer Address City Notes: See State of the Art Construction Co lnc State Zip Code Company Name Frmtk VaJerio General Concr'a~ing Corp Barred Until Fiscal Officer 08/0O/20~ DeL Address City 89 West Route 59 Central Nyack Notes: AK~ B&R Roofing [nc - debarment period extended State Zip Code NY 10960 Company Name G A Contractors Barred Until Fiscal Officer 1112512002 DGL Address City State Zip Cods 139-31 Queens Boulevard Jammea NY 11435 Notes: Also NYC -multiple '~,qllfuis - falsified pa:Tolls Original debarment period extended Company Name Gary C Marcinkowsto Barred Until Fiscal Officer 07108/2002 DOL Address City State 1051 Rice Road Elma NY Notes: Dba Beverly Hills Textures and Paint and dba Beverl) Hills Textures and Pmnts Zip Code 14059 Company Name Gem Installations lnc Barred Until Fiscal Officer 04106120O5 DOL Address City State P O Box 422 Little Meadows PA Notes: Multiple willfuls Zip Code 18830 Wednesday, October 17, 2001 Page 13 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Gemma Construction Company Inc Barred Until Fiscal Officer 12/29/20~4 NYC Address City State zip Cods R.A.Libret 1325 Franklin Garden City NY 11530 Notes: Falsified records Company Name Gens'mi Design & Developm~t lnc Barred Until Fiscal Officer 05/O5/2003 DOL Address City State Zip Code 1865 Chrisler Avenue Schenectady NY 12303 Notes: Multiple w~llful$ Company Name General Restoration Co Inc Barred Until Fiscal Officer 08/04/2004 DOL Address City State Zip Code 551 Fd~h Ave Suite 222 New York NW 10176 Notes: Voluntary debarment Company Name George Lucey,Manual ToNo(see note) Barred Until Fiscal Officer NYC Address City State Zip Code 150 Kings Street Brooklyn NW 11231 Notes: Manuel P Tob/o and Lake Cons~' and Development Corp (individually and as a whole) grand larceny,falsified records,debarred permanently Company Name Georgian Bay Contracting lnc Barred Until Fiscal Officer 01/12/2005 DOL Address City State Zip Code 4635 Chestnut Road Amherst NY 14228 Notes: Multiple will fuls Company Name Globe Fence Co Inc Barred Until Fiscal Officer Address Notes: see Debcon Construction Corp City State Zip Code Company Name GNP Conb-acQng Corp Barred Until Fiscal Officer I 1104/2003 DOL Address 153WoodmffAvenue Notes: Falsified records City State Zip Code Scamd~e NY 10583 Company Name Gogos & Weber Con~'actmg Inc Barred Until Fiscal Officer 12/30/2004 DOL Address 241 Spmcewood Terrace Notes: Multiple willfi~ls City State Zip Code Williamsville NY 14221 Wednesday, October 17, 2001 Page 14 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Gulley T~r,~o Tile & Floodng Co Barred Until Fiscal Officer 04/06/2005 Address City State Zip Code P O Box I 1304 Rochester NY 14611 Notes: See Tobit R Gul]ey Company Name Happy Homes Services Inc Barred Until Fiscal Officer 05/07/2002 NYC Address City State 150 5th Avenue, Rm 720 New York NY Notes: Multiple v,~llfi~l violations Zip Code Company Name Hatter Consmuction $~-vice$ Inc Barred Until Fiscal Officer 10/18/2004 DOL Address City State Zip Code P O Box 57 Hilton NY 14468 Notes: Fa]sifted records Company Name Horn Exterior Corp Barred Until Fiscal Officer 05/13/2(Y34 NYC Address City State Zip Code 324,5 Queens Boule,.ard Long Island Cib, NY I 1101 Notes: Dba Horn Exterior Resloration,aka Horn Mmntenance Corp (and) Horn Roofing Corp - multiple w/Il f~ls Company Name Horn Exterior Restoranon Ban'ed Until Fiscal Officer Address Notes: See Horn Extc-nor Corp City State Zip Code Company Name Horn Maintenance Corp Ban'ed Until Fiscal Officer Address Notes: See Horn Exterior Corp City State Zip Code Company Name Horn Roofing Corp Barred Until Fiscal Officer Address Notes: See Horn Exterior Corp City State Zip Code Company Name Hydroblast Inc Barred Until Fiscal Officer 08/19/2003 DO L Address P 0 Box 851 Notes: Multiple w/llfuls City State Zip Code Poniard ME 04104 Wednesday, October 17, 2001 Page 15 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Hy-Tech Coahn~s Barred Until Fiscal Officer Address Notes: S~ Dura-Tech Systems lnc City State Zip Code Company Name Address I & P Concrete/nc P O Box 342 Barred Until Fiscal Officer Notes: 11/30/2OO4 DOL City State Zip Code Pine Bush NW 12566 Company Name ! C Construction Company Inc Barred Until Fiscal Officer 07/30/2006 DOL Address 120 South Broad~ay Notes: Multiple wH]fiJ[s City State Zip Code Red Hook NY 1257l Company Name Integrmed Communications lnfracsm.~crares Barred Until Fiscal Officer 06/24/20O4 DOL Address City 688 Wilder Road Hilton Notes: And successor CO.MM Nez Soluuons lnc State Zip Code NW 14468 Company Name lnteroounty Roofing Systems Inc Barred Until Fiscal Officer 051O9120O6 DOL Address City 20 Jerusalem Avenue Hmks',~lle Notes: Falsified payrolls State Zip Code NY I I$01 Company Name [nterphase Company Ltd Barred Until Fiscal Officer 01/25/2004 DOL Address City 1301 W Elizabeth A',enue Linden Notes: 3 willfids - also debarred by NYC for falsified payrolls State Zip Code NJ 07036 Company Name IVS Consmuction Company lnc Barred Until Fiscal Officer 11/19/2004 NYC Address City State Zip Code c/o M&P 245 Main St 9,~ite Pitons NW Notes: Falsified records Company Name J N Futia Co Inc Barred Until Fiscal Officer Address City State 178-190 Cathenne S n'e*t .adban>~ NY Notes: See ALCA - falsified payrolls - substantially owned affiliated entity and successor Zip Code 12202 )Wednesday, October 17, 2001 Page 16 of 31 LEST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address Jam&ica Acoustic Barred Until Fiscal Officer Notes: See Joshua Murray City State Zip Code Company Name Address Jamaica Acoustical Barred Until Fiscal Officer Notes: See Joshua Mumay City State Zip Code Company Name Address Jamaica Acoustics Barred Until Fiscal Officer Notes: See Joshua Murray City State Zip Code Company Name James Spaiina ConsmJction Inc Barred Until Fiscal Officer 07/29/2003 DOL Address City State Zip Code 25 Southfield Drive Webster N~' 14580 Notes: Multiple ~,~llfuls Company Name JER Consmaction Corp. Ban'ed Until Fiscal Officer 0~27/2002 DOL Address City State Zip Code 258EastMeadow Avenue EastMeadow NY ll554 Notes: And Cansto Associates lncJV Company Name JoBeth Inc Barred Until Fiscal Officer 04/19/2005 DOL Address City State Zip Code 795 Portland Avenue Rochester NY 14621 Notes: Stipulated to debarment Company Name John J Gross Conu'acting Corp Barred Until Fiscal Officer 09/30/2002 DOL Address City State Zip Code 2104NiagaraS~eet Niagara Fails NY 14303 Notes: 3 ~rJJ}~{} violations Company Name Joseph N Futia Jr. (as an individual) Barred Until Fiscal Officer 06/03/2003 DOL Address City State ALCA 178-190 Catherine St Albany NW Notes: see ALCA [ndusn'ies- as a pnncipal officer.partner and/or shareholder Zip Code 12202 Wednesday, October 17, 2001 Page 17 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Joshua Munay Barred Until Fiscal Officer 06/23/2003 DOL Address City State zip Code 324 Duane Avenue $chcnect~y NY 12.t07 Notee: Dba Jamaica Acoustica~ aka Jamalc~ Acoumc aka jarnmca Acoustics - falsified records Company Name K & K Restormion Corp Barred Until Fiscal Officer 04114,2005 NYC Address City State Zip Coda 752 Cypress Drive Franklin S~uare NY 11010 Notes: Falsified records Company Name Kallo Building Construction Co Inc Barred Until Fiscal Officer 04/01/20~2 NYC Address City State Zip Code 70~1 Ridge Boulevacd Brooklyn NY 11209 Notes: Falsified payrolls Company Name KBH Construction Co Inc Barred Until Fiscal Officer 05/2112004 DOL Address City State Zip Code 90 River Rd - P O Box 30 ~:orrsvflle NY 14546 Notes: Multiple willfuls Company Name Keith Gnm=s lnc Barred Until Fiscal Officer 03/21/2006 DOL Address City State Zip Code Fa~rlaum Dr - P O Box 964 Monmuk NY 11954 Notes: Falsified records Company Name Y~arberg Inc Barred Until Fiscal Officer 02/12/2004 DOL Address City State Zip Code P O Box 187 East Amherst NY 14051 Notes: 5 'a.'flltul violations Company Name Komas Constracinon Corporatmn Barred Until Fiscal Officer 01/09/20~6 NYC Address City State Zip Coda 162 85th Street Brooklyn NY 11209 Notes: Falsified payrolls Company Name L Harbert Inc Barred Until Fiscal Officer 06/14/2004 NYC Address City State Zip Code 1871 Walton Avenue Bronx NY 10453 Notes: Falsified records OWednesday, October 17, 2001 Page 15 of 31 --I.15i: 0F EMPLOYERS. iNE~iGiBLE TO BiD-0N 0~BE ~,~/ARDED company Name Address City State Zip Code LaCorte Companies lnc 621 Third Avenue Ext Rensselaer NY 12144 Barred Until Fiscal Officer Notes: 05/2~2005 DOL Multiple vnllfuls Company Name LaCorte EleCmcal Constr &Mamtenance Barred Until Fiscal Officer Address Notes: See LaCone Companies Inc City State Zlp Code Company Name Lake Construction and De',elopmem Corp Barred Until Fiscal Officer Address Notes: See Geo~e kucey City State Zip Code Company Name LBS of Frankfort Inc Barred Until Fiscal Officer 06/02/2003 DOL Address City 1055 Jeffe~on Avenue Utica Notes: State Zip Code N~/ 13501 Company Name I..MB EleCmc lnc Barred Until Fiscal Officer 12,'18/2001 DOL Address City 2320 Narraganset A,,enue Seaford Notes: 8 v, allful '.qolations ~,qth falsified payrolls State Zip Code NY 11783 Company Name LoRe lnc Barred Until Fiscal Officer 01/23/2002 DOL Address City 29 He~n Boulevard Center Monches Notes: 3 ~ll~ls State Zip Code NY 11934 Company Name Louis A Stilloe Roofing & Siding lnc Barred Until Fiscal Officer 08/30/2004 DOL Address City P 0 Box 68 Southviex~ Sta Bingharnton Notes: Falsified records State Zip Code NW 13903 Company Name Louis J Migliore Barred Until Fiscal Officer 08/1 i/2002 DOL Address City 787 Military Road Kenmore Notes: Dba Mtlitary Contractors - falsified payrolls State Zip Code NW 14217 Wednesday, October 17, 2001 Page 19 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Louis $cope/]iti Inc 87 Ne~,'man Avenue Hawthorne NY 10532 Barred Until Fiscal Officer Notes: 01/12/2005 DOL Falsified records Company Name Address City State Zip Code LRM Finishing Co Inc 9449 Button Road Cicero NT 13039 Barred Until Fiscal Officer Notes: 06/10/2004 DOL Multiple will ruts Company Name M & M Building Contractors Inc Barred Until Fiscal Officer 08115/2002 DO L Address City State Zip Code P C) Box 514 Ca~ro NY 12413 Notes: Falsified payrolls Company Name M & M Elecmc~d Conmacting lnc Barred Until Fiscal Officer 08/03/2003 N"YC Address City State Zip Code 122-19 15 th Avenue College Poim NY I 1356. Notes: Multiple vail fuls Company Name M & M Glass & ~,'mdow Corp Barred Until Fiscal Officer 04/10/2002 DeL Address City I 168 Brooks Avenue Rochester Notes: Aka M & M Glass Group - 9 willful ~olations State Zip Code NY 14624 Company Name M & M Glass Group Barred Until Fiscal Officer Address City Notes: See M & M Gl~s Group & Window Corp State Zip Code Company Name M Falgiano ConsU~cuon Co Inc Barred Until Fiscal Officer 11/01/2004 DOL Address City P O Box 206 Cheektowaga Notes: Multiple v.,dlfuls State Zip Code NY 14225 Company Name Madeline Fufia (as an individual) Barred Until Fiscal Off'~cer 06/03/2003 DeL Address City ALCA 178-190 Catherine St Albany Notes: see ALCA lndusmes-principa] o~cer-pai~ner ancVor shareholder State Zip Code NY 12202 Wednesday, October 17, 2001 Page 20 of 31 -- L~$;I' ~ EMPLO~E~ INELIGIBLE[ TO-BiD 'ON OR B,~ AW~DED ~ PU'BLiC WORK CON;i'I~C-T ' Company Name Address City State Zip Code Mainland Renova~mns [nc 685 Hcmpstcad Tpke Fnmklin Square h,~ 11010 Barred Until Fiscal Officer Notes: 12/09/20O4 DOL Falsified records Company Name Management Ser,,q cas Barred Until Fiscal Officer Address Notes: City State Zip Code Company Name Manuel P. Tobio Barred Until Fiscal Officer Address Notes: Sec George kucey City State Zip Code Company Name Manuel Tobio Barred Until Fiscal Officer Address Notes: See George kucey City State Zip Code Company Name Marianne Ogden Barred Until Fiscal Officer 04/19/2005 DOL Address City State 795 Portland .&venue Rochester N~' Notes: Multiple willfuls - President and Treasurer of Jobeth - stipulated to debarment Zip Code 14621 Company Name Mary L R~s~rcpo Barred Until Fiscal Officer Address Notes: See DME Contracting Inc City State Zip Code Company Name Mary Ly&a Chardon Barred Until Fiscal Officer Address Notes: See DME Conn"acting lnc City State Zip Code Company Name Mashack Flooring Supply Inc. Barred Until Fiscal Officer 09/14/20O4 DOL Address P O Box 824 Notes: Falsified records City State Zip Coda Bronx N%' 10472 Wednesday, October 17, 2001 Page 2 i of 31 Company Name Address City State Zip Code MEG Enterpns=s Ltd 101 Bloomingdale Road Hicksvffie NY I lB0l Barred Until Fiscal Officer Notes: 12/22/2002 DOL Falsified payrolls Company Name Mega imperial Construction Corp Barred Until Fiscal Officer 02/23/2003 DOL Address City State Zip Code 35-I I Vernon Boulevard Long Island Cit7 NY' I 1106 Notes: Falsified payrolls Company Name Merchants I & S Corp Barred Until Fiscal Officer 04/16/2004 DOL Address City State Zip Code 7732 Victor Mendon Road Victor N'Y 14564 Notes: Company Name Michael FaJgia~o Jr. Barred Until Fiscal Officer Address City State Zip Code Notes: Principat officer-partner ancL'or shareholder - See M Falgiano ConsmjCt]on Co Inc. Company Name Michael Falg~ano Sr Barred Until Fiscal Officer Address City State Notes: Principal officer-parmer and'or sha"eholder - see M Falgiano Construction Co lnc Zip Code Company Name Milestone Waterproofing lnc Barred Until Fiscal Officer 11/0112004 DOL Address City State 845 Broad A~,enue Suite 5 Ridgefield NJ Notes: Falsified records Zip Code 01657 Company Military Auto Sexvice lnc Barred Until Fiscal Officer 10/08/2003 DOL Address City 6953 Ridge Road Lookpon Notes: Dba Big Tr~e Garden Center - falsified pay'rolls State NY Zip Code 14094 Company Name Militmy Co~lractors Barred Until Fiscal Officer Address Notes: See Louis J Migliore city State Zip Code October 17, 2001 Page 22 of 31 EMpLOyERS il~i.iGIBLE :rOi~166N oR BE-Aw-,~RDED-A~'y--p-~BL~C--vi~OR~N--:i-~i~CT - Company Name Address City State Zip Code Mohnnann Elccmic Company Inc 3581 Bayview Avenue Seaford NY 11783 Barred Until Fiscal Officer Notes: 1~30/2002 DOL Company Name Monarch Construction Corporation Barred Until Fiscal Officer 08/08/2006 NWC Address City 1057 Jackson Axenue Long Island Notes: Falsified payrolls - debarment Period ex~ended State Zip Ccc lc NY Ill0l Company Name NAB Management Associates lnc Barred Until Fiscal Officer 01/19/2005 NYC Address City 57 Hillside Avenue New Rochelle Notes: Falsified records State Ztp Code , NY 11209 Company Name NaXionai Building & Restoration Corp Barred Until Fisca~ Officer 09,04/2003 DOL Address City l010 Tiden Avenue Utica NOtSS: Falsified payrolls State Zip Code NY 13501 Company Name Navarto Special Cleaning Services Inc Barred Until Fiscal Officer 04/16/2006 NYC Address City 85-12 Sixty-Seventh Ave Queens Notes: Falsified payrolls State Zip Code NY 11374 Company Name Neptune Construction Co Barred Until Fiscal Officer Address Notes: See Wayne Vitale Inc City State Zip Code Company Name Niagara To¢ Line Builders Barred Until Fiscal Officer Address Notes: See gco~ Gamache City State Zip Code Company Name North Shore Construction Enterpr/ses Barred Until Fiscal Officer 04/30/2002 DOL Address City State Zip Code 464 New York A~enue Huntington NY I 1743 Notes: Also 139-31 Queens Blvd. Jamaica NY 11435 and 22 Hill House Ln, Old Brookville NY I 1545 - falsified payrolls. Originally debarred by NYC -extension by IDOL Wednesday, October 17, 2001 Page 23 of 31 [ LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code ,North Shore EnvironrnentaJ Solutions lnc 127 Gl~cove Avenue Gle~cove NY ] !542 Barred Until Fiscal Officer Notes: 12/16/2 001 NYC Company Name Northeast RegionaJ Communications lnc Barred Until Fiscal Officer 03/24/2005 DOL Address City 232 Mare Street Vestal Notes: Also P O Box 573 Appalachin N~' 13732 - muluple willfuls State Zip Code NY 13850 Company Name Northea. stem Pa,nting Barred Until Fiscal Officer 07/15/2003 DOL Address City 25 Hopper Street Utica Notes: Multiple willfi~ls State Zip Code N~' 13501 Company Name Oadca Valley Consamction Co Inc Barred Until Fiscal Officer 04/14/2002 DOL Address City 212 North Mare Street Warsaw Notes: State Zip Code NY 14569 Company Name Omura & SlaI~ery General Contracting Inc Barred Until Fiscal Officer 03/05/2004 DOL Address City 303 Clinton Avenue Kingston Notes: Aka (~nura General Contractors, [nc, - multiple vollful violations Stats Zip Code NY t 2402 Company Name Omura General Contractors Inc Barred Until Fiscal Officer Address City Notes: See Omura & Slattery General Contracting [nc State Zip Code Company Name Orange County Paving Inc Barred Until Fiscal Officer 01/27/2003 DOL Address City P O Box 233 Bullville Notes: Falsifie~ payrolls State zip Code NY 10915 Company Name P & P Contractors of Rochester Barred Until Fiscal Officer 08/27/2002 DOL Address City 8 Ambrose Street Rochester Notes: Employer stipulated to debarment State Zip Code NY 14608 ~a/ednesday, October 17, 2001 Page 24 of 31 ~-~' O~= EM PLO~'ERS iNELiGiBlE TO BiD-oN'O~ -B~'~W~D~D AN~ 'PUi~i~' ~(~Rk' (:;O~'~,ACT~ Company Name Pak American Construction & Mechanical Barred Until Fiscal Officer 02/I 2/2002 DOL Address City State Zip Code 657 Wy~gate Drive East V~Jle¥ S~'=am NT 11580 Notes: Falsified payrolls Company Name Paramount Systems Jnc Ban'ed Until Fiscal Officer 02/04/2002 DO L Address City State 1563 Monmuk Highway Oakdale NY Notes: 3 ~.qlifuls and falsified pa)Tolls - original debarment po-ted extended Zip Code 11769 Company Name Pamck Bistnan Jr Inc Barred Until Fiscal Officer 06/06/2005 DOL Address City State Zip Code [ 75 Spnngs Fireplace Rd East Hampton NY 11937 Notes: Falsified records Company Name pamck Hurling Barred Until Fiscal Officer Address Notes: See pamck Wnght City State Zip Code Company Name Pawick Wright a~d Pa~ck Hurling Ban'ed Until Fiscal Officer 12/0~'2004 DOL Address City State Zip Code 505 B Lincoln Road Riverhead N"Y 11901 Notes: Aka Professional Roofing, aka Pat's Roofing and aka Professional Constiq~ction - falsified Company Name Pat's Roofing Barred Until Fiscal Officer Address Notes: Sec Pa~ick Wmght City State Zip Code Company Name Peter Chardon Barred Until Fiscal Officer Address Notes: Se~ DME Contracting Inc City State Zip Code Company Name Peter Pan Spraying Barred Until Fiscal Officer 04/I 0/2002 DOL Address 21 Richard Lane Notes: City State Zip Code Huntington NY I 1743 Wednesday, October 17, 2001 Page 25 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code P~ccirilli Enterpnses lnc One Marine Midland Plaza Binghamtoe NY 13901 Barred Until Fiscal Officer Notes: 08/12/2002 DO L Falsified pa~To~ls Company Name Address City State Zip Code Pilos Contracting Corp 2'71 58th Street Brooklyn NY 11220 Barred Until Fiscal Officer Notes: 08/10/2005 DOL one vdllfial with N~'C and one w/llful vath DOL Company Name Professional Construction Barred Until Fiscal Officer Address Notes: Sec Pan"/ck Wright City State Zip Code Company Name Professional Fence Co of ~.NY Inc Barred Until Fiscal Officer 07,08/2005 DOL Address 6.479 Willow Dine Notes: mulhple wilffuls City State Zip Code North Bo~too NY 14075 Company Name Professional Roofing Barred Until Fiscal Officer Address Notes: See Pamck Wright City State Zip Code Company Name Pucci M~.~onry & Conswaction Corp Barred Until Fiscal Officer 01/20/2003 DOL Address City State Zip Code I2 Huckleberry Lane Hampton B~s NY 11946 Notes: 4 willfuls and falsified pa.vrolls Company Name Raymond L Masse Barred Until Fiscal Officer Address City State Notes: T/A AR1 Refrigeration Ltd. see Capital Area Refi~geration [nc (~ccessor) Zip Code Company Name R~ Morgan Associates Barred Until Fiscal Officer 11/01/2004 DOL Address City State 50 Morgan Axenue Brooklyn NY Notes: Falsified recorfls Zip Code 11237 Wednesday, October 17, 2001 Page 26 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code RGM Consb'uction Corp 5601 Nudge A~enue Maspeth NY 11378 Barred Until Fiscal Officer Notes: l 1/27/201M. DOL Falsified record~ Company Name Address City State Zip Code RIP M~ine Systems thc 1332-04 1 IS Avenue College Point h~' 11356 Barred Until Fiscal Officer Notes: 08123/2004 NYC Falsified payrolls Company Name Address Cit~ State Zip Code Roof Dynamics Inc 289 F Skidmore Road Deer Park N~' 11729 Barred Until Fiscal Officer Notes: 03/26/2003 DeL 24 ~,illfu[s ~[,~ falsified payrolls Company Name Address City State Zip Code S & D Contracting lnc 1035 Boyce Road, Ste 116 Pinsburgh PA 15231 Barred Until Fiscal Officer Notes: 04/1812002 DeL Falsified pa?oils Company Name Address City State Zip Code S 1 M G Painting Co lnc 1364 BuffaJo Roacl Rochester N~' 14624 Barred Until Fiscal Officer Notes: 01/08/2004 DOL Dba Colonial Painting Co Company Name Sachem Smactural Steel Inc Barred Until Fiscal Officer 05/20/2002 DeL Address City State Zip Code P O Box 582 Coram N~' 11727 Notes: Falsified payrolls Company Name Savoya Construction Corp Barred Until Fiscal Officer 09/21/2006 DOL Address City State Zip Code 13-15 3'~th A~enue Long Island City NY I 1101 Notes: a Joint Venture w~th United Pamting and Contracting Inc. - falsified payrolls - debarment period extended Company Name Schuyler Specialties lnc Barred Until Fiscal Officer 04/30/2002 DOL Address City State Zip Code 324 May Avenue Schenectady Nh' 1230 l Notes: 4 will fuls Wednesday, October 17, 2001 Page 27 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Soon Gamache 3052 Dorchester Street Niagara Fails NY 14305 Barred Until Fiscal Officer Notes: 08/I 3/2002 DOL Dba Niagara Top Line Builders - falsified payrolls Company Name Address City State Zip Code Seville Cons~'uction Inc 2.55 52nd S[~'~'t Brooklyn NY 11220 Barred Until Fiscal Officer Notes: 07/27/2002 DOL Also NYC - 3 v.~llful violmions Company Name Address City State Zip Code Sonny's DD'wall lnc 15;38 Mann A~.enue Hillside NJ 7205 Barred Until Fiscal Officer Notes: 09/07/2004 NYC Falsified records Company Name Spyder Technologies Inc Barred Until Fiscal Officer Address Notes: See LaCorte Companies lnc City State Zip Code Company Name Sta~e of the Art Const~action Barred Until Fiscal Officer 10/06/2005 DOL Address 140 Marine Street Notes: Muhiple w/llful ~iolations City State Zip Code Fm'mingdale NY I 1735 Company Name Superior Roofing lnc Barred Until Fiscal Officer 10/1512002 DOL Address City P O Box 475 - NYS Rte 11 Gouvemeur Notes: State Zip Code NY 13642 Company Name Supreme Elec~cal Contracting Inc Barred Until Fiscal Officer 06/1 l/2004 NYC Address City 5306 Church .&venue Brooklyn Notes: Falsified records State Zip Code NY I 1203 Company Name TBK Drywall Conslruction Barred Until Fiscal Officer Address City Notes: See Thomas and William Kraebcl State Zip Code ' Wednesday, October 17, 2001 Page 28 of 31 -~isT 61: EMpLOY'ERS INELiGI'BLE TO BiD ~N-oR 'BE AWARDED ANY PUBLi~-W(~RK Company Name Tele-Dala-Corn Solutmn$ lnc Barred Until Fiscal Officer 03/24/2005 DOL Address City 597 Traney Creek Road Vestal Notes: alter ego of Northeast Regional Commumcmons lnc State Z~p Code NY 13850 Company Name Thomas and William Kraeb¢l Barred Until Fiscal Officer 01/09/20~2 DOL Address City State ZJp Code Box 228 Laurel NY 11948 Notes: Dba TBK DD'wall Consmaction Company Name Thomas K Falgiano Barred Until Fiscal Officer Address City State Notes: Pnncipal officer-partner and/or shareholder - see M Falgiano Construction Co Inc Zip Code Company Name Tim Restormion Coq~ Barred Until Fiscal Officer Address Notes: See DME Conn'atmng lnc City State Zip Code Company Name Tobie R Gulley Barred Until Fiscal Officer O4/O6/20O5 DOL Address City P O Box I 1304 Roche~aer Notes: Dba Gulley Terrazzo Tile & Floonng Co. - mulnple w~llfuls State NY Zip Code t4611 Company Name Address Tower Building Maintenance & Management Lt 347 Kingsland Avenue Barred Until Fiscal Officer Notes: 11/24/2003 DOL Multip}e v,'~llfuls city Brooklyn State NY Zip Code I 1222 Company Name TPK Construction Corporahon Barred Until Fiscal Officer 02/02/2003 DOL Address City 116-124 $ Van Brunt St Englev, ood Notes: Falsified payrolls State NJ Zip Code 07631 Company Name Turso Construction [nc Barred Until Fiscal Officer 11/25/2003 DOL Address City 4 Nursery Lane Rye Notes: 3 willfuls - debarment period extended State NY Zip Code 10580 Wednesday, October 17, 2001 Page 29 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name L~lem Property Services and Con~acdng Barred Until Fiscal Officer 08/102005 DOL Address City State Zip Code 209 Paddock S~eet Walcrtown NY 13601 Notes: John C. Uhlein Ill dba Uhlein Property Services and Contracting - consent by sfipul~on Company Name United Painhng and Contracting inc Barred Until Fiscal Officer 09/21 2006 DOL Address City State Zip Code 13-15 37th Avenue Long Island City NY I 1101 Notes: a Joint Venture w~ Savoya Const~ctien Corp. - falsified payrolls - debarment Period extended Company Name W Property Resources inc Barred Until Fiscal Officer 08/I 6 2006 NYC Address City State zip Code 123 West 126d~ Street New York NY 10027 Notes: Multiple w'dl fuls Company Name Wale Construction Corp Barred Until Fiscal Officer 08/12 2004 N~'C Address City State Zip Code co S M 4309 ~,~ite Plains Bror~ NY 10466 Notes: Falsified recon~ Company Name Wate. r~ay Cons~'uction Corporation Barrel Until Fiscal Officer 11/26,2001 DOL Address City State Zip Code 201-01 Northern Bird Bayside NY 11361 Notes: Falsified payrolls Company Name Wayne Lancaster, Individually Barred Until Fiscal Officer 06130,2004 DOL Address City 5350 McLaughlin Hill Rd Beaver Darns Notes: Dba Management Services - falsified records State Zip Code NY 141112 Compaw.' Name Wayne Vitale [nc Barred Until Fiscal Officer I 1/08/2O05 DOL Address City P 0 Box 325 Pon Jefferson Notes: Dba Neptune Construction Co State Zip Code NY I 1777 Company Name West Electric lnc Barred Until Fiscal Officer 07/19,2006 DO L Address City P O Box 83 Blossvale Notes: Multiple willful violations Stats Zip Code NY 13308 'Wednesday, October 17, 2001 Page 30 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Westchester Iron Works Corpora~on Barred Until Fiscal Officer 03/02/2006 NYC Address City State zip Code 65 Plato Avenue New Rochelle NY 10801 Notes: Voluntary debarment Company Name Wheels Places ~' Things [nc Barred Until Fiscal Officer 10/26/2003 DOL Address City State Zip Code P O Box 311 Selkirk NY 12158 Notes: Falsified pa~ToIIs Company Name William A Sa]tzberger Barred Until Fiscal Officer 03/25/2002 DOL Address City 52 High St P O Box 836 Geneva Notes: Dba A & L Landscape Ma~menance - 3 willf~ls State Zip Code NY 14456 Company Name Wilson Tank Builders lnc Barred Until Fiscal Officer 05/08/2006 DOL Address City 646 Nor~.h Broad Sa'eet Groce City Notes: Fa]sifted records State Zip Code PA 16127 Company Name Woodmotif Cabinetry Inc Barred Until Fiscal Officer 02/07/2002 NYC Address City 501 Schole~ Street Brooklyn Notes: fa]sifted records - indictment #5268-96 State Zip Code NY 11237 Company Name WPNT Construction Barred Until Fiscal Officer Address City Rte 144 Selkirk Notes: Successor to Wheels Places-N-Things lnc State Zip Code NY 12158 Company Name Yaboo Fence Company Barred Until Fiscal Officer 06/09/2004 DOL Address City 10 High Street West Nyack Notes: State Zip Code NY 10994 Wednesday, October 17, 200I Page 31 of 31 WAIS Document Re~evsl ht~://ncptune, fedwofld.gov/c$i-bi...421136'; 8+0+0 +0&wai~actiOn'-T=theve GENERAL DECISION NZg80013 09/Lg/98 NY13 General Decision N~/~ber HXgSQQ13 Superseded General Decision No. NY970013 State: New York Construction T~pe: BUILDING FL~AVY HIGHWAY Coun=y(ies): NASSAU SUFFOLK BUILDING CONSTRUCTION PROJECTS, RESIDENTI;LL CONSTRUCTION PROJECTS (inclu4ing sSngle family homes and apartments up to and including 4 storie~), H~V~ CONSTRUCTION PROJECTS, HIGHWAY CONSTRUCTIGN PROJECTS Modiiica:ion Number Rublication Date 0 02/1]/1998 1 0]/1]/1998 2 04/0~/1998 3 05/22/1998 4 06/12/1998 5 07/06/A998 6 07/10/1998 7 07/24/1998 9 09/01/k998 10 09/18/L998 COUNTY(les): N~SAU SUFFOLK A~BE0012A 07/01/1998 Rates Fringes ASBESTOS/INSULATOR WORKERS: SCOPE OF WORK: in=ludes a~pliumtion of all insulating materials, protective coverings,coatings and finishing ~o all ty~es of mechanical systems. 30.65 19.~0 ~OI~0005A 09/01/1998 Rates Fringes ~O~h~R $35.00 FOOTNOTE: a. PAID HOLIDAYS: New Years Day, Thanksgiving Day, Memorial Day, Independence Day, Labor Day and Good Friday, Friday a~ter Thanksgiving, Christ,s ~e Day and New Year~ Eve BRN'YOOOLA 07/01/I99& Rates Fringes CAK~%222A 07/01/1]~7 Rates F~inges CAR. p~TTERS: ~u~Ld~ng 30.42 18 !1 Hea%'y & Highway 30.42 18.11 I o1'9 10/28/98 10:46:48 http:f/nep~une.f~dwartd §ovlc§l-bi. 42113678+O*O*O&waisaction~re[rieve Residential 2298 11.12 RESIDENTIAL CONSTRUCTION: Work in connection with alteration and/or repair of all residential units on housing, whether singular or multiple, condomi~iume, town houses a~d walk-up garden apartments not to exceed three (3) stories and wich are non-elevator structures:it shall also cover the receiving, fastening and putting in place of all modular u~£ts when used for cons=~uc[ion of the a~ovs referenced units, regardless of from what material they are made such as wood, masonry metal or plastic. ~i-r~se apartments, motels, nursing homes and other institutional t)~e living facilities are not covered undur residential construction. ~LEC0025B 06/01/1998 Rates Fringes ELEC'fRICI~NS 33.25 19 S8 ELEC0025C 04/2~/1998 Fringe9 Wiring or single or multiple family <:~,~el[incjs and apartments up to and including 2 stories 21.70 37-1/2%+2.33 Maintenance Unit Telephone Unit 24.94 47%*.55 LINE CONSTRUCTION: Substation and Swi=chiag s~ruC~ures pipe ty~e cable in~alla:ion and maintenance Jobs or projects; Railroad electrical distribution/ transmission systems maintena~ce (when work is not p~rfo~d by railroad ~erhead and U~der~round cra~migslo~/distribution line work. Fiber optic, telephone cable and Line~ & c~le Splicer Hea~ E~iD~n~ Operator Ratem Fringes 29.16 23.33 ].37*15.5% 17.50 3,~7~.5% 3.37.15.$% Tree Tri~ner 17.74 ~L~V0001B 07/01/1995 Rates Fring~ S~ATOR MEC}LANICS (Modernization and Repair) 27.]3 a. ~A~D HOLIDAYS: New Year'~ Day, Lincoln's La,or Day, Columbus Day, Veteran's Day, Thanksgiving Day, Fri~y after Thanksgiving, and Christmas Day. 2 of 9 10/21i~98 10:46:4:~ Document Retrieval ht~p//neptune, fedwortd,gov/cg, i.bi...42113678+O+O+O&waisaction--mtrieve 5 years ~ service ~NGI0138A 06/01/1997 BUILDING CONSTRUCTION Rates Fringes GROUP 1 30.07 19.S4.a GROUP 2 28.47 19.54+a GROUP ] 27.41 19.54~a GROUP 4 25.27 L9.$4*a GROUP 5 24.21 lP.$4+a NOTES: Hazmat premiums; Level A 3.00 Level B 2 00 Level C 1.00 Oiler on truck cranes with boom lenpth of 100 ft. or more FOOTNOTE: a, Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day. Chrietmaa Day. blncol ,s Birthday, Washington"s Birthday, Columbus Day, Election Day. and Yetersne Day. POWER EQUIPMENT OPERATOR CA$SIFICATIONB GROUP l: Aephal: spreader, backhoe crawler capacity over cater- piller 225 and lomatsu ]00, Boiler (thermoplastic), Cherry plcker, over 50 tons. CMI or ~xim spreader, concrete ~ (with oiler), crane {crawler truck), crane (on barge), crane {stone setting), crane (structural steel}, crane (with clam shell), derrick, dragline, dre~e, gra~all, grader, ho{et (3 drum), loadin~ ~aohine (bucket) cap of l0 yde or over micro-trap, with compressor (negative air machine), milling machine, large pile driver, ~ower winch. Stone setting/structural steel, power winch (truck mounted/stone steel) powerhouse, road paver sXdeboom tractor (used in tank work), stone spreader (self propelled ~ank work), zamboni (ice machine) GROUP 2: Backhoe, boom truck, bulldozer, cherypicker, conveyor (multi), din~f locomotive, forklift, hoist, 2 drum. loading machine, loading machine (front end} mechanic1 compacuors, (machine drawn), mulch machine {machine-fed}, po~r winch, o~her than stone/structural steel, power winch {truck ~te~ other than stone steel) Dump (hydraulic. with boring machine), roller, {asphalt), scoop (carry-all scraper), tower crane (maintenance ~an), trenching ~achine GROUP 3: Comrpess0r (structural steel). Compressor (2 or more in battery), concrete ~intshing mchine, concrete sDreader, conveyor, Curb machine {asphalt or concrete), curlng machine, ~ireman, hoist {1 d~%tm), micro-trap, (eel~ contained, negative air machine), pump (% inches or over), pua~ (hydraulAc), ~ (jet), p~ (sumber~ible). ;u~ (well point~, pulvt-m~xer. and burning, welding machine (pile work), welding machine (structural steel} GROUP 4: Compressor, compressor (on crane), compTsssor (p~le work), compressor (stone setting), concrete break,er, concrete maw or cut,er, ~orklif~ (walk behind. ~wer opera,ed), generator-pile worK. generator, hydra ha~mer, mechanical compactors (hand 3 of 9 10.'/~/9~ 10:46:49 WAI$ Domunent Retrieval http:.'/ncptune, fedwor~d.gov/cgi-bl.,.42113678 +0+0 +0&waisaction'-Tetrie vc operated), oiler (truck crane), pin puller, portable heaters, powerbroom, power buggies, pump (double action dlap~grgm), pump (gypsum), trench machine (hand), welding machine GROOP 5: 8atch~ng plant (on slts of lob}, generator mixer (with skip), mixer (2 small wit~ or without skip}, mixer (2 bag or over, with or without skip), mulch machine, oiler, pump (centrifugal. up to 3 inches), root cutter, stump chipper, tower crane (oiler), tractor (caterpillar or wheel vibrator) ~NGI0138B 06/01/%997 AMD HIGHWAY CONSTEUCTION Rates Fringes GROUP 1 30.92 19.54 + a GROUP 2 28.79 19.54 + a GROUP 3 27.72 19.54 + a GROUP 4 25.59 19.54 + a GROU~ 5 24.52 19.54 * a GROUP 6 22.92 7.45.10% NOTEE; Hazmat premiums: Level A 3.00 Level E 2.00 Level C 1.00 Truck and Crawler Cranes long boom premiums: boom lengths (including jib) 100-149 ft boom lenghte (including jib) 150-249 ft boom lenghts (including jib) 250-34~ ft boom lengths (including jib) 350 ft Cranes using clamshell buckets Oiler on truck cranes with boom length of 100 ft or more .75 1.50 .2S 25 FOOTNOTE: a. Paid Molidays: New Years Day, Memorial Day, Independence Day Labor Day, Thanksg~ving Day, Christmas Day, 51ncoln's ~rthday washington's Birthday, Columbus Day, Election Day and Veterans'a Day. POWER EQUIPMENT OPERATOR C~SIFICATIONS GROUP l: Asphalt spreader, backhoe crawler (oapacity over caterl~lller 225 8A~d komatsu ]00;, boiler (thermoplastic), borlng machine (~ost hole), c~h~rry picker (over 50 ton), CMI or m~x~m spreader, concrete pump, wi:h oiler, crane {crawler truck), crane {o~ barge), crane (stone setting) cra~e (structural steel}, crane (with clam ~hell), derriok, dragline, dredge, gradall, grader. ho~et (3 drums), loading machine (bucket) capacity of l0 yards or over, micro-trap (with compressor-negative air machx~e), milling machine {large), pilsdriver, power winch (stone setting structural steel), power winch (truck mounted/stone steel). l~wer-house, road 9aver, scoop, carr~ all (ecra~,r in ~andem}, shovel, eideboom tractor, sideboom tractor (used in tank workJ. GROUP 2: Sulldozer. Sack~oe, ~oom Truck. ~oring machine/augur, Cherr~icker. Conveyor (multi). Danky LocomOtiVe, Forklift, Hoist (2 drum), Loading Machine, Loading Machine (front end), Me¢~anical C~pactor (machine draw~). Mulch Machine (machine- Winch (truck mounted/other than stone ~%eel), Pump Hydraulic 4 of 9 10/28/98 10:46:4Q WA l$ Docurnem Redcvsl htr9 J/.ep~uns. fdwof IcLgov/c ji-bi...¢211 ] 6'/B+0'~0*0&wnls~ctias-retne~e (with boring machine), Roller (aephaltl, Stoop (carry-all, scraper). Tower Crane (maintenance man), Trenching Mauhine. Ve~meer Cut,er, Work Boat GROUP ]: Curb Machine (asphalt or concrete), Maintenance E~g~neer (amall equipment), Maintenance engineer (well-point; Mechanic (fiel~n). Micro-Trap (eel~ contained, negative air machine). Milling Machine (small), Pulvi-mixer. Pump (4 inches or o~er), Pump Hydraulic, Pump Jet, Pump Submersible, Pump (well point}, Roller Dirt, Vac-All. Welding and burning. Compressor (e~ructural steel), Compressor (2 or more battery), Concrete Finishing Machine. Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (one drum), Ridge Cutter, Striping Machine, Welding Machin~ (piNe work), Welding Machine (structural GROUP ~: Compressor, Compressor on crane, Compressor work), Compressor (stone eetti~g). Concrete Breaker, Concrete Saw or Cut,er, For~ Lift (walk behlnd, power opera=ed), Geaerator- Pile Work, G~nerator, Hydra Rammer, Mechanical Corapoactors (hand operated), Oiler (truck crane), Fin Puller, Portable ~eaters, Po~erbroom. Power buggies. Power Grinders, Pump (double action diaphragm}, Pump g~sum, Pump (mingle action i to ] inches;, Treach Machine hand, Welding Machine GROUP 5: Batching Plant (on sire of job), Generator (small}. Grinder, Mixer (with skip), Mixer (2 small with or without skip}, Mixer (2 bag or over, w~th Or withou~ skip), Mulch Machine, Oiler. ~ump (centrifugal, up to 3 inches), Root C~tter, Chipper, Tower Crane (oiler), Track Tamper (2 engineers, each), Tractor (caterpillar or wheel), Vibrator, Work boat (deckhand). GROUP 6: Well IRON0040A 06/29/1998 Rates Fringes NASSAU COUT~TY IRONWORKERS (STRUCk} 29.20 29.98 IRON0046C 07/01/1998 Ra~es Fringes IRONWORkeRS (METALJ~IC LATHERS) 32.95 17.~7 IRON0361A 06/29/1998 SUFFOLK COUNTY Rates Fringes IRONWORKERS (STRUCTURAL) 29.20 29.98 * IRON0580A 07/01/1998 Rates Fringes IRONWORKERS (O~AMENTA~) 28.30 23.00 ~%~O0066A 01/01/1997 Rates Fringes Laborers 22.63 12.63 Plasterers tenders 22.6] 12.63 5 01-9 10/2S/9~1 10:46:40 Document Rt'tnev~l hep't/neptune t'edworld.gov/cg{-bt .421 i 3678~-0*,O+0&w~isaclion-rt~Tievc LABO0999M 06/01/1996 Rates Fringes Asbestos Removal Worker8 18 O0 4.00 I~%BO129BP 06/01/1998 (HEAVY & HIGHWAy}: Fringes Asphalt Rakers, Fo~msetters Asphalt Shovelers, Roller SOyS & Tampers Regular Laborers ll.12+a 24.52 11 12+a 22.62 ll.12+a a. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day afte~ Thar~ksgivln~ Day, Christma~ Day, Martin Luther King. Jr. Birthday, President's Day. (If employee wor~ the ~oliday it is double time. If employee does not work the Holiday, the employee receive~ 2 hours additional pay for each day he works in the hollday week}. PAIN0009C 06/01/1998 Rates Fringes PAINTERS: Painters, Drywall Finishers. Paperhangers. Lead AbaLemen~ Worker 2625 12.31 Spray, Scaffold, Sandblasting 29.25 12.31 ~[~%ZIRRS 27.34 16.22 PA[Nlg74B 07/01/199~ Ratee Fringes DRYWALL TAP~RS/~OINTE~S ]1.t2 P~OO60B 07/05/1995 IN NASSAU FROM FLUSHING BAy ON TH W~T GOING SOUTH TO CROSSING OF INT~STAT~ 678 AND CONTINUING SO~ TO ~E LONG IS~ EXPRESSWAY {I~STAT~ %95), ~T TO ~ N~AU-~FO~K bI~, NORTH ~ THE LONG IS~ D~TERERS 2~.05 13.99 PLA~0202A 07/01/1996 Rates Fringes ALL OF ~UFFOLK AND SOUTH OF T~ LON~ ~SLAIq'D EXPRESSWAY IN NASSAU P~%STEREP~$ 24.50 14.57 07/01/1997 Rates Fr~nge~ M$~ONS 32 00 1~.85 ~ Of 9 10/28/98 10:46 5¢) WAIS Document R~tieval hEp://ncptune.t'edworld.8ov/c~i-bi-42113678~+0+0&wsi~tioa-tel~-ieve PLUM0200A 0S/01/1998 Rates Fringes BUILDING CONSTRUCTION: P~U~4BERS 33.15 1%.88 RESIDENTIAL CONSTRUCTION: PLU~SRS 17.18 5.70 Service Fitter work shall consist of all repair, mervice and maintenance work on domestic, commerical and industrial refrigeration, air conditioning and air cooling, stoker and oil burner apparatus and. heating apparatus etc., including but not exclusively the charging, evacuation, leak testing and assembling for all ~chines for domestic, commercial and industrial refrigeration, air conditioning and heating apparatus. Also, work shall include adjusting, including capacity adjustments, checking and repairing of replacement of all controls a~d start up of all ~mchines and repairing all defects that may develop on any system for domestic, co,,~,,ercial and industrial refrigeration and all air conditioning, air cooling, stoker and oil burner a~paratus and heating apparatus regardless Of size Or t~e. SOOF01541 10/01/1997 Rates Fringes ROOFERS 25.14 16.50 9H~O028B 07/30/1998 Rates Fringes SHEET METAL WORKERS 31.27 19.53 07/01/1998 Ra~es Fringes TRUCK DRAVERS: Asphalt 26.56 15.9525+a+b High Rise 28.96 15.95+a+b Euclide & turnapulls 26.795 15.9525*a*b ~OOTNOTES: a. Paid Holiday: Employees employed on December 24 and December 31 who report for work on such days shall be paid afternoon holiday pay of four hours each day. Paid Holidays shall be included for purposes of Vacation Credit b. For each 25 days worked with the contract year an employee will rece&ve One day vacation with pay, maximum vacation o~ 3 weeks per year. In addition, an employee who q~alifiee for two weeks (10 days) wacation or more with pay and who has been continuously employed by hie employer for six ~ears before the close of any contra¢~ year, sba%l be ent~led to one extra ~a¥ vacation; seven y~ars before the close of any eight year~ before ~e close of any contract year, shall be entitled to three extra day vacation; nine years before the 7 of 9 10/28198 10:46:§0 htvo://nel~ae.f~dwoHd.gov/cgi-bi.., 42113678 H)'~O~'O&wai~ag~ion=vetriev¢, close of any contract year. shall be entitled to four extra day vaction; ten years before the close of any contract year or OVer shall be en:ltled to three weeks paid vaca:£on with pay, but in no event shall any employee be entitled =o more than three weeks vacation pay per year. WELDERS - Receive rate prescribed ~or craft performing operation to which welding ia incidental. Unlisted classifications needed for work no~ included withi~ the SCOpe O£ the classifications listed may be added after (29 CFR lasted under that identifier do not reflect collectively prevailing. WAGE DETERMINATION APP~4%LS ~ROC~S$ 1.) Has there been an initial decision in the matter? Thls can be: t an existing published wa~e determination * a survey underlying a wage deter~ination * a Wa~e and Hour Division ~et=er setting ~orth a position on a wage determination matter * a ¢ohformance (additional classification and rate) ruling On euz-vey related mattere, initial contact, including req~/eets for a~u~mariae of surveys, should be with the Wage and HOur Regional Office ~or the age~ iff which the survey was conducted because ~h~ee Reg£¢~%~l offices have responsibility for the and ~.; should be follo~d. With r~gard to any other matter not yet ripe for the for~a~ process descrXbed here. initial con, act should be with the Branch of Construction Wage Determinations. Write ~o: Branch of Conetr~ction Wage Determinations Wage and Hour D~viaion U. S. De,arrant of La,or 2~0 Constitution Ave~e, N. W. Washington, D. C. 20210 2.) If the answer to :he question in 1.) is yes, then an interested party (those affected by ~he actionl can request review and reconsideration from the Wage and Hour Administrator (See 29 C~ Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Depart~nt of Lak~)r 2~ Constitution Avenue, N. W. Washington, D. C. the decision of the Administrator is not favorable, an 8 of 9 10/28/98 10:46:5 ~ WAIS DoCument Rt~tTieval http:i,'neptunc. Fedworld,~sv/cBi-bi 4-'2113678*'O+O*O&walsacdon=relricv~: l~ereeted D&rty ~%a¥ appeal directly to the Administrative Review Eoard (formerly the Wage Appeals ~oard). Write to: U. S. Department of Labor 200 COnet~tution Avenue, N. W, Washlngton, D. C 20210 All declsions Dy the Administrative Review E0afd are final. ~ OF GENERAL DECISION ' Ofg 10/'28/98 10:46:$ I ATTACHMENT E - TECHNICAL SPECIFICATIONS SECTION 01010 - SUMMARY OF WORK PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Contract Description. B. Work by Owner. C. Contractor use of site and premises. D. Definitions. 1.02 - CONTRACT DESCRIPTION A. The work required for this contract New Animal Shelter Building for the Town of Southold will be performed under a design/build format. The teams shall be responsible for performing the work items specified or shown in specifications and accompanying drawings issued as a part of this RFP, and shall coordinate its work with that of other contractors hired by the Village. The project is broken into the following contracts: CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION CONTRACT H - HVAC DESIGN AND CONSTRUCTION CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION The Town of Southold will enter into a contract with a single party only, authorized to act as the primary representative of the design/build team for each contract. In general, this project consists of a new one story, slab on grade Animal Shelter Building, with new HVAC, Plumbing and Electrical Systems and new building services. 1.03 - CONTRACTOR USE OF SITE AND PREMISES In general, working hours will be considered as 7:30 AM to 5:30 PM weekdays. Special arrangements must be made with the Owner for access to the project space for evening or weekend work. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION SHAC Al-01 01010-1 10/19/01 I~M G~OU[~ SECTION 01019 - CONTRACT CONSIDERATIONS PART 1.01 - A. B. C. 1.02 - A. 1.03 - A. C. D. E. F. G. 1 - GENERAL SECTION INCLUDES Schedule of Values. Application for Payment. Change procedures. SCHEDULE OFVALUES Submit a typed schedule on Owner forms listed in Agreement. If no forms are listed, submit a typed schedule on AIA Form G703-Application and Certificate for Payment Continuation Sheet. Contractor's standard form or electronic media printout will be considered. Submit Schedule of Values in the quantities and timeframe listed in Agreement. If no quantities or timeframe is given, provide Schedule in duplicate within 15 days after date of Owner-Contractor Agreement. Format: Utilize Owner's format for Schedule of Values. If no format is provided, utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the major specification Section. Identify site mobilization, bonds and insurance, testing and record documents. APPLICATIONS FOR PAYMENT Submit an Application for Payment on Owner's forms listed in Agreement. If no forms are listed, submit AIA Form G702-Application and Certificate for Payment and AIA G703-Continuation Sheet. Submit Application in quantities listed in Agreement. If no quantities are given submit three copies of each Application for Payment. Present required information in typewritten form and execute certification with a notarized signature of an authorized officer. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. Payment Period: Submit at intervals stipulated in the Agreement or if no interval is stipulated, submit monthly. Include separately from each line item, a direct proportional amount of Contractor's overhead and profit. Submit a revised schedule listing approved Change Orders, with each Application for Payment. SHAC Al-01 01019-1 10/19/01 ~/~ QF~QUP SECTION 01019 - CONTRACT CONSIDERATIONS H. Provide completed Labor Affidavit Form with application. I. Include any waivers, invoices or additional forms required by Owner and listed in Agreement. J. Include an updated construction progress schedule with all applications for payment. 1.04- CHANGEPROCEDURES A. AIl change procedures are to comply with the relevant sections of the contract. B. The Owner will advise of minor changes in the Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by contract. The Owner may issue a Proposal Request which includes a description of a proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change and the period of time during which the requested price will be considered valid. Contractor will prepare and submit an estimate within 7 days. The Contractor may propose a change by submitting request for change to the Owner, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum/Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. E. Execution of Change Orders: Contractor will issue change orders for signatures of parties as provided in the GENERAL CONDITIONS OF CONTRACT. PART2- PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION SHAC Al-01 01019-2 10/19/01 15~/~ GP~OUD SECTION 01030 ~ ALTERNATES PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Submission procedures. B. Documentation of changes to Contract Sum/Price and Contract Time. 1.02 - RELATED SECTIONS A. Proposal Form(s). B. Other sections referencing this section. C. All contractual requirements outlined in the documents. 1.03 - SUBMISSION REQUIREMENTS A. Submit Alternates identifying the effect on adjacent or related components. B. Alternates will be reviewed and accepted or rejected at the Owner's option. C. Coordinate related work: and modify surrounding work to integrate the Work of each Altemate. 1.04 - SELECTION AND AWARD OF ALTERNATES A. Indicate variation of Bid Price for Alternates described below and listed in the PROPOSAL. This form requests a "difference" in Bid Price by adding to or deducting from the base Bid Price. B. Bids will be evaluated on the base bid price, plus any combination of alternate items. After bid submittal, the Owner will consider a combination of' alternates. 1.05 - WORK FOR ALTERNATES A. Work for alternate items selected shall include all related materials, labor, equipment and operations necessary to conduct and complete the alternate work and all other affected work or adjacent areas. B. There shall be no change in time or completion date for the selected alternates, unless listed within the proposal submitted or approved in writing by the Owner. C. Alternates and associated work shall meet all standards and specifications delineated in the request for proposal (RFP). 1.06 - SCHEDULE OF ALTERNATES A. Ail alternate items shall be added or deducted from the base bid. SHAC At-01 01030-1 12/03/01 I~M C f~OU~ SECTION 01030 - ALTERNATES G-1 H-1 H-2 H-3 H-4 H-5 H-6 H-7 H-8 P-1 E-1 E-2 - NONE Design, detail and install a central air conditioning system for all office area between column lines 6 and 7 Design, detail and install a central air conditioning system for center work areas between column lines 2.5 and 4 Design, detail and install a central air conditioning system for interior kennel areas Design, detail and install a central air conditioning system for entire building, excluding mechanical room. The office area between column lines 6 and 7, the center work areas between column lines 2.5 and 4, and the kennel areas shall independently be controlled Eliminate base bid radiant slab heating system for office area between column lines 6 and 7. Design, detail and install a forced air heating system for same area Design, detail and install a central air conditioning system for all office areas between column lines 6 and 7 if alternate H-5 alternate for forced air heating is selected Eliminate base bid radiant slab heating system for entire building and design, detail and install a forced air heating system for all interior spaces. The office area between column lines 6 and 7, the center work areas between column lines 2.5 and 4, and the kennel areas shall independently be controlled Design, detail and install a central air conditioning system for entire building if alternate H-7 altemate for forced air heating is selected. The office area between column lines 6 and 7, the center work areas between column lines 2.5 and 4, and the kennel areas shall independently be controlled - NONE Increase of service from 400A to 600A 120/208 Vac, 3 phase 4 wire. New distribution panel rated at 600 A Design, detail and install a complete fire alarm system for the entire building. PART 2 - PRODUCTS Not Used SHAC Al-01 01030-2 12/03/01 I~/~ GFROUP SECTION 01030 - ALTERNATES PART 3 - EXECUTION A. Work for each altemate, related items and collateral work shall be completed in their entirety. B. If alternate items are not selected, work for the base bid and collateral work shall be completed in their entirety. END OF SECTION SHAC Al-01 01030-3 12/03/01 !t~ Qr~OUD SECTION 01039 - COORDINATION AND MEETINGS PART 1.01 A. 13. C. D. E. F. 1.02 A. 1 - GENERAL SECTION INCLUDES Coordination and project conditions. Design review meeting. Preconstruction meeting. Progress meetings. Preinstallation meetings. Cutting and Patching. COORDINATION AND PROJECT CONDITIONS The contractor is to coordinate their work with the Owner, Owner's representative and Owner's subcontractors to facilitate the general progress of work. The Contractor shall afford the Owner reasonable opportunity for the installation of additional work and for the storage of materials. The contractor shall employ a competent superintendent who shall be in attendance at the job site during the entire duration of the project and who shall be responsible for coordinating the work of all as described in Item A above, and who shall be responsible for securing the site and building and for opening and unlocking temporary and permanent doors and enclosures for access to work areas on a daily basis. The contractor shall coordinate scheduling, submittals, and Work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements. All construction work on this project must be performed in compliance with the Occupational Safety and Health Act of 1970 or with Local or State occupational safety and health regulations enforced by an agency of the locality of state under a plan approved by the U.S. Department of Labor Occupational Safety and Health Administration (OSHA). The Contractor must layout its work from their established base lines and benchmarks and is responsible for all measurements based on them. The Contractor must furnish, at its oxvn expense, all equipment, tools, materials, and labor as may be required in the layout of any part of the work. Verify utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. SHAC Al-01 01039-1 10/19/01 I~S/M GF~OU P SECTION 01039 - COORDINATION AND MEETINGS 1.04 A. The Contractor must cooperate fully and must schedule its work accordingly in making connections to utilities during the construction period. If applicable, the Contractor must contact, coordinate, and make the necessary arrangements with the respective authorities for the connections to the utilities required under the Contract. Coordinate space requirements, supports, and installation of mechanical, electrical and plumbing work which may be indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish element and the work of all trades. The Contractor must assign sufficient personnel to ensure strict compliance with the following: At all times during construction, the premises must be kept free from accumulations of waste material or rubbish caused by employees or as a result of Work. At all times during construction, the entire building must be kept protected from the weather to prevent damage. Coordinate completion and clean-up of Work of separate sections in preparation for Substantial Completion. Open burning of rubbish, debris, and other combustibles is not permitted on the site. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with the Contract, to minimize disruption of Owner's activities. DESIGN REVIEW MEETING Upon 60% and 100% completion of the Construction Documents, meetings are to be scheduled to review the conformance with the design intent and material selections. After the Owner's Representative and the Owner have reviewed the submitted Contract Documents, revisions to the construction drawings and material selections may be made. Final submittal and approvals by the Owner are required prior to commencing construction. SHAC Al-01 01039-2 10/19/01 SECTION 01039 - COORDINATION AND MEETINGS 1.04 A. B. 1.05 A. B. C. D. PRECONSTRUCTION MEETING Owner will schedule a meeting after Owner-Contract Agreement. Attendance Required: Owner, Architect/Engineer, Special Consultants, Contractor, Contractor Superintendent and major Subcontractors. Agenda: 1. Submission of list of Subcontractors, list of Products, Schedule of Values, submittal schedule and Progress Schedule. 2. Designation of personnel representing the parties in Contract. 3. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 4. Scheduling. 5. Use of premises by Owner and Contractor. 6. Owner's requirements and occupancy. 7. Construction facilities and controls provided by Owner. 8. Temporary utilities. 9. Survey and building layout. 10. Security and housekeeping procedures. 11. Schedules. 12. Procedures for testing. 13. Procedures for maintaining records documents. 14. Requirements for start-up of equipment. 15. Inspection and acceptance of equipment put into service during construction period. Record minutes and distribute copies within five days after meeting to participants, with one copy to Architect/Engineer, Owner, participants, and those affected by decisions made. PROGRESS MEETINGS Schedule and administer meetings at bi-weekly intervals throughout progress of the Work. If requested by the Owner/Owners Representative, the Contractor will be required to attend more frequent and/or special job meetings at no additional cost to the Owner. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, Architect/Engineer, as appropriate to agenda topics for each meeting. Agenda: t. Review minutes of previous meetings. SHAC Al-01 01039-3 10/19/01 I~ Gr~OUP SECTION 01039 - COORDINATION AND MEETINGS 1.06 A. B. C. D. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off-site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Update ofmasterconstruction schedule. 11. Coordination of projected progress. 12. Maintenance of quality and work standards. 13. Effect of proposed changes on progress schedule and coordination. 14. Other business relating to Work. Record minutes and distribute copies within five days after meeting to participants, with one copy to Owner, participants, and those affected by decisions made. PREINSTALLATION MEETING When required in individual specification sections, the contractor shall convene a preinstallation meeting at the site prior to commencing work of the section. The contractor shall arrange and require attendance of parties directly affecting, or affected by, work of the specific section. The contractor shall notify Owner five working days in advance of meeting date. The contractor shall prepare agenda and preside at meeting: 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. The contractor shall record minutes and distribute copies within five days after meeting to participants, with one copy to Owner, participants, and those affected by decisions made. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine existing conditions prior to commencing Work, including elements subject to damage or movement during cutting and patching. B. After uncovering existing Work, assess conditions affecting performance of work. SHAC Al-01 01039-4 10/19/01 i~/_M, CF-~©U P SECTION 01039 - COORDINATION AND MEETINGS C. Beginning of cutting or patching means acceptance of existing conditions. D. Verify that utility services are available, of the correct characteristics, and in the correct location. 3.02 PREPARATION A. Provide temporary supports to ensure structural integrity of thc Work. Provide devices and methods to protect other portions of Project from damage. B. Provide protection from clements for areas which may be exposed by uncovering work. C. Clean substrate surfaces prior to applying next material or substance. D. Seal cracks or openings of substrate prior to applying next material or substance. E. Apply any manufacturer required or recommended substrate primer, sealer or conditioner prior to applying any new material or substance in contact or bond. F. Maintain excavations free of water. 3.03 CUTTING A. Execute cutting and fitting including excavation and fill to complete thc Work. B. Uncover work to install improperly sequenced work. C. Remove and replace defective or non-conforming work. D. Remove samples of installed work for testing when requested. E. Provide openings in the Work for penetration of plumbing, mechanical and electrical work. F. Employ skilled and experienced installer to perform cutting and patching. G. Cut rigid materials using masonry saw or core drill. Pneumatic tools will not be allowed without prior approval. H. Submit written request in advance of cutting or altering elements which affect: 1. Structural integrity of element. 2. Integrity of weather-exposed or moisture-resistant elements. 3. Efficiency, maintenance, or safety of element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. 3.04 PATCHING A. Execute patching to complement adjacent Work. SHAC Al-01 01039-5 10/19/01 1~4 Q~20[d D SECTION 01039 - COORDINATION AND MEETINGS B. Fit Products together to integrate with other Work. C. Execute Work by methods to avoid damage to other Work, and which will provide appropriate surfaces to receive patching and finishing. D. Employ skilled and experienced installer to perform patching for weather exposed and moisture resistant elements, and sight-exposed surfaces. E. Restore work with new Products in accordance with requirements of Contract Documents and manufacturer's literature. F. Fit work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. G. Maintain integrity of wall, ceiling or floor construction, completely seal voids. ' H. Refinish surfaces to match adjacent finish. For continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. I. Identify hazardous substances or conditions exposed during the Work to the Owner for decision or remedy. END OF SECTION SHAC Al-01 01039-6 10/19/01 SECTION 01090 - REGULATORY REQUIREMENTS AND REFERENCE STANDARDS PART 1 - GENERAL 1.01 A. B. 1.02 A. SECTION INCLUDES Applicable Standards. Quality Assurance APPLICABLE STANDARDS All Work shall conform to and be performed in strict accordance with all governing agencies of the various state, town, village, county, and all departments having jurisdiction thereof, in the vicinity of or on the premises. THE CONTRACTOR shall comply with the requirements of the various codes referred to in these specifications. Such codes shall be the date of the latest revision in effect at the time of receiving bids, except where a specific date is established by codes, or specified in an individual section. The codes referred to in these specifications include but are not limited to: 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. New York State Uniform Fire Prevention & Building Construction Code. National Fire Protection Association - NFPA. Federal Occupational Safety and Health Act - OSHA. New York State Energy Code. ADA - Americans with Disabilities Act. ANSI - American National Standards Institute. ASTM - American Society for Testing and Materials. NEC - National Electric Code. UFAS - Uniform Federal Accessibility Standards. UL - Underwriters Laboratories. Suffolk County Department of Public Works. SHAC Al-01 01090 - 1 10/19/01 I~/~ C-BOUP SECTION 01090 - REGULATORY REQUIREMENTS AND REFERENCE STANDARDS 1.04 A. 12. Suffolk County Department of Health Services. 13. Regulations of the Suffolk County Fire Marshal. 14. Toxvn Fire Marshal's Office. 15. Town Department of Buildings. 16. Town Department of Planning and Development. The Contractor, Subcontractors, and the employees of the Contractor and Subcontractors, shall comply with all regulations governing conduct, access to the premises, operation of equipment and systems and conduct, while in or near the premises and shall perform the Work in such a manner as not to unreasonably interrupt or interfere with conduct of business. The Contractor must obtain approval from the Owner's representative(s) before proceeding with any cutting, welding, or any other open flame operations. 1. The Owner's representative's permission will not be granted until: It has been determined that cutting and welding can be safely conducted at the desired location. b. All combustibles have been moved away or safely covered. A fire watchman with an approved fire extinguisher is posted at the work, during the work, and for a minimum of 30 minutes after the work is completed, to see that sparks or drops of hot metal do not start fires. All gas operated cutting and welding equipment and operations must be in strict accordance with the approved safety procedures. QUALITY ASSURANCE For Products or workmanship specified by association, trade, or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specifi ed or are required by applicable codes. Conform to reference standard by date of issue current on date for receiving bids or if given, the date specified in the specification sections, except where a specific date is established by code. SHAC Al-01 01090 - 2 10/19/01 I~/~ C~C)U P SECTION 01090 - REGULATORY REQUIREMENTS AND REFERENCE STANDARDS Should specified reference standards conflict with Contract Documents, request clarification from the Owners Representative before proceeding. The contractual relationship, duties, and responsibilities of the parties made by Contract shall not be altered by mention or inference otherwise in any reference document. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION SHAC Al-01 01090 - 3 10/19/01 I~ CF~OU P SECTION 01300 - SUBMITTALS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Submittal procedures (General). B. Submittal procedures (Material Brand Names "or Equal"). C. Construction progress schedules. D. Proposed subcontractor list. E. Proposed supplier list. F. Proposed Products list. G. Product Data. H. Shop Drawings. I. Samples. J. Design data. K. Test reports. L. Certificates. K. Manufacturer's instructions. L. Spare Parts Data. 1.02 RELATED SECTIONS A. Section 01019 - Contract Considerations. B. Section 01400 - Quality Control. C. Section 01700 - Contract Closeout. 1.03 SUBMITTAL PROCEDURES (GENERAL) A. Transmit each submittal with an Owner accepted form. B. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate. SHAC Al-01 01300-1 11/02/01 SECTION 01300 - SUBMITTALS Apply Contractor's and Architect or Engineer of record's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. Schedule submittals to expedite the Project, and deliver to Owners Representative. Coordinate submission of related items. For each submittal for review, allow 10 business days excluding delivery time to and from the Contractor. F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. G. Provide space for Contractor, Architect or Engineer of record, and Owners Representative review stamps. H. When revised for resubmission, identify all changes made since previous submission. I. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any inability to comply with requirements. J. Submittals not requested will not be recognized or processed. When submittals are reviewed by the Owners Representatives on behalf of the Owner, each submittal will be returned to the Contractor stamped or marked by the Owners Representative with one of the following: NO EXCEPTION TAKEN (A) - No corrections, no marks. The content of this submittal has been reviewed by the Owners Representative and been found to be in general compliance with the Contract Documents. No further submission of this submittal is required and the information contained in the submittal may be built into the work in accordance with the Contract Documents. MAKE CORRECTIONS NOTED (B) - Minor amount of corrections. The content of this submittal has been reviewed by the Owners Representative and has been found in general to be in compliance with the Contract Documents. The notations made on the submittal by the Owners Representative shall be incorporated into the work in accordance with the terms and conditions of the Contract Documents. No further submission of this submittal is required. AMEND AND RESUBMIT (C) - The content of this submittal has been reviewed by the Owners Representative and this review has determined that additional data and/or modification to the submitted data or other changes are required to bring the work represented in this submittal into compliance with the Contract Documents. This submittal shall be reviewed and revised in accordance with the Owners Representative's comments and resubmitted to the Owners SHAC Al-01 01300-2 11/02/01 1'1~,~ CROUP SECTION 01300 - SUBMITTALS Representative for review. The information contained on the resubmittal shall not be incorporated into the work until the submittal is returned to the Contractor marked "NO EXCEPTION TAKEN" or "MAKE CORRECTIONS NOTED". REJECTED (D) - The content of this submittal has been reviewed by the Owners Representative and has been determined not to be in accordance with the requirements contained in the Contract Document and requires too many corrections or other justifiable reason. The submittal shall be corrected and resubmitted or a submittal of an alternate shall be provided. No items are to be fabricated under this mark. SUBMIT SPECIFIED ITEM (E) - The content of this submittal has been reviewed by the Owners Representative and this review has indicated that the work displayed in the submittal is not in compliance with the Contract Documents. The Contractor shall submit another submittal for this portion of the work, which complies with the Contract Documents. RECEIVED - This submittal is accepted on the project and filed for record purposes only, in accordance with the terms and conditions of the Contract Documents. The Owners Representative will return reproducibles stamped "A" or "B" to the Contractor, who is responsible for obtaining prints of them and distributing them to the field and to Subcontractors as specified in this section. In the case of shop drawings in the form of manufacturers' descriptive literature, catalog cuts, and brochures stamped "A" or "B", the Owners Representative will return stamped copies to the Contractor, who is responsible for distributing them to the field and to the subcontractors as specified in this section. In the case of samples stamped "A", "B", or "C" the Owners Representative will return the samples at the request of the Contractor at the Contractor's expense. 1.04 - SUBMITTAL PROCEDURE (MATERIAL BRAND NAMES "OR EQUAL") The Contractor may submit a request for approval for other brand names or products not listed or for "or equal" products, materials and equipment listed but not specified, to the Owner. B. All products, materials and equipment must meet or exceed those listed in the Contract Documents. SHAC Al-01 01300-3 11/O2/O 1 I~ QF~OU P SECTION 01300 - SUBMITTALS The Contractor must provide proof of item B above with a submittal clearly indicating a comparison of the substitution against the specified item. Submission of a product cut for the substitution is not sufficient. 1.05 - CONSTRUCTION PROGRESS SCHEDULES Submit six copies of initial schedule within 15 days after date of Owner/Contractor agreement. The schedule must be in CPM format. The project schedule is to have start and completion dates for each task. The project schedule shall contain milestone completion and delivery dates for individual portions of work. B. Revise and resubmit as required. C. Submit revised schedules with each Application for Payment, identifying changes since previous version. Show the principal categories of work corresponding with those used in the breakdown on which progress payments are based; the order in which the Contractor proposes to carry on the work, the date on which he will start each of the categories of work, and the contemplated dates for completing these. The chart must be in suitable scale to indicate graphically the total percentage of work scheduled to be in place at any time. If, in the opinion of the Owner's representative, work actually in place falls behind that scheduled, the Contractor must take such action as necessary to improve his progress. In addition, the Owner's representative may require the Contractor to submit a revised chart demonstrating his program and proposed plan to make up tag in schedule progress and to ensure completion of work within the contract time. If the Owner's representative finds the proposed plan not acceptable, he may require the Contractor to submit a new plan. Ifa satisfactory plan is not agreed upon, the Owner's representative may require a Contractor to increase the workfome, the construction plan and equipment, or the number of work shifts, without additional cost to the Owner. Failure of the Contractor to comply with these requirements will be considered grounds for determination by the Owner's representative that the Contractor is failing to prosecute the work with such diligence as will ensure its completion within the time specified. G. Indicate estimated percentage of completion for each item of Work at each submission. 1.06 - PROPOSED SUBCONTRACTOR LIST A. Submit complete list of subcontractors and installers with name, address and experience within 30 days after date of Owner-Contractor Agreement. 1.07 - PROPOSED SUPPLIER LIST SHAC Al-01 01300-4 11/02/01 I~/~t GP~OUP SECTION 01300 - SUBMITTALS A. Submit complete list of suppliers with product, name and address within 30 days after date of Owner-Contractor Agreement. 1.08 ~ PROPOSED PRODUCTS LIST Within 30 days after date of Owner-Contractor Agreement, submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. When required by the technical provisions, lists of materials, equipment, and fixtures must he submitted by the Contractor in accordance with the requirements specified. The lists must be supported by sufficient descriptive material, such as catalogs, cuts, diagrams, and other data published by the manufacturer, as well as by evidence of compliance with safety and performance standards, to demonstrate conformance to the specification requirements. Catalog numbers alone are not acceptable. The data must include the name and address of the nearest service and maintenance organization that regularly stocks repair parts. No consideration will be given to partial lists submitted fi.om time to time. Approval of materials and equipment is tentative, subject to submission of complete shop drawings indicating compliance with the contract documents. 1.09 - PROPOSED SUBMITTALS LIST Provide complete list of submittals within 30 days after date of Owner - Contractor Agreement. Indicate proposed submittal date for each item and required date of approval to assure continuity of project schedule. 1.10-PRODUCTDATA Submit Product Data specified in individual specification sections, submit the number of copies which the Contractor requires, plus two copies which will be retained by the Owners Representative. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. Indicate Product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. After review distribute in accordance with the Submittal Procedures article above and provide copies for record documents described in Section 01700 - CONTRACT CLOSEOUT. SHAC Al-01 01300-5 11/02/01 IOM QYROU P SECTION 01300 - SUBMITTALS 1.11 - SHOP DRAWINGS A. Submit shop drawings specified in individual specification sections. Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. Submit in the form of two opaque reproductions. 1.12 - SAMPLES Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. Submit samples of finishes from the full range of manufacturers' colors, textures, and patterns for Owner's selection. C. Include identification on each sample, with full Project information. Submit the number of samples specified in individual specification sections; one of which will be retained by Owners Representative. E. Reviewed samples which may be used in the Work are indicated in individual specification sections. Samples will not be used for testing purposes unless specifically stated in the specification section. G. Specified samples must be submitted with shop drawings. Shop drawings submitted without specified samples will not be approved. 1.13 - DESIGN DATA A. When specified in individual specification sections, submit design data to Owners Representative, in quantities specified for Product Data. B. Indicate material on Product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the Contract Documents. 1.14 - TEST REPORTS A. When specified in individual specification sections, submit test reports to Owners Representative, in quantities specified for Product Data. SHAC Al-01 01300-6 11/02/01 Id~/~ Qr~oup SECTION 01300 - SUBMITTALS Indicate material on Product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. Submit test reports for information for the limited purpose of assessing conformance with information given and the design concept expressed in the Contract Documents. 1.15 - CERTIFICATES Any certificates required for demonstrating proof of compliance of materials with specification requirements, including mail certificates, statements of application, and extended guarantees, must be signed in quadruplicate and furnished to the Owner's representative at least 10 days before delivery. The Contractor must review all certificates before submissions are made to ensure compliance with the contract specification requirements and to ensure that the affidavit is properly signed. Each certificate must be signed by an official authorized to certify on behalf of the manufacturing company and must contain the name and address of the Contractor, the project name and location, and the quantity and date of shipment or delivery to which the certificates apply. Copies of laboratory test reports submitted with certificates must contain the name and address of the testing laboratory and the date or dates of the tests to which the report applies. Certification must not be construed as relieving the Contractor from furnishing satisfactory material, if after tests are performed on selected samples, the material is found not to meet the specific requirements. When specified in individual specification sections, submit certification by the manufacturer, installation/application subcontractor, or the Contractor to Owners Representative, in quantities specified for Product Data. C. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. D. Certificates may be recent or previous test results on material or Product, but must be acceptable to Owners Representative. 1.16 - MANUFACTURER'S INSTRUCTIONS When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, to Owners Representative for delivery to Owner in quantities specified for Product Data. B. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. C. Identify conflicts between manufacturer's instructions and Contract Documents. D. Refer to Section 01400 - Quality Control: Manufacturers' Field Services article. 1.17 - SPARE PARTS DATA A. Spare parts data must be submitted in quadruplicate. SHAC Al-01 01300-7 11/02/01 I~/M Gr~oup SECTION 01300 - SUBMITTALS PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION SHAC Al-01 01300-8 11/02/01 l~ Cr~OU P SECTION 01400 - QUALITY CONTROL PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Quality assurance - control of installation. B. Tolerances C. References and standards. D. Inspecting and testing laboratory services and soil borings. E. Manufacturers' field services. 1.02 - RELATED SECTIONS A. Section 01090 ~ Regulatory Requirements and Reference Standards. B. Section 01300 - Submittals. C. Section 01600 - Material and Equipment. D. Section 01650 - Starting of Systems. 1.03 - QUALITY ASSURANCE - CONTROL OF INSTALLATION A. The Contractor must maintain a daily log showing the number of workers and supervisory personnel by craft physically on the job site each working day and a list of equipment other than small tools on site. This log must be available for inspection at all times in the Contractor's field office. B. Monitor quality control over suppliers, manufacturers, Products, services, site conditions, and workmanship, to produce Work of specified quality. C. Comply with manufacturers' instructions, including each step in sequence. D. Should manufacturers' instructions conflict with Contract Documents, request clarification from Owners Representative before proceeding. E. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. F. Perfom't Work by persons qualified to produce required and specified quality. G. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. SHAC Al-01 01400-1 10/19/01 I$/M Q~OUP SECTION 01400 - QUALITY CONTROL H. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. The Contractor will be responsible to repair damages caused by overloading of any part or p. arts of structures beyond their safe load carrying capacities by placing materials, eqmpment, tools, machinery, or any other item on them. 1.04 - TOLERANCES Monitor fabrication and installation tolerance control of Products to produce acceptable Work. Do not permit tolerances to accumulate. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Owners Representative before proceeding. C. Adjust Products to appropriate dimensions; position before securing Products in place. 1.05 - REFERENCES AND STANDARDS For Products or workmanship specified by association, trade, or other consensus standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. Conform to reference standard date as discussed in Section 01090, except where a specific date is established by code. C. Obtain copies of standards where required by the Contract Documents. Should specified reference standards conflict with Contract Documents, request clarification from Owners Representative before proceeding. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of the Owners Representative shall be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.06 - INSPECTING AND TESTING LABORATORY SERVICES AND SOIL BORINGS A. All costs and coordination required for testing service are to be borne by the Contractor. The Contractor shall submit the name of an independent testing lab to the Owner's representative for approval. The independent firm will perform tests and other services specified in individual specification sections and as required by the Owners Representative. Testing and source quality control may occur on or off the project site. Perform off-site testing as required by the Owner or the Owners Representative. SHAC Al-01 01400-2 10/19/01 Id~ Qr~OL~P SECTION 01400 - QUALITY CONTROL 1.07 A. Reports will be submitted by the independent firm to the Owners Representative, in duplicate indicating observations and results of tests and indicating compliance or non- compliance with Contract Documents. Cooperate with independent firm; fumish samples of materials, design mix, equipment, tools, storage, safe access, and assistance by incidental labor as requested. 1. Notify Owners Representative and independent firm 72 hours prior to expected time for operations requiring services. 2. Make arrangements with independent firm and pay for additional samples and tests required for Contractor's use. Testing does not relieve Contractor to perform Work to contract requirements. Re-testing required because of non-conformance to specified requirements shall be performed by the same independent firm on instructions by the Owners Representative. Payment for re-testing will be charged to the Contractor by deducting testing charges from the Contract Sum/Price. The Contractor is responsible to obtain and pay for soil borings on the subject site as required. Reports regarding the results of the soil borings are to be submitted by the independent firm to the Owner's Representative for record. Samples and blow counts shall be obtained and reported in accordance with ASTM D-1586, "Standard Test Method for Penetration Test and Split- Barrel Sampling of Soils". Soil shall be classified in accordance with the Unified Soil Classification System. In addition, we require that a soils investigation report be prepared summarizing your findings, conditions and recommendations. Recommendations shall include the available soil bearing capacity of the on-site soils for an addition the existing building. It is anticipated that continuous wall footings will be used. The depth of these footings will be approximately 4 feet below grade. Contractor is required to obtain a minimum of 2 soil borings at the subject site. TESTING REQUIREMENTS Compaction Testing Perform compaction testing in accordance with ASTM D2922, Standard Text Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth). Perform compaction testing at the rate of one test per 200 square feet for every 6" lift. B. Concrete Testing 1. Collect samples in accordance with ASTM C172, Practice for Sampling Freshly Mixed Concrete. SHAC Al-01 01400-3 10/19/01 l~/~t QFROUr~ SECTION 01400 - QUALITY CONTROL 2. Make test cylinders in accordance with ASTM C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 3. Test concrete cylinders in accordance with ASTM C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. Make four concrete test cylinders for each 50 cy of concrete, or portion thereof placed each day. 1.08 - MANUFACTURERS' FIELD SERVICES When specified in individual specification sections, require material or Product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. Submit Report in duplicate within 15 days of observation to Owners Representative for review. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.01 - EXAMINATION Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. Verify that existing substrate is capable of structural support or attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. Verify that utility services are available, of the correct characteristics, and in the correct locations. 3.02 - PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. SHAC Al-01 01400-4 10/19/01 I~M GP~OUP SECTION 01400 - QUALITY CONTROL Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. END OF SECTION SHAC Al-01 01400-5 10/19/01 I~M C~P~OUP SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. B. Temporary Controls: Enclosures, barriers, and protection of the Work. C. Construction Facilities: Parking, progress cleaning, project signage, and temporary facilities. 1.02 - RELATED SECTIONS A. Section 01700 - Contract Closeout. 1.03 - TEMPORARY ELECTRICITY Cost: By Owner; Contract E to provide temporary power service. Owner will pay cost of energy used. Exercise measures to conserve energy. Distribution of power to the job areas for use of all trades is the responsibility of Contract E. C. Contract E shall provide temporary electric feed for construction activities. D. Contract E shall provide temporary electric feeder from electrical service to job trailer, Contract E shall complement existing power service capacity and characteristics as required. Contract E shall provide power outlets for construction operations, with branch wiring and distribution boxes located as required. Provide flexible power cords as required. Contract E shall provide main service disconnect and over-current protection at convenient location. All temporary electric is to be installed and maintained by contract E in conformance with all agencies having jurisdiction and OSHA regulations. 1.04 - TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES Contract E shall provide temporary light and power as needed by all other contracts on the construction site during regular working hours. Contract E shall furnish and install sufficient outlets and light fixtures around the building. At the completion of the project, Contract E shall remove all temporary light fixtures, outlets and wiring. SHAC Al-01 01500-1 10/19/01 [t~/_~ Qr~o©P SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Temporary lighting during construction is to be installed and maintained by Contract E, in conformance with all agencies having jurisdiction and OSHA requirements, so that all work can be properly and safely performed. Special attention must be given so that ladders, openings, barricades, and other similar items and spaces are adequately lighted. Contract E shall provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, and lamps as required. D. Contract E shall maintain lighting and provide routine repairs. E. Permanent building lighting may be utilized during construction. 1.05 - TEMPORARY HEATING Contract G will be required to provide temporary heat as necessary to protect the work from freezing temperatures during construction. They shall use such suitable means as deemed proper for this protection. All temporary heating equipment and fuel for same shall be smokeless and have the approval of the Architect/Engineer. This temporary heating system shall comply with all regulations of all authorities having jurisdiction over same; and said system shall not cause smudge, defacement, or discoloration of finished work, nor shall it be injurious or harmful to the workmen or any occupants. Contract G must provide cold weather protection and temporary heat and fuel as required to carry on the work expeditiously during inclement weather, protect all work and materials against damage from dampness and cold, dry out the building and provide suitable working conditions for the installation and curing of materials until final acceptance by the Owner. Utilization of Owner's heat plant after operational may be permitted. Extend and supplement with temporary heat devices as needed to maintain specified conditions for construction operations. Owner will pay cost of energy used from Owner's heat plant if permitted. Exercise measures to conserve energy. Use of the building's central heating system, if operational, may be permitted, if approved by Owner for maintaining temperatures within the building during installation of finish materials, except such use will be prohibited prior to completion of plastering and drywall finishing. Fans and equipment may not be used until all filters are installed. Fans are to be shut down or the retum air vents blocked off during the drywall finishing and sanding operation. Any filters within the space must be replaced by Contract G at the time of acceptance by the Owner's representative. Prior to operation of permanent equipment for temporary heating purposes, Contract G to verify that installation is approved for operation, equipment is lubricated and filters are in place. Contract G to maintain system and pay for maintenance, and regular replacement of filters arid worn or consumed parts. SHAC Al-01 01500-2 10/19/01 I~M {~ r~OU ~ SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Maintain minimum ambient temperature of 55 degrees F in areas where construction is in progress, unless directed otherwise, or indicated in product sections or reference standards. A minimum temperature of 70° F shall be maintained throughout all rooms and spaces where the finishing trades (carpentry, cabinet work, floor covering, painting, drywall and decoration) are at work, unless otherwise noted in the technical specifications. Electrical heating will be allowed for temporary heat if the contractor provides electric generator(s) capable of providing full power for the heaters. Site electrical will not be permitted for a power source. All costs associated with temporary heat shall be the responsibility of the contractor. 1.06 ~ TEMPORARY VENTILATION Contract G shall ventilate enclosed areas to achieve curing of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. Existing ventilation equipment may be utilized, if approved by Owner after operational. Extend and supplement equipment with temporary fan units as required to maintain clean air for construction operations. 1.07 - TELEPHONE SERVICE Contract G shall provide, maintain, and pay for telephone and facsimile service (two separate services) to field office at time of project mobilization. Contract G shall also pay for their removal at project completion. 1.08 - TEMPORARY WATER SERVICE Contract P must provide and maintain a temporary water supply system for building purposes. Location to be approved in field by Owner. B. Owner will pay cost of water used. Exercise measures to conserve water. C. Temporary water services to comply with all regulations of agencies having jurisdiction. 1.09 - TEMPORARY SANITARY FACILITIES Contract G shall provide and maintain the proper number of required facilities and enclosures. Provide facility for use by other trades and remove facility at completion of project. Existing facilities shall not be used unless written permission is granted by Owner. Provide the required facilities at time of project mobilization. Maintain facilities in sanitary and service condition. 1.10 - BARRIERS Contract G shall maintain provision for closing and locking the project space during all nonworking hours. SHAC A 1-01 01500-3 10/t9/01 Id~/~ QF~OU P SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Contract G shall provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage from constrnction operations and demolition. Contract G shall erect the necessary warning signs and barricades to ensure public safety. D. These signs must be in compliance with OSHA standards and must be installed immediately upon the beginning of work. Conditions at all project sites must conform strictly to all OSHA regulations. Contractors are solely responsible for enfoming these regulations. Contractors shall provide barricades and covered walkways required by governing authorities for public rights-of-way and for public access to existing building. Contract G shall provide protection for plants designated to remain. Replace damaged plants. Contract G shall protect non-owned vehicular traffic, stored materials, site, and structures from damage, 1.11 - WATER CONTROL Contractors shall maintain excavations free of water, regardless of source. Provide, operate and maintain pumping equipment. B. Contractors shall protect site from puddling or running water and soil erosion. Contractors shall protect new building areas from water entry during all construction operations. 1.12 - DUST CONTROL Contractors shall execute work by methods to minimize raising dust from construction operation. 1.13 - SIGNS General: Contract G must construct and erect a minimum of two (2) hard hat signs at locations designated by the Owner's representative. The signs must be erected as soon as possible and within 15 days after date of commencement of work under this contract. Maintenance and Disposal: Contract G must maintain the signs in good condition throughout the life of the project. Signs will remain the property of the contractor and upon completion of the project, they must be removed from the site. SHAC Al-01 01500-4 10/19/01 lf/M QBOUP SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1.14 - PROJECT IDENTIFICATION No additional signs will be allowed without Owner's written permission except those required by law. 1.15 - SCAFFOLDING All scaffolding and platforms must be erected in a safe, substantial manner complying with OSHA requirements. Scaffolding and platforms shall be designed by an Engineer experienced in scaffold design and licensed in New York State. 1.16 - EXTERIOR ENCLOSURES Contract G shall provide temporary weather tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification sections, and to prevent entry of unauthorized persons. Provide access doors with self-closing hardware and locks. Contractors must provide temporary weather enclosures over all areas that become exposed to the elements during construction operations. Contractor will be held responsible for any damage caused within the building by exposure to inclement weather. During construction and up to the date of final acceptance, Contract G shall be responsible for and pay for all labor required for the opening and closing of windows and doors and other openings as may be necessary for the security of the building, drying out of plaster and/or finished work and to keep rain and snow off the building. Contract G shall be responsible for securing and/or maintaining temporary barriers to prevent vandals from entering the building during non-working hours. In case the Contract G shall fail to make satisfactory arrangements for the performance of this item of the work, the Owner shall have the right to have the same done at the expense of Contractor. D. Storage of gasoline or similar fuels within the building is prohibited. 1.17 - PROTECTION OF INSTALLED WORK A. Contractors shall protect installed Work and provide special protection where specified in individual specification sections. B. Contractors shall provide temporary and removable protection for installed Products. Control activity in immediate work area to prevent damage. C. Contract G shall provide protective coverings at walls, projections, jambs, sills, and soffits of openings. SHAC Al-01 01500-5 10/19/01 I~M GP~OUP SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Contract G shall protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. Contract G shall prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer and employ same at contractor's expense. F. Contract G shall prohibit traffic from landscaped areas. 1.18 - SECURITY Contract G shall provide security and facilities to protect Work, and existing facilities from unauthorized entry, vandalism, or theft. B. Coordinate ~vith Owner's security program. 1.19 - FIRE PROTECTION Contractors at all times must maintain good housekeeping practices to reduce the risk of fire damage. All scrap materials, rubbish and trash must be removed daily from in the site. Suitable storage space must be provided outside the immediate building area for storing flammable materials and paints; no storage will be permitted in the building. Excess flammable liquids being used inside the building must be kept in closed metal containers and removed from the building during unused periods. A fire extinguisher must be available at each location where cutting or welding is being performed. Where electric or gas welding or cutting is done, interposed shields of incombustible material must be used to protect against fire damage due to sparks and hot metal. Contract G shall provide fire extinguishers in accordance with the recommendations of NFPA Bulletins Nos. 10 and 241. However, in all cases a minimum of one temporary fire extinguisher must be available during the entire period of construction and until the permanent fire extinguishers are installed. 1.20 - PARKING Parking for workmen will be permitted on the site in locations to be designated by the Owner. 1.21 - PROGRESS CLEANING AND WASTE REMOVAL Contractors shall maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. SHAC Al-01 01500-6 10/19/01 I~/_~ GI~OUP SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Contractors shall remove their debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. Contract G shall broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Contractors shall collect and remove their waste materials, debris, and rubbish from site daily and dispose off-site in containers provided by Contract G. Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. Immediately after unpacking material, all packing cases, lumber or other packing material, excelsior wrappings or other similar waste material, shall be collected and removed from the building and promises. Care shall be taken by all workers not to mark, soil or deface any finished surface. In the event any finished surface becomes marred, soiled or defaced in any way, by mechanics or workers, the Contractor or any of his subcontractors responsible shall clean and restore such surfaces to their original condition. Contractor shall be responsible to see that all work is left in a clean and proper condition, satisfactory to the Owners Representative. The entire structure, adjacent site and work areas must be maintained according to OSHA Safety Standards at all times during construction. I. Contractor is to provide cleanup each day. Contract G is to pay for removal, dumpster, labor and dumping fees for daily cleanup OF ALL GARBAGE FROM ALL TRADES. Including Owner hired contractors. K. Ail refuse shall be legally disposed of by Contract G. Contract G is responsible for disposing of all waste materials, garbage and debris from the site. Contract G will be required to fumish permits to the Owner's representative relieving the Owner of all responsibilities for disposal of materials. 1.22 - REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS The Contractors are responsible for maintaining the temporary utilities facilities and controls in a proper, safe, operating and sanitary condition for the duration of this contract. Upon completion of this contract, all such temporary work and facilities must be removed from the premises and disposed of, unless otherwise directed. The Contractors must clean and repair damage caused by installation or use of temporary work. The Contractors must restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. SHAC Al-01 01500-7 10/19/01 I~M GP. OUD SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 2 - PRODUCTS 2.01 - FIELD OFFICES AND SHEDS SHAC Al-01 01500-8 10/19/01 A. Supplied and installed by Contract G: 1. Mobile Buildings: Securely fixed to foundations or support, with steps and landings at entrance doors. 2. Construction: Structurally sound, secure, insulated and weather tight enclosures. Maintain during progress of work; remove at completion of work. 3. Interior Materials in Offices: Pre-finished walls and ceiling, resilient floor (or carpet) and base. 4. Minimum Lighting for Offices: 50 ft-C at desktop height, 70 fl-C for space lighting, exterior lighting at entrance doors. 5. Fire Extinguishers: Appropriate type fire extinguisher at each room and storage area. 6. Heating, Cooling and Ventilating for Offices: Automatic equipment to maintain 68°F heating, 76°F cooling. B. Size: Minimum size 8 feet wide. For contractor's needs and to provide space for project meetings and office. Provide temporary service connections and telephone. C. Telephone: Distribute telephone number to all respective parties. Telephone and monthly service to be paid by Contract G. D. Furnishings in Meeting Area: Conference table and chairs to seat at least eight persons; racks and files for Contract Documents, submittals and project record documents. E. Other Furnishings: Contractor's option. F. Equipment: Six adjustable band protective helmets for visitors, one 10-inch outdoor weather thermometer and 9-volt minimum flashlight. G. Separate space for sole use of Contract G, with separate entrance doors with new lock and two keys. H. Area: Minimum 320 sq. ft. I. Fumishings: 1. One desk (54 x 30 inches) and chair. 2. One table (36 x 72 inches). I~/M ~OUD SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 3. Ten Chairs. MISCELLANEOUS REQUIREMENTS 1. Temporary field office shall meet and be installed per OSHA requirements. 2. Windows: Minimum three with operable sash and insect screens. Locate minimum one per room. 3. Electrical Distribution Panel: Coordinate with power requirements available. 4. Provide duplex convenience outlets, one on each wall. 5. Sanitary Facilities: Convenient access to temporary toilet facilities. STORAGE AREAS AND SHEDS 1. Size to storage requirements for products of individual sections, allowing for access and orderly provision for maintenance and for inspection of products. 2. The Contractor shall be responsible for all stored materials or equipment. Provide field office and storage sheds in a place approved by the Owner. The office area must contain a complete set of drawings and specifications at all times. The Owner's representative and his representatives must have free access to the job office and storage area at all times. PART 3 - EXECUTION 3.01 - INSTALLATION A. Fill and grade sites for temporary structures to provide drainage away from buildings. B. Relocate temporary structures as required by construction operations at no additional cost to Owner. 3.02 - MAINTENANCE AND CLEANING A. Contract G to perform periodic cleaning and maintenance for office and storage areas. B. Contract G to maintain approach walks free of mud, water and snow. 3.03 - REMOVAL A. Temporary office, toilet and service connections shall remain until contractor has received written notification of substantial completion from the Owners Representative. SHAC Al-01 01500-9 10/19/01 Id~,~ ~ ~,~© ~JD SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS At completion of work, remove all temporary buildings, foundations, supports, utility services and debris. Restore all areas altered by placement of temporary services and materials. END OF SECTION SHAC Al-01 01500-10 10/19/01 I~M QP. OUP SECTION 01600 - MATERIAL AND EQUIPMENT PART 1.01 A. B. C. D. E. 1.02 A. B. 1.03 A. C. 1.04 A. B. C. 1.05 A. B. 1 - GENERAL SECTION INCLUDES Products. Transportation and handling. Storage and protection. Product options. Substitutions. RELATED SECTIONS Section 01300 - Submittals. Section 01400 - Quality Control. PRODUCTS Products: Means new material, machinery, components, equipment, fixtures and systems forming the Work. This does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. Provide interchangeable components of the same manufacture for components being replaced. TRANSPORTATION AND HANDLING Transport and handle Products in accordance with manufacturer's instructions. Promptly inspect shipments to ensure that Products comply with requirements, quantities are correct, and Products are undamaged. Provide equipment and personnel to handle Products by methods to prevent soiling, disfigurement, or damage. STORAGE AND PROTECTION Store and protect Products in accordance with manufacturers' instructions. Store with seals and labels intact and legible. SHAC Al-01 01600-1 10/19/01 SECTION 01600 ~ MATERIAL AND EQUIPMENT D. E. F. G. H. I. 1.06 A. B. C. 1.07 A. Store sensitive Products in weather tight, climate controlled, enclosures in an environment favorable to Product. Provide off-site bonded storage and protection when site does not permit on-site storage or protection at no additional cost to Owner. For exterior storage of fitbricated Products, place on sloped supports above ground. Cover Products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of Products. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter. Provide equipment and personnel to store Products by methods to prevent soiling, disfigurement, or damage. Arrange storage of Products to permit access for inspection. Periodically inspect to verify Products are undamaged and are maintained in acceptable condition. PRODUCT OPTIONS Products Specified by Reference Standards or by Description Only: Any Product meeting those standards or description. Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with the following article. When the technical provisions permit the Contractor to select optional materials, items, systems or equipment, the selection of such options is subject to the conditions of Section 01300 - Submittals. SUBSTITUTIONS See Section 01300 - Submittals (Material Brand Names "or Equal"), for time restrictions on requests for Substitutions which relate to the requirements specified in this section. Substitutions may be considered when a Product becomes unavailable through no fault of the Contractor. Document each request with complete data substantiating compliance of proposed Substitution with Contract Documents. SHAC Al-01 01600-2 10/19/01 SECTION 01600 - MATERIAL AND EQUIPMENT D. A request constitutes a representation that the Bidder: 1. Has investigated proposed Product and determined that it meets or exceeds the quality level of the specified Product. 2. Will provide the same warranty for the Substitution as for the specified Product. 3. Will coordinate installation and make changes to other Work and work of other trades which may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension which may subsequently become apparent. 5. Will reimburse Owner for review or redesign services associated with re-approval by authorities. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. PART2-PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION SHAC Al-01 01600-3 10/19/01 Id~,~ C-P~OUP SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 - SECTION INCLUDES Closeout procedures. B. Final cleaning. C. Adjusting. Project record documents. E. Operation and maintenance data. F. Spare parts and maintenance Products. G. Warranties and bonds. H. Sureties and related documents. I. Certificate of Occupancy. 1.02 - RELATED SECTIONS SHAC Al-01 10/19/01 A. Section 01500 - Construction Facilities and Temporary Controls. 1.03 - CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that: Work is complete in accordance with Contract Documents and has been approved by Architect/Engineer of record is ready for Owners Representative's review. B. Provide submittals to Owners Representative that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. D. Owner will occupy all of the building. E. A minimum of 2% of the total contract value shall be listed in the Schedule of Values for the Closeout of the Project. 1.04 - FINAL CLEANING A. At completion of work, or prior to, if so directed by the Owner's representative, Contract G must remove from the building and the premises all tools, appliances, surplus materials, debris, and facilities, scaffolding and equipment; and must sweep and clean the buildings 01700-1 I~ GP~OUP SECTION 01700 - CONTRACT CLOSEOUT thoroughly and remove all marks, stains, fingerprints, dust, dirt, paint drippings and the like from all surfaces, and wash clean all plumbing and fixtures. The cost of this cleaning is the responsibility of Contract G. B. Execute final cleaning prior to final project assessment. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. The cost of this cleaning is the responsibility of Contract G. Before final acceptance of the work, professional window cleaners must clean all glass surfaces and mirrors of putty, paint materials, stains, and the like, without scratching or injuring the glass and leave the work bright, clean and polished. The cost of this cleaning is the responsibility of Contract G. E. Contractors shall clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. All hardware and other unpainted metals must be cleaned and polished and all equipment and paint or decorated work must be cleaned and touched up if necessary, and all temporary labels, tags, and paper coverings must be removed from the buildings. Surfaces that are waxed must be polished. Cleaning, polishing, sealing, waxing, and all other such finish operations indicated on the drawings or required in the specifications will be taken to indicate the required condition at the time of acceptance of all Work under the contract. H. Contract G to clean debris from roofs, gutters, downspouts, and drainage systems. I. Contract G to clean site; sweep paved areas, rake clean landscaped surfaces. Contract G to remove waste and surplus materials, rubbish, and construction facilities from the site. 1.05 - ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.06 - PROJECT RECORD DOCUMENTS Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. SHAC A 1-01 01700-2 10/19/01 · t~,~ Qr~ouP SECTION 01700 - CONTRACT CLOSEOUT 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings, Product Data, and Samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by .Addenda and modifications. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish main floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. Submit signed and sealed, by Architect/Engineer of record, documents to Owners Representative with claim for final Application for Payment. 1.07 - OPERATION AND MAINTENANCE DATA The contractor must provide all operations and maintenance manuals and instructions and equipment warranties or guarantees as required by the contract specifications as required by the contract. B. Submit data in binders with 8-1/2 x 11 inch (A4) text pages. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project and subject matter of binder when multiple binders are required. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, typed on 24 pound white paper, in three parts as follows: SHAC Al-01 01700-3 10/19/01 I~/~ V~ P~©U P SECTION 01700 - CONTRACT CLOSEOUT Part 1: Directory, listing names, addresses, and telephone numbers of Architect/Engineer, Contractor, Subcontractors, and major equipment suppliers. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of equipment. c. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. ,, Name of supplier, dealer, distributor, fabricator and installer. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Air and water balance reports. c. Certificates. d. Photocopies of warranties and bonds. e. Clearly identify and outline warranty procedures that must be followed by Owner. Submit 1 draft copy of completed volumes 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Owner's comments. Revise content of all document sets as required prior to final submission. G. Submit two sets of revised final volumes, within 10 days after final inspection. 1.08 - SPARE PARTS AND MAINTENANCE PRODUCTS Provide spare parts, maintenance, and extra Products in quantities specified in individual specification sections. B. Deliver to and place in location as directed; obtain receipt prior to final payment. 1.09 - WARRANTIES AND BONDS A. Provide duplicate notarized copies. Execute and assemble transferable warranty documents from Subcontractors, suppliers, and manufacturers. C. Provide Table of Contents and assemble in binder with durable cover. Submit for all items specified standard manufacturer/fabricator/supplier warranties unless otherwise specified. E. Submit prior to final Application for Payment. SHAC A 1-01 01700-4 10/19/01 I-~/~ GF~©(JP SECTION 01700 o CONTRACT CLOSEOUT F. For items of Work delayed beyond date of Substantial Completion, provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period. 1.10 - SURETIES AND RELATED DOCUMENTS A. Provide to Owner maintenance bond in the amount of 100% of contract amount effective for one year from date of final payment. B. Provide to Owner labor, material and payment bond in the amount of 100% of contract amount effective for one year from date of final payment. C. Provide certificates for release of liens. (AIA GT06A). D. Provide to Owner certificate for payment of debts and claims. (AIA G706). E. Provide consent of Surety Company to final payment. (AIA G707) F. Provide all inspection records and approvals from agencies having jurisdiction. 1.11 - CERTIFICATE OF OCCUPANCY Contractor shall be responsible for coordination with other trades and for filing and acquiring the Certificate of Occupancy, Submit certificate of Occupancy to Owner within (30) days of Owner Occupancy. PART2-PRODUCTS NotUsed. PART3-EXECUTION NotUsed, END OF SECTION SHAC A 1-01 01700-5 Iff~M, GI~OUP SECTION 02110 - SITE CLEARING DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Remove and dispose of surface debris as required. B. Remove and dispose of paving, curbs, etc. C. Clear site or designated areas of the site of plant life and grass as required, and dispose of as required. D. Remove and dispose of trees and shrubs as required. E. Remove and dispose of stumps and root system of trees and shrubs as required. F. Removal and storage of topsoil. 1.02 - RELATED SECTIONS A. Section 02211 - Rough Grading. B. Section 02218 - Landscape Grading and Topsoil: Placement of stored topsoil. 1.03 - REGULATORY REQUIREMENTS A. Conform to applicable local code(s) for disposal of debris. SHAC Al-01 02110- 1 11/02/01 lfl~M GF~OU P SECTION 02110 - SITE CLEARING B. Burning of materials on site is prohibited. C. Coordinate clearing work with utility companies. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 - PREPARATION Verify existing conditions. Verify that existing plant life designated to remain is tagged or identified. B. C. Verify limits of clearing. 3.02 - PROTECTION A. B. C. Locate, identify and protect utilities that are to remain from damage. Protect trees, plant growth and features designated to remain as final landscaping. Protect benchmarks and existing structures from damage or displacement. Any damage to existing structures is to be promptly repaired at no additional cost to the Owner. 3.03 - APPLICATION A. Clear areas required for access to site and execution of work. B. Remove paving, curbs, debris and sidewalks as required. Sawcut at joints where portions are to remain. C. Remove trees and shrubs except as indicated to remain. Remove stumps, main root ball, surface rock and perishable debris. D. Clear undergrowth and deadwood without disturbing subsoil. E. Remove paving, debris, rock and extracted plant life from site and dispose of in accordance with State and local ordinances. F. Excavate topsoil from areas to be further excavated, relandscaped or regraded. Do not excavate wet topsoil. SHAC AI-01 02110 - 2 11/02/01 ~ GP~OUP SECTION 02110 - SITE CLEARING '-' Stockpile topsoil in area designated on site to a height not exceeding 8 feet (2.4 m). Protect from erosion. Remove excess topsoil not being reused from site. Do not remove any topsoil from the site prior to obtaining the approval of the Engineer. END OF SECTION SHAC A1-01 02110 ~ 3 11/02/01 I~/~ QP~OUP SECTION 02163 - TEMPORARY SHEETING AND BRACING DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Wood and steel sheeting. B. Sheeting box. 1.02 - RELATED SECTIONS A. Section 02222 - Excavation. B. Section 02223 - Backfilling. 1.03 - REFERENCES A. Occupational Safety and Health Standards - Excavations; Final Rule (29 CFR Part 1926) - OSHA Standards. 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate materials and methods to be used during excavation. Shop drawings shall bear the seal and signature at a registered Professional Engineer in the State of New York. SHAC Al-01 02163 - 1 11/02/01 I-t~/,~ GI~OUP SECTION 02163 - TEMPORARY SHEETING AND BRACING 1.05 - QUALITY ASSURANCE A. Perform all work of this section in accordance with OSHA Standards and approved shop drawings. B. Design sheeting under direct supervision of a Professional Structural Engineer experienced in design of this work and licensed in the State of New York. 1.06 - COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate work with all other sections requiring temporary sheeting and bracing. PART 2 - PRODUCTS 2.01 - MATERIALS Wood Sheeting: Hardwood species of size and dimensions capable of being driven to the required depths and capable of supporting excavation sides and soil pressures when braced; free from wormholes, wind shakes, loose knots, decayed or unsound portions or defects which would impair its strength or tightness; 2 inches (50 mm) thick minimum. Steel Sheeting: Corrugated "Z" shape cross-section; of size and dimensions capable of being driven to the required depths and capable of supporting excavation sides and soil pressures when braced; structurally sound; special shapes for corner construction and transition points. Sheeting Boxes: Steel, of size and dimensions capable of supporting excavation sides and soil pressures; structurally sound. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing substrate and site conditions. B. Verify elevations and grades are as indicated on the plans. C. Verify proposed locations of excavations are as indicated on the plans. 3.02 - PREPARATION A. Excavate to a depth no greater than 4 feet (1.2 m) from existing grade. SHAC Al-01 02163 - 2 11/02/01 Ifl~M QI~OUP SECTION 02163 - TEMPORARY SHEETING AND BRACING B. Assemble and drive the sheeting in accordance with approved shop drawings. 3.03 - INSTALLATION - SHEETING A. Drive sheeting in place to thoroughly support both sides of the excavation using a sheeting hammer. Use a steam or pneumatic hammer for steel sheeting. B. Water jetting of sheeting will not be permitted. Do not loosen adjacent ground which might result in collapse. C. Install wales and braces or shores tight and in accordance with approved shop drawings. 3.04 - INSTALLATION - SHEETING BOX A. Place box in trench utilizing a means which will not damage structural integrity of the box. B. Excavate ahead of the sheeting box only enough to advance the sheeting box and only immediately prior to moving the sheeting box. C. Backfill on both sides of the sheeting box as it is moved. 3.05 - REMOVAL OF SHEETING A. Remove sheeting only as backfilling progresses. B. Carefully remove sheeting such that compacted backfill is not displaced. Add additional backfill to the areas vacated by the sheeting. C. All sheeting is to be removed from the site once its use is no longer required. D. The contractor may request permission to leave sheeting or bracing in place. The Engineer may grant permission on the condition that the cost of sheeting and bracing be borne by the contractor. 3.06 - CLEANING A. Clean work under provisions of Section 01700. B. Clean site of any debris from work of this section. END OF SECTION SHAC Al-01 02163 - 3 11/02/01 I~/_~ QFaOU P SECTION 02211 - ROUGH GRADING DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. B. Removal and storage of subsoil. Cutting, grading, filling and rough contouring the site prior to placement of topsoil or pavement base for final grading. 1.02 - RELATED SECTIONS A. Section 02110 - Site Clearing. B. Section 02218 - Landscape Grading and Topsoil: contours. C. Section 02222 - Excavation. D. Section 02223 - Backfilling. 1.03 - REFERENCES A. Finish grading with topsoil to ANSUASTM D1557 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10 lb (4.54 kg) Rammer and 18 inch (457 mm) Drop. SHAC Al-01 02211 - 1 11/02/01 gt~/_M G~OUP SECTION 02211 - ROUGH GRADING 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. B. Sieve Analysis: Submit a sieve analysis of all types of fill material to be used. 1.05 - PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual locations of utilities remaining, by horizontal dimensions, elevations or inverts, and slope gradients. PART 2 - PRODUCTS 2.01 - MATERIALS A. Subsoil: Reused excavated material, graded, free of lumps, rocks and gravel larger than 3 inches (75 mm) in size, debris and contaminants. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify site conditions. B. Verify that survey benchmark and intended elevations for the work are as indicated. 3.02 - PREPARATION A. B. Identify required lines, levels, contours and datum. Identify known underground, aboveground and aerial utilities. Stake and flag locations. C. Coordinate the removal or relocation of utilities with the necessary utility companies. D. Protect above and below-grade utilities which am to remain. E. Protect plant life, lawns, rock outcropping and other features remaining as a portion of final landscaping. F. Protect benchmarks, existing structures, fences, sidewalks, paving and curbs from excavation equipment and vehicular traffic. SHAC Al-01 02211 - 2 11/02/01 SECTION 02211 - ROUGH GRADING 3.03 - APPLICATION A. Excavate subsoil from areas to be further excavated, relandscaped or regraded. Do not excavate wet subsoil. B. Stockpile in area designated on site. Remove excess subsoil not being reused from site. C. Stockpile subsoil to a height not exceeding 8 feet (2.4 m). Cover to protect from erosion. D. When excavation through roots is necessary, perform work by hand and cut roots with sharp axe. E. Fill areas to contours and elevations with unfrozen subsoil material with allowances made for topsoil, aggregate base course or paving. F. Place and compact subsoil fill material in continuous layers not exceeding 6 inches (150 mm) compacted depth, compacted to 95 percent maximum dry density in accordance with ANSI/ASTM D1557. G. Maintain optimum moisture content of fill materials to attain required compaction density. H. Make grade changes gradual. Blend slope into level areas. I. Remove surplus fill materials from site. 3.04 - TOLERANCES A. Maximum Variation From Top Surface of Subgrade: 1 inch (25 mm). 3.05 - FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01400. B. Perform tests and analysis of fill material in accordance with ANSI/ASTM D 1557. C. Perform compaction tests at a rate of one for every 10 cubic yards (7.6 cu m) of material placed. SHAC Al-01 11/02/01 END OF SECTION 02211 - 3 Ifl~.M,G P~OU P SECTION 02222 - EXCAVATION DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Excavation for building foundations. B. Excavation for slabs-on-grade, paving and landscaping. C. Excavation for site structures. D. Site excavation. 1.02 - RELATED SECTIONS A. Section 02163 - Temporary Sheeting and Bracing. B. Section 02211 - Rough Grading: Topsoil and subsoil removal from site surface. C. Section 02223 - Backfilling: Backfilling excavated material. D. Section 02225 - Trenching: Excavation for trenches. 1.03 - QUALITY ASSURANCE A. Do not excavate wet or frozen materials without written approval from the Engineer. SHAC Al-01 02222-1 11/02/01 I~MQ [20 (J D SECTION 02222 - EXCAVATION B. Place temporary sheeting under provisions of Section 02163. C. Provide safety barricades around open excavations. 1.04 - FIELD MEASUREMENTS A. Verify that survey benchmark and intended elevations for the work are as indicated. 1.05 - COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate excavation with installation of sheeting. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.01 - PREPARATION A. B. Identify required lines, levels, contours and datum. Identify known underground, above ground and aerial utilities. Stake and flag locations. C. Notify utility company to remove or relocate utilities, if required. D. Protect above and below grade utilities which are to remain. E. Protect plant life, lawns and other features remaining as a portion of final landscaping. F. Protect bench marks, existing structures, fences, sidewalks, paving and curbs from excavation equipment and vehicular traffic. G. Notify the Engineer prior to commencement of excavation. 3.02 - EXCAVATION A. Underpin adjacent structures that may be damaged by excavation work, including utilities and pipe chases. Excavate subsoil required to accommodate building foundations, slabs-on-grade, paving, drainage or sanitary structures, sidewalks, landscaping and construction operations to the limits as indicated on the plans. SHAC Al0-01 02222-2 11/02/01 SECTION 02222 - EXCAVATION C. Machine slope banks to angle of repose or less, until shored. D. Excavation cut not to interfere with normal 45 degree bearing splay of foundations. E. Grade top perimeter of excavation to prevent surface water from draining into excavation. F. Hand trim excavation. Remove loose matter. G. Remove lumped subseil, boulders, and rock. H. Notify Engineer of unexpected subsurface conditions and discontinue affected work in area until notified to resume work. I. Correct unauthorized excavation at no extra cost to Owner in accordance with Section 02223. J. Stockpile excavated material in area designated on site and remove excess material not being reused from site. 3.03 - FIELD QUALITY CONTROL A. Perform field inspection and testing under provisions of Section 01400. B. Provide for visual inspection of bearing surfaces. 3.04 - PROTECTION A. Protect work under provisions of Section 01500. B. Protect excavations by methods required to prevent cave-in or loose soil from falling into excavation. C. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. END OF SECTION SHAC A 1-01 02222-3 11/02/01 Id~ QP. OU P SECTION 02223-BACKFILLING DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisioas and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required~ The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Building perimeter and site structure backfilling to sub-grade elevations. B. Site filling and backfilling. C. Fill under slabs-on-grade and paving. D. Consolidation and compaction. E. Fill for over-excavation. F. Backfill of areas of unsuitable material. 1.02 - RELATED SECTIONS Section 02163 - Temporary Sheeting Bracing. Section 02222 - Excavation. Section 02211 - Rough Grading SHAC Al-01 02223-1 11/02/01 I~ G~OtJP SECTION 02223-BACKFILLING 1.03 - REFERENCES A. ANSIJASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B. ANSI/ASTM D1557 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10 lb (4.54 kg) Rammer and 18-inch (457-mm) Drop. 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. B. Test Reports: Submit sieve analysis for each type fill to be used. PART 2 - PRODUCTS 2.01 - MATERIALS Type C -Sand: Natural river or bank sand; washed, free of silt, clay, loam, friable or soluble materials, or organic matter; graded in accordance with ANSI/ASTM C 136, within the tbllowing limits: Sieve Size Pement Passing No. 4 (4.75 mm) No. 14 (1.18 mm) No. 50 (0.03 mm) No. 100 (0.15 mm) No. 200 (0.075 mm) 100% 10-100% 5-90% 4-30% 0-1% Type D - Subsoil: Reused, excavated material, graded, free of gravel larger than 3 inches (75 mm) in size and debris. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing conditions and substrate. B. Verify fill materials to be mused are acceptable. C. Verify items to be buried during backfilling process have been inspected prior to backfilling. SHAC Al-01 02223-2 11/02/01 I-l~/,~ C~ J~OLJ ~ SECTION 02223-BACKFILLING 3.02 - PREPARATION A. Compact subgrade to 95 percent maximum dry density in accordance with ANSI/ASTM D 1557. B. Cut out soft areas of subgrade not capable of in situ compaction. Backfill with Type C fill and compact to density equal to or greater than requirements for subsequent backfill material. 3.03 - BACKFILLING A. Backfill areas to contours and elevations as required with unfrozen materials. B. Do not backfill over or with porous, wet, frozen or spongy materials. C. Place and compact materials in continuous layers not exceeding 6 inches (150 mm) compacted depth. D. All backfilled materials shall be compacted to 95 percent maximum dry density in accordance with ANSI/ASTM D1557. Maintain optimum moisture content to attain required density. E. Employ a placement method that does not disturb or damage structures or other items against which material is backfilled. F. Backfill against supported structures. Do not backfill against unsupported structures. Backfill simultaneously on both sides of structure. Make grade changes gradual. Blend slope into level areas. Remove surplus backfill materials from site. Leave fill material stockpile areas completely free of excess fill materials. sheeting, as backfilling progresses, under provisions of H. I. J. K. Remove temporary Section 02163. 3.04 - TOLERANCES A. B. Maximum Variation From Top Surface of Backfilling: 1 inch (25 mm). Maximum Variation From Top Surface of Backfilling Under Paved Areas: inch (6 mm) from required elevations. 1/4 SHAC Al-01 02223-3 11/02/01 I~,~ GI~O©P SECTION 02223-BACKFILLING 3.05 - FIELD QUALITY CONTROL A. Tests and analysis of fill material will be performed in accordance ANSI/ASTM D 1557. B. with If tests indicate work does not meet specified requirements, remove work, replace and retest at no cost to Owner. Unless additional testing is required by the Engineer, compaction tests shall be taken at the following rates: 1. Concrete Structures: One test per 5 vertical feet (1.5 m) of structure. 2. Pavement Subgrade: One test per 500 square feet (50 sq m) of subgrade immediately prior to placing subbase. 3. Concrete Flatwork: One test per 200 square feet every 6" lift of flatwork. 4. Curbing: One test per 100 linear feet (30 m). 3.06 - PROTECTION OF FINISHED WORK A. Protect finished work under provisions of Section 01500. B. Recompact fills subjected to vehicular traffic. END OF SECTION SHAC Al-01 02223-4 11/02/01 I~T, ~>,© U ~ SECTION 02225 - TRENCHING DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Excavate trenches for piping and utilities outside building. B. Compacted bedding and backfill around and over piping and utilities to subgrade elevations. C. Backfilling and compaction. 1.02 - RELATED SECTIONS A, Section 02163 - Temporary Sheeting and Bracing. B. Section 02614 - Corrugated Polythylene Pipe. 1.03 - REFERENCES A. ANSI/ASTM C136 - Method for Sieve Analysis of Fine and Coarse Aggregates. B, ANSI/ASTM D1557 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10 lb (4.54 kg) Rammer and 18-inch (457 mm) Drop. SHAC Al-01 02225-1 11/02/01 I~G F~O 2J B~ SECTION 02225 - TRENCHING 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. B. Test Reports: Submit a sieve analysis for backfill to be used. 1.05 - QUALITY ASSURANCE A. Do not excavate wet or frozen materials without written approval from the Engineer. B. Do not backfill over or with wet or frozen materials. C. Where required place lemporary sheeting. D. Provide safety barricades around open excavations. 1.06 - FIELD MEASUREMENTS A. Verify that survey benchmark and intended elevations for the work are as shown on plans. 1.07 - COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate trenching with installation of pipe or conduit. C. Coordinate trenching with installation and removal of sheeting. PART 2 - PRODUCTS 2.01 - MATERIALS A. Subsoil: Reused, excavated material, graded, free of lumps, rocks, and gravel larger than 3 inches (75 mm) in size, debris and contaminants. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing site conditions and substrate. B. Verify fill materials to be reused are acceptable. C. Verify items to be buried during backfilling process have been inspected prior to backfilling. SHAC Al-01 02225-2 11/02/01 SECTION 02225 - TRENCHING 3.02 - PREPARATION A. Identify required lines, levels, contours, and datum. B. Maintain and protect existing utilities remaining which pass through work area. C. Protect plant life, lawns, rock outcropping and other features remaining as a portion of final landscaping. D. Protect bench marks, existing structures, fences, sidewalks, paving and curbs from excavation equipment and vehicular traffic. Any item damaged by the contractor shall be promptly repaired at the contractor's expense. E. Protect above and below grade utilities which are to remain, F. Cut out soft areas of subgrade not capable of insitu compaction. Backfill with subsoil fill and compact to density equal to or greater than requirements for subsequent backfill material. 3.03 - EXCAVATION A. Excavate subsoil required for piping. B. Cut trenches to the dimensions shown on the plans. C. Excavation shall not interfere with normal 45 degree bearing splay of foundations. D. Hand trim excavation. Hand trim for bell and spigot pipe joints. Remove loose matter. E. Remove lumped subsoil, boulders, and rock. F. For trenches made in solid rock, excavate to a depth of 1 foot (300 mm) below the proposed pipe invert. G. Correct unauthorized excavation at no cost to Owner in accordance with Section 02223. H. Stockpile excavated material in area designated on site and remove excess material not being used from site. Remove excavated material from site. I. All trenches deeper than 5 ft (1.5 m) shall require sheeting. Sheeting is to be installed under provisions of Section 02163. 3.04 - BACKFILLING A. Support pipe and conduit during placement and compaction of fill material. SHAC Al-01 02225-3 11/02/01 SECTION 02225 - TRENCHING B. For trenches made in solid rock, place an additional 1 foot (300 mm) of bedding under pipe or conduit. C. Place fill material to the dimensions and limits as shown on the plans. D. Compact fill material to 95 percent maximum dry density in accordance with ANS1/ASTM D1557. Maintain optimum moisture content to attain required density. E. Place fill material simultaneously on both sides of the pipe or conduit. Backfill to the dimensions and limits shown on the plans with reused subsoil. F. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen or spongy subgrade surfaces. G. Place and compact material in continuous layers not exceeding 6 inches (150 mm) compacted depth. H. Employ a placement method that does not disturb or damage conduit or pipe. I. Remove temporary sheeting as backfilling progresses under provisions of Section 02163. 3.06 - TOLERANCES A. Maximum Variation From Top Surface of Backfilling Under Paved Areas: (13 mm). B. Maximum Variation From Top Surface of General Backfilling: 1 inch (25 mm). 3.07 - FIELD QUALITY CONTROL B. C. D. 1/4 inch Field inspection and testing will be performed under provisions of Section 01400. Perform tests and analysis of fill material in accordance with ANSI/ASTM D1557. If tests indicate work does not meet specified requirements, remove work, replace and retest at no cost to Owner. Unless additional testing is required by the Engineer, compaction tests shall be taken every 100 feet (30 m), at the springline of the pipe mid every 2 vertical feet (610 mm) of backfill. 3.08 - CLEANING A. Remove surplus backfill materials from site. B. Leave fill material stockpile areas completely free of excess fill materials. SHAC Al-01 02225-4 11/02/01 I~MC- r20 u p SECTION 02225 - TRENCHING 3.09 - PROTECTION A. Protect finished work under provisions of Section 01500. B. Recompact fills subjected to vehicular traffic. END OF SECTION SHAC Al-01 02225-5 11/02/01 Id~ QI~OUP SECTION 02232 - RECYCLED CONCRETE AGGREGATE BASE COURSE DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. h~clusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Recycled concrete aggregate base course. 1.02 - RELATED SECTIONS A. Section 02211 - Rough Grading: Preparation of site for base course. B. Section 02510 - Asphaltic Concrete Paving: Placing asphalt over aggregate base course. 1.03 - REFERENCES A. ANSI/ASTM C88 - Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate. B. ANSI/ASTM C136 - Sieve Analysis of Fine and Coarse Aggregates. C. ANSI/ASTM D1557 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10 lb (4.54 kg) Rammer and 18-inch (457mm) Drop. D. ASTM D4318 - Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils. SHAC A 1 ~01 02232-1 11/02/01 I~ C-12OUP SECTION 02232 - RECYCLED CONCRETE AGGREGATE BASE COURSE 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. B. Test Reports: Submit a sieve analysis for the aggregate base course used. 1.05 - DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle products to the site under provisions of Section 01600. B. Do not handle aggregate in any manner which will cause segregation of large or fine particles. PART 2 - PRODUCTS 2.01 - MATERIALS A. Aggregate Base Course: Angular, crushed, recycled concrete; free of' shale, clay, friable materials and debris; graded in accordance with ANSI/ASTM C136 within the following limits: Sieve Size 1-1/2 inches (38 mm) I inch (25 mm) 1/2 inch (13 mm) 3/8 inch (9 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) No. 30 (0.60 mm) No. 40 (0.30 mm) No. 100 (0.15 mm) No. 200 (75 micro m) Percent Passing 100 90-100 65-85 55-75 40-55 30-45 22-36 16-27 12-19 7-13 3-7 Material retained on the 1/2 inch (13 mm) sieve is coarse aggregate. Coat'se aggregate shall not have more than 10 percent by weight of flat or elongated pieces. A flat or elongated piece is defined as being three times greater in the largest dimension as compared to its least dimension. The portion of the aggregate base course which passes the No. 40 (0.30 mm) screen shall have a plasticity index of one as tested in accordance with ASTM D4318. SHAC Al-01 02232-2 11/02/01 SECTION 02232 - RECYCLED CONCRETE AGG.REGATE BASE COURSE PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify elevations of subgrade are as indicated on the plans. B. Verify that subgrade is properly compacted and ready to receive work of this section. 3.02 - PREPARATION A. Fine grade and compact subgrade to 95 percent maximum dry density in accordance with ANSIJASTM D 1557. 3.03 - AGGREGATE PLACEMENT A. Spread course aggregate over prepared subgrade to a total compacted thickness as indicated on the plans. B. Place aggregate in 3 inch (75 mm) layers and compact by roller. C. Level and contour surfaces to elevations and gradients indicated. D. Add small quantities of fine aggregate to coarse aggregate as appropriate to assist compaction. E. Compact placed aggregate materials to achieve 95% maximum dry density in accordance with ANSI/ASTM D1557. Maintain optimum moisture content to attain required density. F. Add water to assist compaction. If excess water is apparent, remove aggregate and aerate to reduce moisture content. G. Use mechanical vibrating tamping in areas inaccessible to compaction equipment. H. New pavement must be placed on the properly compacted aggregate base course within 24 hours of final compaction. If aggregate base course is left open for more than 24 hours, recompact and retest in accordance with ANSI/ASTM D1557. 3.04 - TOLERANCES A. Maximum Variation From Flatness: 1/4 inch (6 mm) measured with 10 foot (3 m) straight edge. Maximum Variation From Scheduled Compacted Thickness: 1/4 inch (6 mm). Maximum Variation fi'om True Elevation: 1/4 inch (6 mm). 3.05 - FIELD QUALITY CONTROL A. Field inspection and testing are to be performed under provisions of Section 01400. SHAC Al-01 02232-3 11/02/0 ! ld~M g[VOUP SECTION 02232 - RECYCLED CONCRETE AGGREGATE BASE COURSE B. Perform compaction testing in accordance with ANSI/ASTM D1557. C. If tests indicate work does not meet specified requirements, remove work, replace and retest at no cost to Owner. D. Frequency of Tests: One test per 500 sq ft (50 sq m) immediately prior to paving. END OF SECTION SHAC Al-01 02232-4 11/02/01 I~M,% ~OLJP SECTION 02611 - PVC DRAINAGE PIPE DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. PVC pipe for site drainage. B. Fittings and accessories. 1.02 - RELATED SECTIONS A. Section 02225 - Trenching. 1.03 - REFERENCES A. ASTM D2729 - Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings. B. ASTM D2855 - Recommended Practice for Making Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings. 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. SHAC Al-01 02611-1 11/02/01 I~ 7~©LJ[~ SECTION 02611 - PVC DRAINAGE PIPE B. Product Data: Provide data on pipe, fittings and accessories. C. Manufacturer's Instructions: Indicate special procedures and conditions required to install products specified. 1.05 - PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual locations of pipe runs, connections and invert elevations. C. Identify and describe unexpected variations to subsoil conditions or discovery of uncharted utilities. 1.06 - REGULATORY REQUIREMENTS A. Conform to applicable codes for materials and installation of the work of this section. 1.07 - FIELD MEASUREMENTS A. Verify that field measurements are as indicated on the plans and as required by the manufacturer. 1.08 - COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate pipe installation with the trenching. PART 2 ~ PRODUCTS 2.01 - COMPONENTS A. PVC Pipe: ASTM D2729 type with PVC fittings and ASTM D2855 solvent weld joints, PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing conditions and substrate. SHAC A1-01 02611-2 11/02/01 I~I~OUP SECTION 02611 - PVC DRAINAGE PIPE B. Verify that trench cut is ready to receive work and excavations, dimensions and elevations are as indicated on the plans. 3.02 - PREPARATION A. Remove large stones or other hard matter which could damage piping or impede consistent backfilling or compaction. B. Excavate under provisions of Section 02225. 3.03 - INSTALLATION A. Install pipe and accessories in accordance with manufacturer's instructions and approved shop drawings. B. Lift or roll pipe into position. Do not drop or drag pipe over prepared bedding. C. Shore pipe to required position; retain in place until after compaction of adjacent fills. Ensure pipe remains in correct position and to required slope. D. Lay pipe to slope gradients noted on the plans, with maximum variation from true slope of 1/8 inch (3 mm) in 10 feet (3 m). E. Repair surface damage to any pipe protective coating in accordance with manufacturer's recommendations. F. Backfill under provisions of Section 02225. 3.04 - TOLERANCES A. Maximum Variation from Intended Invert Elevation: 1/2 inch (13 mm). B. Maximum Offset of Pipe from True Alignment: l inch (25 mm). 3.05 - FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. B. Request inspection prior to and immediately after placing aggregate cover over pipe. 3.06 - PROTECTION SHAC Al-01 11/02/01 Protect finished work under provisions of Section 01500. Protect pipe from damage or displacement until backfilling operation is in progress. END OF SECTION O2611-3 Id~/~ GP. OU P SECTION 02613 - CORRUGATED POLYETHYLENE PIPE DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion ora specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Corrugated polyethylene pipe. B. Fittings and accessories. 1.02 - RELATED SECTIONS A. Section 02225 - Trenching. 1.03 - REFERENCES A. ASTM D2321 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity Flow Applications. B. ASTM F405 - Corrugated Polyethylene (PE) Tubing and Fittings. C. ASTM F667 - Large Diameter Corrugated Polyethylene Pipe and Fittings. SHAC Al-01 02613-1 1 !/02/01 !-t~,~ GP. OUP SECTION 02613 - CORRUGATED POLYETHYLENE PIPE 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on pipe, fittings and accessories. C. Manufacturer's Instructions: Indicate special procedures and conditions required to install products specified. 1.05 - PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual locations of pipe runs, connections and invert elevations. C. Identify and describe unexpected variations of subsoil conditions or discovery of uncharted utilities. 1.06 - REGULATORY REQUIREMENTS A. Conform to applicable codes for materials and installation of the work of this section. B. Install pipe in accordance with ASTM D2321. 1.07 - FIELD MEASUREMENTS A. Verify that field measurements are as indicated on the plans and as required by the manufacturer. 1.08 - COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate pipe installation with the trenching. SHAC Al-01 02613-2 11/02/01 I~/,~ QP~OUP SECTION 02613 - CORRUGATED POLYETHYLENE PIPE PART 2 - PRODUCTS 2.01 - COMPONENTS A. Corrugated Polyethylene Pipe: ASTM F405 or ASTM F667 corrugated polyethylene complete with fabricated elbow fittings; N-12 manufactured by ADVANCED DRAINAGE SYSTEMS, INC. or specifically approved equal. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing conditions and substrate. B. Verify that trench cut is ready to receive work and excavations, dimensions and elevations are as indicated on the plans. 3.02 - PREPARATION A. Remove large stones or other hard matter which could damage piping or impede consistent backfilling or compaction. B. Excavate under provisions of Section 02225. 3.03 - INSTALLATION A. Install pipe and accessories in accordance with manufacturer's instructions and approved shop drawings. B. Lift or roll pipe into position. Do not drop or drag pipe over prepared bedding. C. Shore pipe to required position; retain in place until after compaction of adjacent fills. Ensure pipe remains in correct position and to required slope. D. Lay pipe to slope gradients noted on the plans, with maximum variation from true slope of 1/8 inch (3 mm) in 10 feet (3 m). E. Repair surface damage to any pipe protective coating in accordance with manufacturer' s recommendations. Backfill under provisions of Section 02225. 02613-3 SHAC Al-01 11/02/01 SECTION 02613 - CORRUGATED POLYETHYLENE PIPE 3.04 - TOLERANCES A. Maximum Variation from Intended Invert Elevation: 1/2 inch ( 13 mm). B. Maximum Offset of Pipe from True Alignment: 1 inch (25 mm). 3.05 - FIELD QUALITY CONTROL A. Request inspection prior to and immediately after placing aggregate cover over pipe. 3.07 - PROTECTION A. Protect finished work under provisions of Section 01500. B. Protect pipe from damage of displacement until backfilling operation is in progress. END OF SECTION SHAC A 1-01 02613-4 11/02/01 I~M ~ ~© U ~ SECTION 02724 - PRECAST CONCRETE LEACHING POOL DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Precast solid and leaching rings. B. Bottom footing and top section. C. Castings. 1.02 - RELATED SECTIONS A. Section 02222 - Excavation B. Section 02223 - Backfilling C. Section 02614 - Corrugated Polythylene Pipe. 1.03 - REFERENCES A. ASTM A48 - Gray Iron Castings. B. ASTM A 185 - Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement. C. ASTM A615 - Deformed and Plain Billet - Steel Bars for Concrete Reinfomement. SHAC Al-01 02724 - 1 11/02/01 I~MG [~© (J [~ SECTION 02724 - PRECAST CONCRETE LEACHING POOL D. ASTM C55 - Concrete Building Brick. 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate dimensions and details for solid rings, leaching rings, top sections and castings. 1.05 - DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle products under provisions of Sections 01600. B. Store products on firm, level ground. C. Handle products in a manner which will not induce unnecessary stresses, cause cracks to occur or damage the product in any way. D. Any cracked or otherwise defective materials will be rejected. 1.06 - ENVIRONMENTAL REQUIREMENTS A. Do not mix or place mortar if ambient temperature is below 40 degrees F (4 degrees C). 1.07 - COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate with installation of piping and all other work. PART 2 - PRODUCTS 2.01 - MANUFACTURERS A. AFCO PRECAST CO, INC. B. COASTAL PIPELINE PRODUCTS CORP. C. shall be permitted only after receiving written approval from the Substitutions Engineer. 2.02 - COMPONENTS A. Rings, Tops and Footings: Reinforced precast concrete of the following materials: 1. Concrete: ASTM C150 normal Portland cement Type I; minimum 4,000 psi (27.6 MPa) strength at 28 days. SHAC Al-01 02724 - 2 11/02/01 SECTION 02724 - PRECAST CONCRETE LEACHING POOL Reinforcement: ASTM A615 reinforcing bars and ASTM A185 welded wire fabric. Castings: ASTM A48, Class 30B, cast iron construction, machined flat bearing surface; non-rocking, removable grate, capable of supporting the AASHTO HS-20-44 highway loading; free from blowholes, shrinkage, distortion, cracks or other defects; smooth and of uniform quality; size, pattern and dimensions as indicated on the plans; manufactured by CAMPBELL FOUNDRY COMPANY, NEENAH FOUNDRY COMPANY or specifically approved equal. 2.03 - ACCESSORIES A. Brick: ASTM C55, Grade N, Type I - Moisture Controlled; normal weight; nominal modular size as required. Mortar: A 1:1:5 ratio of Portland cement, masonry cement and sand, respectively. Add water as required to create a workable consistency. C. Filter Fabric. 2.04 - FABRICATION A. Fabricate and reinforce all sections to the dimensions as indicated on the plans. B. Pipe Entry: Provide openings as required. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing site conditions. B. Verify existing grades are as indicated on the plans. C. Verify items provided by other sections of work are properly sized and located. D. Verify that rough openings for piping are as required. 3.02 - INSTALLATION A. Form bottom of excavation clean and smooth to correct elevation. Compact bottom of the excavation to a minimum of 95 percent of maximum dry density. B. Place bottom footing on firm, level gravel surface. C. Place rings and top piece concentrically over footing. Utilize a placement method which will not damage or crack the structure. SHAC Al-01 02724 - 3 11/02/01 Ifl~QI2OUP SECTION 02724 - PRECAST CONCRETE L'EACHING POOL D. Place sections plumb and level, trim to the correct elevations. E. Cut and fit for pipe. Seal openings in wall around pipe with brick and mortar. Establish elevations and pipe inverts for inlets and outlets as indicated on the plans. Trowel surfaces smooth. F. Mount casting in a 1 inch (25 mm) mortar bed over access opening in slab or dome top. Install firm, level and to the required elevation. G. If required to achieve proper elevation of casting, adjust with brick and mortar. A maximum height of 5 inches (130 mm) is permitted between the slab or dome top and the base of the casting. Maximum distance between brick surfaces is to be 1 inch (25 mm). H. Place filter fabric around all leaching rings prior to backfill with granular material. 3.05 - TOLERANCES A. Maximum Lateral Variation From Proposed Location: 1/2 inch (13 mm). B. Maximum Variation From Proposed Rim Elevation: 1/4 inch (6 mm). 3.06 - FIELD QUALITY CONTROL Field inspection and testing will be performed under provisions of Section 01450. B. Request inspection prior to restoration. 3.07 - PROTECTION A. B. backfilling around structure Protect finished work nnder provisions of Section 01500. and prior to surface Protect structure from damage and displacement until project is accepted by the Owner. END OF SECTION SHAC Al-01 02724 - 4 11/02/01 SECTION 02831 - CHAIN LINK FENCES AND SWING GATES DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not pem~itted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Fence framework, fabric and accessories. Vinyl Coated (Black). B. Excavation for post bases; concrete foundation for posts. 1.02 - RELATED SECTIONS A. Section 02222 - Excavation: Excavating for fence posts. B. Section 03001 - Concrete: Footings. 1.03 - REFERENCES A. ANSI/ASTM A123 - Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. B. ANSI/ASTM F567 - Installation of Chain Link Fence. C. ASTM A53 - Pipe, Steel, Black and Hot-Dipped Zinc Coated Welded and Seamless. D. ASTM A116 - Zinc-Coated (Galvanized) Steel Woven Wire Fence Fabric. E. ASTM Al21 - Zinc-Coated (Galvanized) Steel Barbed Wire. SHAC Al-01 02831-I 11/30/0t I~M QI2OUP SECTION 02831 - CHAIN LINK FENCES AND SWING GATES F. ASTM A153 - Zinc Coating (Hot-Dip) on Iron and Steel Hardware. G. ASTM A392 - Zinc-Coated Steel Chain Link Fence Fabric. H. ASTM C150 - Portland Cement. I. ASTM A491 - Aluminum Coated Steel Chain Link Fence Fabric. J. ANSI/NFPA 70 - National Electric Code. 1.04 - SYSTEM DESCRIPTION A. Fence Height: As reqoired. B. Line Post Spacing: As indicated on plans. If not indicated, intervals shall not exceed 10 feet (3 m). 1.05 - SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on fabric, posts, accessories, fittings, hardware and finishes. C. Manufacturer's Installation Instructions: Indicate installation requirements. 1.06 - PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01700. B. Accurately record actual locations of property perimeter posts relative to property lines and easements. 1.07 - QUALITY ASSURANCE A. Perform work in accordance with ANSI/ASTM F567. B. Maintain one copy of document on site. 1.08 - QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the products specified in this section with minimum 3 years documented experience. 1.09 - FIELD MEASUREMENTS A. Verify that field measurements are as required. SHAC Al-01 02831-2 11/30/01 Ifl~/~ CI~OUP SECTION 02831 - CHAIN LINK FENCES AND SWING GATES PART 2 - PRODUCTS 2.01 - MANUFACTURERS A. ANCHOR FENCE, INC. B. AMERICAN FENCE CORPORATION. C. Substitutions shall be permitted only after receiving written approval from the Engineer. 2.02 - MATERIALS A. Framing: ASTM A53; Schedule 40 steel pipe, standard weight, one piece without joints. PVC coated, Class 2A. B. Fabric Wire: ASTM A392; No. 6 steel wire fabric. PVC coated, Class 2A. C. Concrete: ASTM C150, Type 1; minimum 3,500 psi (24 MPa) strength at 28 days; 3 inch (75 mm) slump; 5 to 7 percent air entrainment. 2.03 - COMPONENTS A. Line Posts: 2-1/2 inch (64 mm) outside diameter; 3.65 pounds per linear foot (5.43 kg/m). B. Comer and Terminal Posts: 3 inch (75 mm) outside diameter, 7.58 pounds per linear foot (11.28 kg/m). C. Gate Posts: 4-inch (100mm) outside diameter; 9.11 pounds per linear foot (13.6 kg/m). D. Top and Brace Rail: 1-5/8 inch (41 mm) outside diameter, plain end, sleeve coupled; 2.27 pounds per linear foot (3.38 kg/m). E. Gate Frame: 2 inch (50mm) outside diameter; welded comer construction. F. Fabric: 2 inch (50 mm) diamond mesh interwoven wire, 6 gage thick, top selvage twisted tight, bottom selvage knuckle end closed. PVC coated, Class 2A. G. Tension Wire: 6 gage thick steel, single strand. H. Tie Wire: ASTM A491 Aluminum alloy steel wire; 9 gage. 2.04 - ACCESSORIES A. Caps: Cast steel galvanized or malleable iron galvanized; sized to post diameter, set screw retainer. SHAC Al-01 0283 I-3 11/30/01 Id:Z~t GJ~OUD SECTION 02831 - CHAIN LINK FENCES AND SWING GATES B. Fittings: Sleeves, bands, clips, rail ends, tension bars, fasteners and fittings; galvanized steel. C. Gate Hardware: Fork latch with gravity drop; two 180 degree gate hinges per leaf and hardware for padlock. D. Diagonal Tress Rod with Turnbuckle: ASTM A153 galvanized steel. E. Grounding Rod: Copper; 8 feet long, 72 inch diameter. 2.05 - FINISHES A. Components and Fabric: PVC coated (Black). B. Hardware and Accessories: Same finish as framing and fabric. 2.06 - LOCKS A. Provide BEST locks for all gates and slide gates keyed to the Owners master key. PART 3 - EXECUTION 3.01 - INSTALLATION A. Install framework, fabric, accessories and gates in accordance with ANSI/ASTM F567 and manufacturer's instructions. Set all posts plumb in concrete footings with top of footing 2 inches (50 mm) above finish grade. Slope top of concrete for water runoff. C. Post Footing Depth Below Finish Grade: 42 inches (1070 mm). D. The diameter of line post footings to be 12 inches (300 mm); all other footings to be 18 inch (460 mm) dimneter. Brace each gate and comer post to adjacent line post with horizontal center brace rail and diagonal tress rods. Install brace rail, one bay from end and gate posts. Install diagonal tress rod from the center of the gate or comer post to the bottom of the adjacent line post. G. Provide top rail through line post tops and splice with 6 inch (150 mm) long rail sleeves. H. Stretch fabric between terminal posts or at intervals of 100 feet maximum, whichever is less. I. Position bottom of fabric 2 inches (50 mm) above finished grade. SHAC AI-01 02831-4 11/30/01 Ifl~ ,S ~OU P SECTION 02831 - CHAIN LINK FENCES AND SWING GATES J. Fasten fabric to top rail, line posts, braces, and bottom tension wire with tie wire at maximum 15 inches (380 mm) on centers. K. Attach fabric to end, comer and gate posts with tension bars and tension bar clips. L. Install bottom tension wire stretched taut between terminal posts. M. Do not sxving gate from building wall; provide gate posts. N. Install gate with fabric to match fence. Install 3 hinges per leaf, latch and catches. O. Install 8 foot (2.4 m) grounding rod to fence post. Install No. 6 solid copper conducter to connect each metal fence element to the grounding rod. P. Install No. 6 standard copper conductor to connect gate frames to gate posts. Q. Ground fence at intervals required by manufacturer. 3.02 - TOLERANCES A. Maximum Variation From Plumb: 1/4 inch (6 mm). B. Maximum Offset From True Position: l inch (25 mm). C. Components shall not infringe adjacent property lines. END OF SECTION SHAC Al-01 02831-5 11/30/01 I~M Qr~ouP SECTION 03001 ~ CONCRETE DESIGN / BUILD SPECIFICATION The design/build teams are to furuish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - WORK INCLUDED A. Formwork, formliners, shoring, bracing and anchorage. B. Concrete reinforeement and accessories. C. Cast-in-place concrete. D. Concrete curing and finishing. 1.02 - REFERENCES A. ACI 30t - Specifications of Structural Concrete for Buildings. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting and Placing Concrete. C. ACI 305 - Hot Weather Concreting. D. ACI 306 - Cold Weather Concreting. E. ACI 308 - Standard Practice for Curing Concrete. SHAC Al-01 10/31/01 03001-1 I~M G~OUP SECTION 03001 - CONCRETE F. ACI 318 - Building Code Requirements for Reinforced Concrete. G. ACI 350R - Concrete Sanitary Engineering Structures. H. ANSI/ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. I. ASTM A615 - Deformed and Plain Billet-Steel for Concrete Reinforcement. J. ASTM C33 - Concrete Aggregates. K. ASTM C94 - Ready-Mixed Concrete. L. ASTM C150 - Portland Cement. M. ASTM C260 - Air Entraining Admixtures for Concrete. N. ASTM C309 - Liquid Membrane-Forming Compounds for Curing Concrete. O. ASTM C494 - Chemical Admixtures for Concrete. P. ASTM C618 - Fly Ash and Raw or Calcinated Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. Q. ASTM D1751 - Performed Expansion Joint Fillers for Concrete Paving and Structural Construction. R. ASTM D2103 - Polyethylene Film and Sheeting. 1.03 - DESIGN REQUIREMENTS Design, Engineer and Construct formwork, shoring and bracing to conform to design and code requirements; resultant concrete to conform to required shape, line and dimension. 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. Shop Drawings: Indicate reinforcement sizes, spacings, and locations of reinforcing steel and wire fabric, bending and cutting schedules, splicing, and supporting and spacing devices. Indicate formwork dimensioning, materials, arrangement of joints and ties. Detail concrete dimensions, depth of cover, openings, steel, etc. Design Data: Indicate proposed concrete mix design for each type of concrete to be used on the project prior to commencement of work. SHAC A. 1-01 03001-2 10/31/01 lq~M GF~OUP SECTION 03001 - CONCRETE Provide proposed concrete mix design for each type of concrete, as designed, to be used on the project at least 40 calendar days prior to the first scheduled concrete placement. The contractors testing laboratory shall develop concrete mix designs and test all materials and mixes for conformance with these specifications. The costs associated with development at the design mix and testing of samples shall be included in the bid price. Product Data: Provide data on joint devices, attachment accessories and admixtures. Manufacturer's instructions: required with adjacent work. Indicate installation procedures and interface 1.05-QUALITYCONTROL A. Perform testing under provisions at Section 01400. B. Perform work in accordance with ACI 301. C. Maintain one copy of document on site. Procure concrete from a single approved central commercial batching plant. To further insure consistency, coloring, finish and quality, all aggregate, cement, water and other ingredients shall each be secured from the same source for the duration of the project. The batching plant, and raw materails, will be subject to inspections and tests requested by the F. ngineer. 1.06 - QUALIFICATIONS Prepare concrete design and shop drawings under seal of professional structural engineer licensed in the state in which the project is located. 1.07 - REGULATORY REQUIREMENTS Conform to ACI 304 and all applicable codes for placement of concrete and related work. 1.08-COORDINATION A. Coordinate work under provisions of Section 01039. SHAC Al-01 03001-3 10/31/01 !~ C- P..OU ~ SECTION 03001 - CONCRETE Coordinate work of other sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors and other inserts. Notify Engineer minimum 72 hours prior to commencement of concreting operations. PART 2 - PRODUCTS 2.01 - MATERIALS Conform to ACI 301. Plywood Forms: Douglas Fir species; solid one side grade; sound undamaged sheets. Thickness of wood shall be as required to support weight of concrete with minimal deflection. Steel Forms: Minimum 16 gage (1.5 mm) thick, stiffened to support weight of concrete with minimum deflection. Tubular Column Type Forms: Round, spirally wound laminated fiber material; inside surface treated with release agent. Form Ties: Snap-off metal, of fixed length, cone ends. Reinfoming: ASTM A615, 60 ksi (414 MPa) yield grade billet steel deformed bars; uncoated finish; size and dimensions as required. Welded Steel Wire Fabric: Plain type, ANSI/ASTM A185; in flat sheets; uncoated finish; size and dimensions as required. I. J. Water: Clean and not detrimental to concrete. 2.02 - ACCESSORIES Cement: ASTM C150, Type 1 - Normal Portland type. Fine and Coarse Aggregates: ASTM C33 (No. 57). Air Entraining Admixture: ASTM C260, Type as required. Chemical Admixture: ASTM C494, Type as required. Bonding Agent: Two component epoxy resin; INDUSTRIES, INC., or specifically approved equal. manufactured by SPECCO SHAC Al-01 03001-4 10/31/01 I~/~ GP-OUP SECTION 03001 - CONCRETE Vapor Barrier: ASTM D2103, 10 mil thick clear polyethylene film. (For all slabs on grade) Non-Shrink Grout: Premixed compound with non-metallic aggregate, cement, water reducing and plasticizing agents; capable of minimum compressive strength of 2400 psi (16.5 Mpa) at 48 hours and 7000 psi (48.3 Mpa) at 28 days. Expansion Joints: ASTM D1751; 1/2 inch (13 mm) thick asphalt impregnated fiberboard or felt. Waterstops: Polyvinylchloride; 6 inches wide; heat sealed joints; style 705, manufactured by Greenstreak or approved equal. Form Release Agent: Colorless material which wilt not stain concrete, absorb moisture or impair natural bonding or color characteristics of coating intended for use on concrete; manufactured by SPECCO INDUSTRIES, INC. or specifically approved equal. Agent shall not be detrimental to the environment. Sealant: ASTM Dl190; hot applied rubber compound manufactured by THE BURKE COMPANY or specifically approved equal. Absorptive Mat: Burlap-polyethylene, 8 oz/sq yd (270 g/sq m), bonded to prevent separation during use. K. Membrane Curing Compound: ASTM C309, Type 1, Class A. Clear Sealer: Siloxane type; manufactured by THE BURKE COMPANY or specifically approved equal. M. Tie Wire: 16 gage (1.6 mm) annealed type. Chairs, bolsters, bar supports, spacers: sized and shaped for strength and support of reinforcement during concrete placement conditions including load bearing pad on bottom to prevent vapor barrier puncture. 2.03 - MIXES A. All mixes shall be designed by the Design/Build Engineer. B. Use admixtures only when approved by the Engineer. PART 3 - EXECUTION 3.01 - EXAMINATION SHAC Al-01 10/31/01 03001-5 tt~M Q P. OU P SECTION 03001 - CONCRETE A. Verify existing conditions under provisions of Section 01039. B. Verify lines, levels, and measurements before proceeding with formwork. Ensure that dimensions agree with the plans. 3.02 - PREPARATION A. Hand trim sides and bottom of earth forms; remove loose dirt. B. Align form joints. Do not apply form release agent where concrete surfaces are to receive special finishes or applied coatings which may be affected by the agent. Where new concrete is dowelled to existing work, drill holes in existing concrete, insert steel dowels and pack with non-shrinking grout. Prepare previously placed concrete by cleaning with steel brush and apply bonding agent in accordance with manufacturer's instructions. 3.03 - INSTALLATION Place, support, and secure reinforcement against displacement at the locations and to the dimensions as indicated on the plans. Use reinforcing splices at a minimum of locations and only at locations of minimum stress. Review locations of splices with Engineer. C. Splice overlap shall be a minimum length of 40 diameters. Install vapor barrier under interior floor slabs on grade. Lap joints minimum 6 inches (150 mm) and seal. Do not disturb vapor barrier while placing reinforcement. Ensure reinforcement, inserts, embedded parts, formed joint fillers, joint devices are not disturbed during concrete placement. Repair vapor barrier damaged during placement of concrete reinforcing. Repair with vapor barrier material; lap over damaged areas minimum 6 inches (150 mm) and seal watertight. G. Install joint fillers in accordance with manufacturer's instructions. Separate slabs on grade from vertical surfaces with i/2 inch (13 mm) thick joint filler. SHAC Al-01 0300D6 10/31/01 Ifl~ QBQUP SECTION 03001 - CONCRETE I. Extend joint filler from bottom of slab to within 1/4 inch (13 mm) of finished slab surface. J. Install joint devices in accordance with manufacturer's instructions. K. Install joint device anchors. Maintain correct position to allow joint cover flush with floor and wall finish. L. Install joint covers in one piece length when adjacent construction activity is complete. M. Apply sealants in .joint devices in accordance with manufacturer's instructions. N. Maintain records of concrete placement. Record date, location, quantity, air temperature and test samples taken. O. Place concrete continuously between predetermined expansion, control and construction joints. P. Do not interrupt successive placement; do not permit cold joints to occur. 3.04 - INSTALLATION - FLOOR SLABS A. Place floor slabs in checkerboard pattern. B. Saw cut control joints at an optimum time after finishing. Cut slabs with 3/16 inch (4.8 mm) thick blade, cutting 'A" of depth for every inch of slab thickness. C. Separate slabs on grade from vertical surfaces with joint filler. Extend joint filler from bottom of slab to within 1/4 inch (6 mm) of finished slab surface. D. Steel trowel all surfaces except as noted. E. In areas with floor drains, maintain floor elevation at walls; pitch surfaces uniformly to drains maintaining a minimum 2 percent slope. F. Cure floor surfaces in accordance with ACI 308. G. Apply curing compound in accordance with manufacturer's instructions in 2 coats with second coat at right angles to the first. SHAC Al-01 03001-7 10/31/01 SECTION 03001 - CONCRETE 3.05 - TOLERANCES A. Provide Class A tolerance to floor slabs according to ACI 301. 3.06 - FIELD QUALITY CONTROL A. Field inspection and testing of concrete will be performed under provisions of Section 01400. B. Contractor will take cylinders and perform slump and air entrainment tests in accordance with ACI 301. C. Four concrete test cylinders will be taken for every 50 cu yds, or fraction of, for each class of concrete placed each day or a minimum of one cylinder per truck whichever is greater. D. One additional test cylinder will be taken during cold weather and be cured on site under same conditions as concrete it represents. One slump test will be taken for each set of test cylinders taken. 3.07 - DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Engineer. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of the Engineer for each individual area. 3.08 - PROTECTION A. Protect finished work under provisions of Section 01500. B. Protect concrete from damage and deformation until project is accepted by the Owner. END OF SECTION SHAC Al-01 03001-8 10/31/01 I~ QP-OUP SECTION 04200 - CONCRETE UNIT MASONRY DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Concrete Block. B. Mortar. C. Anchors and Reinforcement. D. Control Joints. E. Cleaning of Masonry. F. Related Masonry Accessories. 1.02 - RELATED SECTIONS Section 01400: Quality Control. Section 05500: Metal Fabrications. Section 07900: Caulking. S HAC A 1-01 04200-1 10/31/01 SECTION 04200 - CONCRETE UNIT MASONRY D. Section 08100: Doors and Door Frames. E. Section 08610: Windows. I. Section 09150: Metal Stud Framing System. J. Section 09250: Gypsum Drywall. K. Section 09900: Painting 1.03 - SUBMITTALS A. Submit under provisions of Section 01300. B. Submit samples in duplicate of masonry units, ties, and reinforcing for Architect/ Engineer's approval. C. Submit concrete block certifications from block manufacturer indicating that concrete masonry units meet or exceed project specifications. D. Shop drawing: Layout of control joint placement. 1.04 - DELIVERY AND STORAGE A. Materials shall be delivered and stored so as to avoid damage from breakage, moisture, staining or damage of any kind. B. Protect materials and work from damage. Keep masonry units dry. C. Cover work at end of each day's work with non-staining waterproof material so as to prevent entrance of excess water at top of wall. 1.05 - APPLICABLE STANDARDS A. Conform to ACI/ASCE 5301-89. 1.06 - PROJECT CONDITIONS A. No masonry work shall be installed in an atmosphere with temperature less than 40°F. unless work is protected in a manner previously approved by the Architect/Engineer. B. For cold weather masonry construction, submit to Architect/Engineer for review and approval, a cold weather masonry construction plan, identifying all measures contractor shall take for cold weather masonry construction. SHAC Al-01 04200-2 10/31/01 I~ GP. OUP SECTION 04200 - CONCRETE UNIT MASONRY Hot Weather Construction - Protect masonry construction from direct exposure to wind and sun when erected in an ambient air temperature of 99oF or more (37oC) in shade with relative humidity less than 50%. PART 2 - PRODUCTS 2.01 - CONCRETE MASONRY UNITS Units used for load bearing and non load bearing walls, shall be hollow load bearing masonry units meeting requirements of ASTM C90, Type I, Grade, N. Provide units meeting fire resistance ratings required. Special shaped units, U-blocks, pilaster blocks, etc., shall meet same specifications as adjacent units. Interior Concrete Jamb Blocks: Blocks shall be formed with 5/8" radius on all exposed corners. Exterior Walls: Factory-inserted premolded insulation, manufactured by KORFILL or approved equal. 2.02 - MORTAR Mortar and grout materials and mix proportions shall meet applicable requirements of ASTM C270-866, Type S made with lime. Color shall be close to that of masonry units involved and shall be approved by the Architect. 2.03 - REINFORCING A. Wall Reinforcing Horizontal reinforcing for concrete masonry units shall be mill galvanized, ladder type with 9 gauge parallel wires in each face and 9 gauge cross members a maximum of 16" o.c., butt welded to side rods. Provide prefabricated corners and tees. Reinforcement shall be completely embedded in mortar or grout. 2. Vertical reinforcing bars shall meet ASTM A6 l 5 Grade 60. B. Reinforcing bars for lintels and bond beams shall meet ASTM A615, Grade 60. C. Control Joints 1. Joint filler shall be preformed neoprene or polyvinyl chloride. 2. Vertical control joint placement in non-reinforced masonry: a. At major changes in wall height. SHAC A 1-01 04200-3 10/31/01 I~ G~©UP SECTION 04200 - CONCRETE UNIT MASONRY At changes in wall thickness. At control joints in foundations, in roof, and in floors. At chases and recesses for piping, columns, fixtures, etc. At one or both sides of wall openings. Near wall intersections. Near return angles in L, T, and U-shaped structures. 3. Maximum spacing of control joints should in no case exceed 30'-0". PART 3 - EXECUTION 3.01 - PREPARATION A. Lay out work to avoid use of less than 8"x8" faced units at jambs in exposed work. 3.02 GENERAL A. Mortar shall be thoroughly mixed and kept moist but shall not be mtempemd for use after initial set. B. Lay only dry masonry units. C. Install units with radius edge at all exposed jamb corners and at end of exposed walls indicated. D. Use masonry saw for cutting exposed surfaces. Cut units to provide a uniform 1/8" clearance around electrical boxes and similar items. E. Do not use chipped, cracked or broken units. F. Set units plumb, true to line, and level. G. Adjust units to final position while mortar is soft and plastic. If unit is displaced after mortar has stiffened, remove unit, clean joints and unit of mortar and reset with fresh mortar. H. When joining fresh work to set or partially set masonry clean exposed surface and remove loose mortar before laying fresh masonry. SHAC Al-01 04200-4 10/31/01 SECTION 04200 - CONCRETE UNIT MASONRY I. When necessary to stop a horizontal, run back one-half block length in each course, do not tooth. J. Unless indicated otherwise partitions shall extend from floor to bottom of floor or roof construction above. K. Where partitions run perpendicular to deck, fill voids at deck with grout, or approved fire sating insulation. 3.03 - BOND A. Lay units in running bond with vertical joints centered on unit in course below unless indicated otherwise on drawings. 3.04 - MORTAR BEDS A. Lay hollow units with full mortar coverage on horizontal and vertical face shells. Provide full mortar coverage on horizontal and vertical face shells and webs where adjacent to cells or cavities to be filled with grout and on starting courses. B. Lay block with full horizontal and vertical joints. 3.05 - REINFORCEMENT A. Wire Reinforcement 1. Place wire reinforcements as follows: a. 8" and 12" concrete block walls - continuous reinforcement 16" o.c. vertically. b. Concrete block walls on exterior - continuous horizontal reinforcement 16" o.c. vertically. 2. Wire reinforcement shall be completely embedded in mortar or grout. Joints with wire reinforcement shall be at least twice the thickness of the wire. 3. Wire reinforcement shall be lapped at least 8" at splices and shall contain at least one cross wire of each piece of reinforcement in the lapped distance. B. Steel Reinforcement Bar 1. Steel reinforcement bars, unless otherwise detailed on plans, shall be placed as follows: a. 8" CMU: Install #5 bar, vertically at all corners and at door and window jambs and 48" o.c. typical. SHAC A 1-01 04200-5 10/31/01 I~M SECTION 04200 - CONCRETE UNIT MASONRY 3.06 - JOINTS A. B. C. 10" and 12" CMU: Install #5 bar, vertically at all corners and at door and window jambs and 32" o.c. typical. Fill all concrete masonry unit cells containing reinforcement bars solid with mortar. Remove premolded insulation from block cores at location of vertical reinforcing bars. Reinforcement bars shall be lapped at splices as follows: Bar Size Min. Lap District #4 24 inches #5 30inches #6 36inches #7 42 inches Nominal thickness shall be 3/8" (9 mm) and uniform. Shove or rod all vertical joints tight. Tool joints slightly concave in surfaces to be exposed or painted. 3.07 - BUILT-UP WORK A. Cooperate with other trades in building in items in masonry work. B. Grout solid around built-in items. 3.08 - LINTELS AND BOND BEAMS A. Steel lintels shall extend into side walls at jambs, minilnun~ 8" bearing on each side. B. Install rebars and grout solid lintel blocks and bond beams as indicated. Provide temporary shoring for openings wider than 36". C. Lintel blocks shall extend into side walls at jambs, minimum of 8" bearing on each side. 3.09 - POINTING AND CLEANING Dry, brush masonry surfaces after mortar has set, at end of each day's work and after final points. Cut out and repoint defective joints. SHAC Al-01 10/31/01 04200-6 Id~/~ ',S Y4,0 U P SECTION 04200 - CONCRETE UNIT MASONRY C. At final completion of masonry work fill holes in joints and tool to match adjacent work. D. Leave work and surrounding surfaces clean and free of mortar spots and droppings. E. Clean masonry with approved masonry cleaner. END OF SECTION SHAC Al-01 04200-7 10/31/01 I~ f; r~C.~ ~ SECTION 05120 - STRUCTURAL STEEL DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance xvith all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, xvhich have been left to the designer. Likewise, the exclusion ora specification or selection for any material, product or item does not limit the designer or permit thc contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Structural steel framing members, support members. B. Baseplates. C. Grouting under baseplates. 1.02 - RELATED SECTIONS A. Section 05500 - Metal Fabrications B. Section 07210 - Spray on Fireproofing C. Section 09900 - Painting 1.03 - METHOD OF PAYMENT A. Basis of Measurement: Included as part of the lump sum/base bid. B. Basis of Payment: Includes steel, galvanizing, painting, fi~brication and erection. 1.04 - REFERENCES SHAC Al-01 05120-1 10/31/01 SECTION 05120 - STRUCTURAL STEEL A. AISC - Code of Standard Practice for Steel Buildings and Bridges. B. AISC - Specification for the Design, Fabrication and Erection of Structural Steel for Buildings. C. AISC - Specification for Structural Joints Using ASTM A325 or A490 Bolts. D. AISC - Specification for Architectural Exposed Structural Steel. E. ASTM A36 - Structural Steel. F. ASTM A53 - Hot-Dipped, Zinc-coated Welded and Seamless Steel Pipe. G. ASTM Al08 - Steel Bars, Carbon, Cold-Finished, Standard Quality. H. ASTM A123 - Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products. I. ASTM A 153 - Zinc Coating (Hot Dip) on Iron and Steel Hardware. J. ASTM A307 - Carbon Steel Externally Threaded Standard Fasteners. K. ASTM A325 - High Strength Bolts for Structural Steel Joints. L. ASTM A490 - Quenched and Tempered Alloy Steel Bolts for Structural Steel Joints. M. ASTM A500 - Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes. N. ASTM A501 - Hot-Formed Welded and Seamless Carbon Steel Structural Tubing. O. AWS A2.0 - Standard Welding Symbols. P. AWS D1.1 - Structural Welding Code. Q. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual. R. SSPC PA~ 1 - Shop, Field and Maintenance Painting. S. SSPC SP-2 - Hand Tool Cleaning. T. SSPC SP-3 - Power Tool Cleaning. 1.05 - SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Provide data on structural steel, structural steel paint and high strength bolts, including washers and nuts. SHAC Al-01 05120-2 10/31/01 SECTION 05120 - STRUCTURAL STEEL Shop Drawings: Indicate profiles, sizes, spacing and locations of structural members, openings, attachments, fasteners, connections, cambers and loads. Provide erection and fabrication drawings. Indicate welded connections with AWS A2.0 welding symbols. Indicate net weld lengths. Shop drawings shall bear the seal and signature of a registered professional engineer licensed in the State of New York. Structural Steel Shop Drawings will not be reviewed without said seal and signature. Mill Test Reports: Indicate structural strength, destructive and non-destructive test analysis. Welders' Certificates: Submit certificates certifying that welders employed on the work have met AWS qualifications within the previous 12 months. F. Manufacturer's Certificates: Certify that products meet or exceed specified requirements. 1.06 - QUALITY ASSURANCE A. Fabricate structural steel members in accordance with AISC - Specification for the Design, Fabrication and Erection of Structural Steel for Buildings. Perform work in accordance with AISC - Specification for Architectural Exposed Structural Steel; AISC - Specification for Structural Joints Using ASTM A325 or A490 Bolts; and AISC - Code of Standard Practice for Steel Buildings and Bridges. C. Maintain one copy of each document on site. 1.07 - QUALIFICATIONS A. Fabricator: Company specializing in performing the work of this section with minimum 5 years documented experience. Erector: Company specializing in performing the work of this section with minimum 3 years documented experience. Design connections not detailed on the drawings under direct supervision of a Professional Structural Engineer experienced in design of this work and licensed in the State in which the project is located. The shop drawings shall bear the seal and signature of said professional structural engineer. 1.08 - DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle products to the site under provisions of Section 01600. Schedule deliveries of materials to the site at intervals which will ensure uninterrupted progress of the work. C. Do not store or handle materials in a manner which will damage or distort materials or supporting structures. SHAC Al-01 05120-3 10/31/01 15;/~t, GP~OUP SECTION 05120 - STRUCTURAL STEEL D. Do not store materials directly on the ground. E. Store materials in a manner which will permit easy access for inspection and identification. 1.09 - FIELD MEASUREMENTS A. Verify that field measurements are as shown on the plans and approved shop drawings. B. The Contractor is responsible for the proper location and elevations of all work. 1.10 - COORDINATION A. Coordinate the work under provisions of Section 01039. B. Coordinate the work of this section with utilities installation and all other adjacent work. C. Coordinate the placement of anchor bolts with the placement of concrete. D. Coordinate the work such that the general progress of the work is not interrupted. PART 2 - PRODUCTS 2.01 - MATERIALS A. Structural Steel Members: ASTM A572-50 (Fy=50ksi). B. Structural Tubing: ASTM A500, Grade B seamless. C. Shear Stud Connectors: ASTM Al08, Grade 1015, forged steel, headed, uncoated. D. Pipe: ASTM A53, Grade B. E. Bolts, Nuts, and Washers: ASTM A325 galvanized to ASTM A153 for galvanized members; threads exctuded from the shear plane; beveled washers for connection to member with flange slope greater than 1:20. Provide hexagonal heads and nuts and hardened washers for all connections. F. Anchor Bolts: ASTM A307, Grade C. G. Welding Materials: AWS DI. 1; type required for materials being welded. H. Grout: Non-shrink type, pre-mixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing additives, capable of developing a minimum compressive strength of 7,000 psi (48 MPa) at 28 days. SHAC Al-01 05120-4 10/31/01 Ifl~/~ (~J~OUP SECTION 05120 - STRUCTURAL STEEL I. Primer: SSPC Paint 15, Type 1, md oxide. 2.02 - FABRICATION A. Fabricate items of structural steel in accordance with AISC specifications and approved shop drawings. B. Continuously seal joined members by intermittent welds and plastic filler. Grind exposed welds smooth. C. All shop connections shall be welded or high strength bolted. D. Bearing surfaces shall be planed true to give full bearing over entire surface. E. All beams and girders shall be fabricated with a natural camber upward. F. All holes required for connections and attachments of other work to the structural steel shall be shop fabricated. G. Splicing is not permitted unless indicated on the plans or accepted on the final shop drawings. 2.03 - FINISHES A. Prepare structural component surfaces in accordance with SSPC SP-2 or SSPC SP-3. B. Shop prime non-exposed structural steel members after fabrication in accordance with SSPC PA-I. Do not prime surfaces that will be fireproofed, field welded, in contact with concrete, or high strength bolted. C. Galvanize all exposed structural steel members. D. Field welds, connections and abrasions shall be cleaned, prepared and finished in the same manner and with the same materials used for shop finishing. E. Apply primer and paint to all steel members which are not being galvanized or receiving fireproofing. 2.04 - SOURCE QUALITY CONTROL A. Testing and analysis of components will be performed under provisions of Section 01400. B. Inspection and tests will not relieve the Contractor of responsibility for providing materials and fabrication and erection procedures in compliance with specified requirements. The Contractor is to verify that all materials meet or exceed the requirements specified in these specifications. C. Materials not in compliance with specified requirements will be rejected. SHAC Al-01 05120-5 10/3 I/0I I~/~ G~©UP SECTION 05120 - STRUCTURAL STEEL PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing conditions under provisions of Section 01039. B. Verify that field conditions are acceptable and are ready to receive work of this section. C. Beginning of installation means erector accepts existing conditions. 3.02 - PREPARATION A. Clean bearing surfaces and other surfaces which will be in permanent contact. 3.03 - ERECTION A. Allow for erection loads, and for sufficient temporary bracing to maintain structure safe, plumb and in true alignment until completion of erection and installation of permanent bracing. B. Coordinate placement of anchors in concrete or masonry construction for securing bearing plates. C. Erect all components in accordance with approved shop drawings. D. Field weld components and shear studs as indicated on approved shop drawings and in accordance with AWS D1.1. E. Do not field cut or alter structural members without written approval of Engineer. F. After erection, prime welds, abrasions and surfaces not shop primed or galvanized, as required, except surfaces to be in contact with concrete. G. Grout under baseplates to produce a full and even bearing. 3.04 - TOLERANCES A. All members shall be installed within AISC tolerances and the following: 1. Maximum Variation From Plumb: 1/4 inch (6 mm) per story, non-cumulative. 2. Maximum Offset From True Alignment: 1/4 inch (6 mm). 3.05 - FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. SHAC Al-01 05120-6 10/31/01 SECTION 05120 - STRUCTURAL STEEL 3.06 - ADJUSTING A. All misfits due to errors in locations or fabrication or inaccuracies in the setting of anchor bolts or other items of attachment or support shall be immediately reported to the Engineer and corrected in a manner subject to approval by the Engineer. B. Submit method of correction to the Engineer under provisions of Section 01400. C. Proceed with corrective work only after receiving written approval from the Engineer. D. All corrections shall be made at no additional cost to the Owner. END OF SECTION SHAC Al-01 05120-7 10/31/01 I~M <2; 7~()[~ ~: SECTION 05500 - METAL FABRICATIONS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Like,vise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. The work described in this section of the specifications includes, but is not limited to, the following: Loose lintels, shelf angles, anchor bolts, sleeves, bearing plates, inserts and other incidental items of structural and/or miscellaneous steel as and where shown on the drawings and/or as required to be built into concrete, masonry or other construction shall be provided as indicated or specified. Where applicable, include instructions or templates for installation within masonry and/or concrete construction. 2. All miscellaneous steel members supporting penetrations of roof, floor or wall openings larger than 18" square, whether or not the same, are shown on the drawings. 3. All connections, erection fittings and devices required to complete this work. SHAC Al-0! 05500-1 10/31/01 ~4~ G P4DLJ P SECTION 05500 - METAL FABRICATIONS 4. All miscellaneous steel angles, beams, rods and/or braces to be furnished and/or installed for support or bracing of door frames and/or any other built in items and members as and where shown on the drawings. 5. All steel closure members including sleeves, brackets, braces and anchorage devices as specified herein and required for support. 6. AIl metal flanges, sleeves, reinforcing, anchorage, as specified herein or required. 7. Steel bracing and anchorage devices as specified herein or required for support and fabrication. 8. Shop painting and field touch-up painting. 9. Steel PipeBollards. 1.02 - RELATED WORK A. Related work is specified and included in other sections of these specifications including: 1. Concrete: Division 3. 2. Masonry: Division 4. 3. Structural Steel: Division 5. 4. Carpentry: Division 6. 5. Doors and Frames: Division 8. 6. Door Hardware: Division 8. 7. Painting and Finishing: Division 9. 1.03 - DESIGN REQUIREMENTS A. ANSI - American National Standards Institute. B. OSHA - Occupational Safety & Health Act. C. ASTM - American Society for Testing o f Materials. SHAC Al-01 05500-2 10/31/0l 142/~ G~©UP SECTION 05500 - METAL FABRICATIONS D. ADAAG - Americans with Disabilities Act Guidelines. E. NYS Building Code. 1.04 - SUBMITTALS A. Submit complete shop and erection drawings for specially fabricated items. B. Submit complete descriptive data for all stock items. C. Submit test reports confirming that materials furnished meet those specified. D. Submit samples of welds, bends and finishes for all exposed and finished items. PART 2 - PRODUCTS 2.01 - MATERIALS A. Steel plates, angles, and other structural shapes shall conform to ASTM A36. B. Bolts and nuts shall conform to ASTM A325. C. Steel pipe shall conform to ASTM A501. D. Steel tubing shall conform to ASTM A500. L. Welds, Welding Metal: 1. Welding electrodes for manual shielded metal-arc xvelding shall conform to ASTM A233, E 60 or E 70 Series. Bare electrodes and granular flux used in the submerged-arc process shall conform to Section 1.17.3 or AISC Specifications for Structural Steel for Buildings, June 1, 1989. 2. Electrodes shall be suitable for the positions and other conditions of use as rec- ommended by AWS or the manufacturer. SHAC Al-01 05500-3 10/31/01 SECTION 05500 - METAL FABRICATIONS 2.02 - A. 2.03 - A. FABRICATION Fabricate steel items according to approved shop drawings and to applicable portions of AISC Specifications. Conceal welds where possible; grind exposed welds smooth and flush. SHOP PAINTING AND PROTECTIVE COATING Conform to Steel Structures Painting Council Specification 15-68T, Type 1, including preparation for painting. Hot-Dip galvanizing and zinc coatings applied on products fabricated from rolled, pressed, and forged steel shapes, plates, bars and strips shall comply with ASTM Specification A386-61T. The weight of coatings shall be as designed in Table I for the class and thickness of material to be coated. Galvanized surfaces for which a shop coat of paint is specified shall be chemically treated to provide a bond for the paint. Except for bolts and nuts, all galvanizing shall be done after fabrication. Ail exterior steel lintels and all exposed steel shapes to receive hot-dip galvanizing process. Field touch-up galvanizing as required. PART 3 ~ EXECUTION 3.01 - ERECTION A. Conform to AISC Specifications, Contract Documents and approved shop drawings. B. Set items straight, level, plumb and aligned with adjacent construction. 3.02 - INSTALLATION A. Install all items per manufacturers' instructions, ADA, OSHA and ANSI regulations, or per approved shop drawings. B. Prior to finishing, grind all welds smooth. Prime all welds. C. Furnish all flanges, brackets and fittings shown or required, including anchorage embedded devices. 3.03 - ERECTION TOLERANCES A. Maximum Variation from Plumb: 1/4 inch per story, non-cumulative. SHAC AI-01 05500-4 10/31/01 SECTION 05500 - METAL FABRICATIONS B. Maximum Offset from True Alignment and Elevation: I/4 inch. END OF SECTION SHAC Al-01 05500-5 10/31/01 I~M C?d<DLI ~ SECTION 06110- ROUGH CARPENTRY DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions ,~nd selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART I - GENERAL 1.01 - SECTION INCLUDES A. Miscellaneous framing, blocking, flirting and sheathing. B. Structural Insulated Roof and Wall Panels C. Sill gaskets and flashings. D. Treated wood members. E. Framing accessories. 1.02 - RELATED SECTIONS A. Section 06200: Finish Carpentry. B. Division 7: Roofing. C. Division 7: Flashing and Trim. D. Section 09150: Metal Stud Framing System. E. Section 09660: Resilient Tile Flooring and Base. SHAC Al-01 06110-1 11/30/01 I~ C[20U~ SECTION 06110 - ROUGH CARPENTRY F. Section 10155: Toilet Partitions. G. Section 10800: Toilet and Bath Accessories. H. Section 10520: Fire Extinguishers 1.03 - QUALITY ASSURANCE A. The inclusion of wood framing, blocking and sheathing materials in these specifications does not permit the contractor to assume that wood framing, blocking and sheathing is permitted for all or any locations. All construction materials must comply with the building fire resistance rating requirements of the New York State Fire Prevention and Building Code. Final selections for miscellaneous framing, blocking and sheathing materials must be made to comply with the quantities and permissible locations permitted by the buildings construction classification. B. Perform work in accordance with the following agencies: 1. Lumber Grading Agency: Certified by ALSC. 2. Plywood Grading Agency: Certified by APA. 3. Southern Pine Inspection Bureau (SPB). 4. Western Wood Products Association (WWPA). 5. American Wood Preserves Bureau (AWPB). 6. Building Oficials and Code Administrators (BOCA). C. Requirements of regulatory agencies. Comply with the following: 1. All lumber if permitted to be used is to be fire retardant treated. Fire retardant treated wood: Testing agency, UL label rating, acceptable to governing Building Officials. All lumber and pl./wood shall be grade-marked. In lieu of grade stamping exposed to view lumber and plywood, submit manufacturer's certificate under provisions of Section 01400 that products meet or exceed specified requirements. SHAC Al-01 06110-2 11/30/01 I-t~M CF~©U P SECTION 06110 - ROUGH CARPENTRY 4. Class "A" Fire rated roof sheathing shall comply with extended ASTM E-84, Factory Mutual Research Report J.I. IR9Q9.AC. 1.04 - REFERENCES A. ALSC - American Lumber Standards Committee: Softwood Lumber Standards. B. APA - American Plywood Association. C. APA/EWS - American Plywood Association - Engineered Wood Systems D. AWPA - (American Wood Preservers Association) CI - All Timber Products Preservative Treatment by Pressure Process. E. WWPA - Western Wood Products Association. F. Lumber Grading: l. Standard Grading and Dressing Rules No. 16, current edition, for Douglas Fir, Western Hemlock, West Red Cedar, White Fir, and Sitka Spruce, published by West Coast Lumber Inspection Bureau, or 2. "Current Grading Rules", issued by the Western Wood Products Association. G. ASTM D2559 - Adhesives for structural laminated wood products for use under exterior (wet use) exposure conditions. H. AITC - American Institute of Timber Construction I. Extended ASTM E84 Fire Test Method, Factory Mutual Research Report J.I. 1R9Q9. AC. J. BOCA: 2310.2: Fire Retardant Treated Wood (1993). K. ASTM C1177: L. L. ASTM E136 M. ASTM Ell9 SHAC Al-01 06110-3 11/30/01 Idem QF~OU P SECTION 06110 - ROUGH CARPENTRY 1.05 - SUBMITTALS A. Submit manufacturers certification under provisions of 01400 that products meet or exceed specified requirements. 1.06 - DELIVERY, STORAGE AND HANDLING A. Do not handle products in a manner which will damage, warp or distort products. B. Do not store products directly on the ground; protect from elements. 1.07 - WARRANTY A. Provide 30-year manufacturer's warranty for CCA treated wood. B. Provide five year manufacturers warranty for exterior grade sheathing. PART 2 - PRODUCTS 2.01 - MATERIALS - LUMBER AND FRAMING All lumber for blocking, plates and nailers located within a maximum distance of 18 inches from grade or in contact with masonry or concrete or for roof blocking shall be treated and be in accordance with AWPB Standards. All lumber shall be dried after treatment and have moisture content in each piece of 19% or less, or shall conform to the applicable grading standards for the species involved. All lumber sl-~all be grade marked. Lumber Grading Rules: WWPA. Structural Framing: Douglas Fir Larch species, No. l grade, 19 percent maximum moisture content or equivalent stress grade. Non-Structural Light Framing: Douglas Fir Larch species, No. 2 grade, 19 percent maximum moisture content or equivalent stress grade. Miscellaneous Framing: No. 2 species, 19 pement maximum moisture content or equivalent stress grade. All interior lumber to be used for flaming, blocking, furring shall be SPIB or WCLB treated with fire retardant to obtain flamespread rating of 25 or less when tested according to SHAC Al-01 06110-4 11/30/01 I~M G[~OL~P SECTION 06110 - ROUGH CARPENTRY ASTM E-84. Treat cuts, etc. as recommended by manufacturer of flame retardant matehals. Rough hardware, nails, screws, bolts, etc., for securing lumber in place shall be commemial quality, suitable type and finish for interior dry location, galvanized or nonferrous hardware for all exterior work. 2.02 - MATERIALS - SHEATHING Structural Insulated Panels (SIP) Walls: 4" nominal thickness, FRP laminated to EPS closed cell insulation board. EPS to be 1# pcf virgin foam. 5/16" Hardipanel, laminated to EPS with 3M fastbond 30 contact adhesive. Hardipanel to be primed and painted per Owner selection. Structural Insulated Panels (SIP) Roofi Batten Rib Roof Panel with a covered single rib lap design, 4" nominal thickness, with a minimum R value of 30. Face sheets of panels shall be minimum 22 ga. galvanized steel, grade c or better, hot dipped commercial quality, galvanized coating, designation G-90. Roof trim, batten caps and accessories shall be furnished by the panel manufacturer to match the gauge and finish of the panels. Exposed surfaces of panels are to have a factory applied Kynar 500 finish or equal. Color to be selected by Owner. Owner shall be provided with a minimum of (4) four different colors for selection. Plywood Sheathing: APA C-D Rated Sheathing; Structural I, Span Rating 40/20; Exposure Durability 1. D. All plywood shall comply with APA Standards and be of thickness indicated by designer. E. Moisture content of the plywood at the time of installation shall be less than 19 percent. 2.03 - FASTENERS Nails and Fasteners: Hot-dipped galvanized steel for exterior, high humidity and treated wood locations, unfinished steel elsewhere. Anchors: Toggle bolt type for anchorage to hollow masonry. Expansion shield and lag bolt type for anchorage to solid masonry or concrete. Bolt or ballistic fastener for anchorages to steel. Lumber to lumber: Cement coated or annular threaded nails of sufficient length to penetrate 1.25 inches into adjoining members, except as otherwise indicated. SHAC Al-01 06110-5 11/30/01 SECTION 06110 - ROUGH CARPENTRY D. Plywood to metal studs: 1 1/4" screw shank nails ~12" o.c. in each stud. E. Sheathing fasteners shall be installed in accordance with manufacturers written instructions. 2.04 - ACCESSORIES Construction Adhesive: Waterproof; air cured, rubber based, cartridge dispensed, Liquid Nail 601, manufactured by MACCO ADHESIVES, THE GLIDDEN COMPANY, or approved equal. B. Building Paper: No. 30 asphalt felt. C. Provide accessories to conform to manufacturer's installation recommendations. 2.05 - WOOD TREATMENT Fire-retardant treatment: 1. Treatment is required for all framing blocking and nailers. 2. Treat to flame spread rating of 25 or less and fuel contribution of 30 or less when tested in accordance with ASTM E84. Re-dry to maximum 19% moisture content. 3. Each piece of treated wood shall bear UL label of compliance. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing conditions under provisions of Section 01039. B. Verify that walls and other substrates are at the proper elevations and ready to receive work of this section. 3.02 - PREPARATION OF SURFACES A. Surfaces to receive new wood members shall be flee of all dirt, debris, and loose materials. Exposed surfaces shall be mechanically scraped if necessary, to remove projections. B. Surfaces shall have no free water present in any form (rain, dew, frost, snow or ice). SHAC Al-01 06110-6 11/30/01 Ifl~ G~OUP SECTION 06110 - ROUGH CARPENTRY C. Contractor is responsible to inspect all exposed surfaces to see that conditions are satisfactory for installation of new work 3.03 - INSTALLATION - SHEATHING A. Install telephone and electrical panel boards with 3/4 inch plywood sheathing material where required. Oversize the panel by 12 inches on all sides. B. Lumber or plywood to lumber (and to metal studs): 1. Nail spacing shall be maximum of 12 inches on center and staggered across face of piece. Fastener shall be located within three inches of each end of piece. 2. Nail heads shall be flush with wood surface and nail shall penetrate adjoining piece minimum 1.25 inches. 3. The installed withdrawal resistance shall be a minimum or 100 pounds per nail. 3.04 - TOLERANCES A. Framing Members: 1/4 inch (6 mm) from true position, maximum. 3.05 - WORKMANSHIP Perform entire work in accordance with the best standards of practice relating to the trade and carefully plan and lay out the work as required. Properly accommodate the work of other Trades. Accurately saw-cut and fit blocking into the respective locations, true to line, grade, and level, as indicated or required, and permanently secure in proper position with spikes, nails, lag screws, bolts, hangers, or other fastenings to make the work substantial and rigid in all pans and connections. 3.06-SCHEDULE Provide nailers, blocking, canting, curbs, furring, and reinforcement as called for in all other specified sections in accordance with all governing codes and in conformance with the requirements of this section. END OF SECTION SHAC Al-01 06110-7 11/30/01 I~/~ CI~OUP SECTION 06200 - FINISH CARPENTRY DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART I - GENERAL 1.01 - SECTION INCLUDES A. Includes furnishing and installation of non-custom manufactured items, window stools, closet shelving, closet rods and supports, trim work, and the installation of custom manufactured items including but not limited to gutters, leaders, casework, built-in items including all necessary mounting clips, etc., required for a complete installation. 1,02 - RELATED SECTIONS A. Section 06110: Rough Carpentry. B. Section 06220: Millwork. C. Section 07620: Sheet Metal Flashing and Trim. D. Section 07631: Scuppers, Downspouts and Gutters. E. Section 09900: Painting. 1.03 - REFERENCES A. ALSC - American Lumber Standards Committee. SHAC Al-01 06200-1 11/30/01 I~/_~ Qr~OUP SECTION 06200 - FINISH CARPENTRY B. APA - American Plywood Association. C. AWI- Amhitectural Wood Work Institute. 1.04 - SUBMITTALS A. Shop Drawings: Indicate materials, component profiles, fastening methods, jointing details and accessories. B. Samples: Submit two samples 12" long of shelving, rods, trim and window stool. 1.05 - DELIVERY, STORAGE AND HANDLING A. Deliver, store, protect and handle products as per manufacturer's instructions. B. Protect work from moisture damage. 1.06 - FIELD MEASUREMENTS A. Verify that field measurements are as indicated on shop drawings. PART 2 - PRODUCTS 2.01 - GENERAL All materials used in finished work shall be clear, free from cracks, checks, knots and other imperfections that may interfere with the proper completion of the work and, any warped or otherwise imperfect work shall be removed and replaced by parties responsible for same. B. Lumber Materials Softwood Lumber: Pine species, D select or better, maximum moisture content of 19%, 3/4 inch thickness. Window stools: Plastic laminate, thickness and profiles as shown on contract drawings or minimum 3/4" thick with built-up edge. D. Closet and Storage Shelving and Closet Rod: (all closets to receive closet rod and shelf): 1. AWI Quality Grade: Custom Grade. Storage closet shelving: Vinyl coated wire, shelf is to be provided with supports and is to be designed to carry a minimum of 40 lbs/sf 3. Coat Closet Shelving: 3/4" plywood with plastic laminate all sides. SHAC A 1-01 06200-2 11/30/01 tt~,~ C-~OUP SECTION 06200 - FINISH CARPENTRY Hardware: a. Flanges - Knape & Vogt Mfg. Co. No. 764 CHR-1-5/16" diameter. b. Tubing - Knape & Vogt Mfg. Co. No. 770 5 heavy duty, chrome look, o.d. 1-5/16" lengths up to 12'~0". c. Provide center tube support where closet rod lengths exceed 6'-0". PART 3 - EXECUTION 3.01 - WORKMANSHIP A. First grade workmanship. Finish woodwork free of chatter marks, tom grain short finish, splits, etc. Butt joints and exposed ends or edges of materials will not be permitted. B. Work shall be scribed and fit to other finished surfaces in a careful manner. Should other work be damaged or disturbed, it shall be made good at the expense of the Contractor. C. Verify all measurements, reinforcement and blocking at the building and examine all adjoining work on which work is dependent before beginning installation. D. Exposed surfaces shall be machine-sanded to an even, smooth surface, nails set, ready for finishing. All woodwork shall be dry, clean and smooth before any finishing materials are applied. All nail holes, cuts, cracks and other defects shall be treated so as to render them unnoticeable. 3.02 - INSTALLATION A. Set and secure finish carpentry items in place rigid, plumb, and square. B. Use purpose designed fixture attachments for mounted components. C. Carefully scribe finish carpentry items. D. Install hardware, fixtures, and accessories supplied under other Sections for installation. F. Install items in accordance with manufacturer's instructions; install wood to maximum possible length, cutting and splicing shall be unacceptable. G. Ensure that mechanical, plumbing and electrical items affecting this Section of work are properly placed, complete, and have been inspected by the Architect/Engineer prior to commencement of installation. 3.03 - PREPARATION FOR SITE FINISHING A. Prime and paint - refer to Section 09900. SHAC Al-01 06200-3 11/30/0 l Idem Qr~OUP SECTION 06200 - FINISH CARPENTRY B. Prime all surfaces and ends of wood trim. 3.04 - ERECTION TOLERANCES A. Maximum Variation from Tree Position: 1/16-inch. B. Maximum Offset from True Alignment with Abutting Materials: 1/32-inch. END OF SECTION SHAC Al-01 06200-4 11/30/01 I~M QF~OU P SECTION 06220 - MILLWORK DESIGN / BUILD SPECIFICATION The design/build teams are to fumish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set: forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. All millwork items including countertops and cabinetry. B. Treated wood members. C. Installation of all millwork. 1.02 - RELATED SECTIONS A. Finish carpentry, Section 06200. B. Painting and finishes, Section 09900. C. Mechanical and Plumbing, Division 15. D. Electrical, Division 16. 1.03 - ABBREVIATIONS A. A.S.T.M. - American Society for Testing and Materials. B. A.W.I. - Architectural Woodwork Institute. SHAC A 1-01 06220-1 10/31/01 SECTION 06220 - MILLWORK C. P.S. - Product Standards. D. F.S. - Federal Specifications. 1.04 - QUALITY ASSURANCE A. Standards 1. The "Quality Standards" of the Architectural Woodwork Institute shall apply and by reference are hereby made a part of this specification. Any reference to premium, custom or economy in this specification shall be as defined in the latest "Quality Standards". 1.05 - SUBMITTALS A. Submit complete shop drawings for all millwork items to be furnished by this Section. B. Millwork hardware. 1. Submit product data on all millwork hardware. 2. Submit two (2) samples of each different knob and pull, and alt other types of hardware. D. Submit: Laminate chain for color selection by Architect. 1.06 - ENVIRONMENTAL CONDITIONS A. Millwork items shall not be placed on the job site until building has dried out and 60°F minimum temperature is maintained. 1.07 - QUALITY ASSURANCE A. Company specializing in performing work of this section with a minimum of five (5 years documented experience. PART 2 - PRODUCTS 2.01 - MATERIALS A. Casework with High Pressure Laminate Finish 1. AWI Quality Grade: - Custom Grade. The adhesives used and their required characteristics shall conform to Test 100-G-11. SHAC A 1-01 06220-2 10/31/01 SECTION 06220 - MILLWORK 2. Construction details shall conform to flush overlay design. Exposed Surfaces: High pressure laminate shall be 1/16" thick. The back side (non-exposed surface when closed) of doors shall have 1/16" thick high pressure laminate. All shelves (open or in cabinets) shall have 1/16" thick high pressure laminate on the top, bottom and leading edge. Adjustable shelves shall have 1/16" thick high pressure laminate on all sides and edges. Semi-Exposed Surfaces: As governed by selected AWI quality grade except as follows: Edges of Base Cabinet Doors: All top, bottom and vertical edges shall have plastic laminate as used on front face of door. Edges of Wall Cabinet Doors: All top, bottom and vertical edges shall have plastic laminate as used on front face of door. The following conditions shall be adhered to for finishing the inside of wall and/or base cabinets and cabinets with drawers. (1) The insides (concealed portions) of the base and/or wall cabinets shall be sanded with a 100 grit sandpaper, one primed coat, and one top coat of alloy semi-gloss enamel. This procedure applies to cabinets with drawers as well. (2) The drawers to cabinets shall be finished as follows: [al The back face of drawers when in a closed position shall have a balancing sheet in plastic laminate, similar in color to the face side. The inside surface of the drawers shall be lined with a white drawer liner of plastic laminate. The outer surface of the body of the drawer shall be sanded with a 100 grit sandpaper, one prime coat and a topcoat of semi- gloss enamel. 5. Construct all millwork and cabinetry of ~A" plywood, premium grade A. C. Casework Doors: Doors 1-3/8" thick or thicker shall be solid core. Casework Hardware: All cabinet hardware shall be furnished and installed by the casework manufacturer. Hardware to be as follows: Drawer Slides - Grant Hardware Co., No. 336 length as required, and capacity of 75# per pair. Where greater carrying capacity is required for slides, similar quality shall be provided. 2. Shelf Standards and Brackets where indicated on drawings. SHAC A 1-01 06220-3 10/31/0I SECTION 06220 - MILLWORK For base or wall cabinets use Knape & Vogt Mfg. Co. No. 255NP Standards. Hinges: Two (2) hinges per door under 30" in height and a maximum of 24" in width and 3/4" thick. Hinges shall be concealed hinges with 175 degree opening. Manufacturer: Julius Blum Inc., Cabinet and Furniture Hardware Mfg., Phone: (800) 438-6788. Local Representative: Bradford Enterprises, Inc., Phone (901) 755-5899. 4. Catches: Stanley Magnetic Cabinet Catch No. 41, Finish US28, one per door. 5. Pulls: Stanley No. 4483, staple pull, finish US28. Locks: All drawers and doors shall receive locks and shall be Corbin No. 02067 with strikes as required No. 7S, finish for locks and strikes shall be US26D. Where double doors are concerned use Corbin g02067 with Ives No. 043 surface bolt, finish US26D. E. High Pressure Laminate Counter Tops: 1. AWI Quality Grade: Custom Grade. 2. Laminate Selection: 1/16" thick. F. Softwood Lumber: Clear pine, select, maximum moisture connect of 19%. G. All exposed framing and/or supports to be faced with plastic laminate. 2.02 - FACTORY FINISHING A. All casework shall be factory finished. B. All other nfillwork are to be finished items as indicated on the drawings. Type of finish as follows: See Section 09900, PAINTING, for type of paint required. a. All AWI requirements will govern: 1. Section 1500-G-I Competence 2. Section 1500-G-2 Finish Material 3. Section 1500-G-3 Sample Submission 4. Section 1500-G-4 Definition of Casework Areas 5. Section 1500-G-5 Finishing of Concealed Partitions. 6. Section 1500-G-6 FieldTouch-up SHAC A 1-0 ! 06220-4 10/31/01 SECTION 06220 - MILLWORK 7. Section 1500-1 Sanding Requirements 8. Section 1500-2 Treatment of Sapwood as specified under premium grade. 9. Section 1500-3 Finishing of Semi-Exposed Areas as specified under premium grades 10. Section 1500-4 Visual Tests applicable to exposed surfaces as covered under premium grades. PART 3 - EXECUTION 3.01 - INSTALLATION Doors and flames shall be set square, plumb, true to line and so that doors will operate without binding and according to AWI recommendations. Finish hardware shall be installed without injuring other work and so that hardware works exactly as intended. Cabinets and counters shall be set level, plumb, square and secure. Replace surfaces damaged during installation. END OF SECTION SHAC A 1-01 06220-5 10/31/01 SECTION 07200 - BUILDING INSULATION DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES B. C. D. D. E. 1.02 - A. B. C. E. Rigid thermal board insulation at building perimeter foundation. Rigid insulation in Structural hasulated Panels (SIPS). Batt insulation in all exterior walls with furring and/or framing. Acoustical insulation in all framed interior walls. Restraint wire for insulation (chicken wire). Core fill masonry units furnished and installed under section 04200. RELATED WORK Section 03001: Concrete Section 04200: Concrete Unit Masonry Section 06110: Rough Carpentry Section 09150: Metal Stud Framing SHAC A 1-01 07200-1 10/31/01 IdeM, CBOUP SECTION 07200 - BUILDING INSULATION G. 1.03 - A. B. C. D. E. 1.04 - A. 1.05 - A. B. Section 09250: Gypsum Drywall Division 15: Pipe and Duct Insulation REFERENCES NFPA 255 - Test of Surface Burning Characteristics of Building Materials. ASTM E84 - Test of Surface Burning Characteristics of Building Materials. UL 723 - Test of Surface Burning Characteristics of Building Materials. ASTM C655, Type 1. ASTM E136. SYSTEM DESCRIPTION Materials of This Section: Provide continuity of thermal barrier at building enclosure elements. SUBMITTALS Submit under provisions of Section 01300. Submit manufacturer product data and technical information for each product and installation. PART 2 - PRODUCTS 2.01 - MANUFACTURERS - INSULATION MATERIALS A. Rigid thermal insulation shall be equal to Styrofoam SM Brand Insulation as manufactured by the Dow Chemical Company having the following requirements: 1. The insulation shall be extruded in board form with natural skins on the board surfaces, closed-cell structure, and having no voids between cells. 2. Shall meet the following standard specifications: ASTM Properties Test Average Thermal Conductivity C518-70 185 C177-53 Flammability E84~70 25 SHAC Al-01 07200-2 10/31/01 I~A{ QJ~OUP SECTION 07200 - BUILDING INSULATION Moisture Resistance: ' Water Absorption, % by Volume Water Vapor Transmission C272-53 .02 Physical C355-64 0.6 Density (lb/cf) C303-56 2.1 Compressive Strength (psi), Perpendicular to Board Face '0.1" Deflection or Yield) 40 thermal Expansion (in/in/°F) D696-70 .00005 C1621-64 Maximum Operating Temperature For Continuous Use) °F 165 Thermal Batt shall be in conformance with the following: 1. Fiberglass type Batts shall be in conformance xvith ASTM C518, ASTM E84, and ASTM E96, and ASTM C665, Type I and ASTM E136. 2. Bart insulation shall be manufactured by Owens-Corning or approved equal and shall have factory applied vapor retarder. Batt insulation shall be as indicated on drawings or if no thickness provided insulation shall be the maximum thickness permitted by cavity/void. Minimum R19 in walls and R30 above ceiling. C. Acoustical Insulation 1. 3 72" sound attenuation batt as manufactured by Owens coming. 2. Or approved equal. Semi-rigid fiberglass or mineral fiber battens, density 1.5 lbs/cu, ft. unfaced, ASTM E4, flame/smoke rating 15/15/0. PART 3.01 - A. B. 3.02 - A. B. 3 - EXECUTION EXAMINATION Verify site conditions under provisions of Section 01039. Verify that substrate, adjacent materials, and insulation are dry and clean and are ready to receive insulation. INSTALLATION - GENERAL Install insulation in accordance with manufacturer's instructions. Install in exterior walls, roof, and ceiling spaces without gaps or voids. Do not compress insulation. SHAC A 1-01 07200-3 10/31/01 I~ G~OUD SECTION 07200 - BUILDING INSULATION C. Trim insulation neatly to tit spaces. Insulate miscellaneous gaps and voids. D. Fit insulation tight in spaces and tight to exterior side of mechanical and electrical services within the plane of insulation. E. Install insulation that is specified with factory applied vapor retarder with the vapor retarder membrane facing warm side of building spaces. Lap or tape ends, tears, cuts, and side flanges of membranes. F. Install restraint wire to keep insulation in place as necessary. G. Repair damaged or defective wall areas that may interfere with installation of insulation. 3.03 - FOUNDATION INSULATION INSTALLATION A. Install Rigid Board square edge insulation at interior of concrete foundation and 2'-0" around perimeter of interior spaces below slabs, in accordance with manufacturer's guidelines. B. Apply adhesive to adhere insulation in place against concrete block or concrete walls. C. Coordinate installation of rigid insulation with other trades. D. Fit insulation tight in spaces and tight to exterior of mechanical and electrical services within the plane of insulation. E. Repair damaged or defective wall areas that may interfere with installation of insulation. 3.04 - BATT INSULATION INSTALLATION A. Install thermal Bart insulation in thicknesses shown and locations shown on drawings, and in accordance with manufacturers guidelines. B. Install sound attenuation batt as indicated on drawings and in accordance with manufacturers guidelines. Fit insulation tight to adjacent surface and secure in place. C. Install galvanized chicken wire as required at locations requiring insulation restraint. 3.05 - CLEAN-UP A. Remove all rubbish accumulated in connection with this Section. B. Replace any materials damaged by installation of materials associated with this section. END OF SECTION SHAC Al-01 07200-4 10/31/01 SECTION 07270 - FIRESTOPPING DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion ora specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Provide through penetration firestopping in accordance with the Contract Documents. The work of this section shall include, but not be limited to, the following: Provide firestopping at all openings in floors and fire rated walls and partitions to prevent the passage of fire, smoke or toxic gases and to maintain required fire ratings. Provide firestopping at all HVAC, plumbing and electrical duct and pipe penetrations in floors, and fire-rated walls and partitions, to prevent the passage of fire, smoke or toxic gases. C. Related Sections: 1. Section 03001 - Concrete. 2. Section 04200- Concrete Unit Masonry. 3. Section 07900- Joint Sealers. 4. Section 09250 - Gypsum Drywall. 5. Divisions 15 & 16 - Mechanical, Plumbing and Electrical work. SHAC Al-01 07270-1 10/31/01 l~/M c-r~ouD SECTION 07270 - FIRESTOPPING 1.02 - A. 1.03 - A. C. D. E. 1.04 - A. 1.05 - A. B. QUALITY ASSURANCE Qualifications: The work of this section shall be performed by a qualified and experienced installer, acceptable to the Architect/Engineer. The term "installer", as used herein shall mean a firm of established reputation; which has been trained by the manufacturer in the proper installation of tire sating material and which is regularly engaged in, and maintains a regular force of workers skilled in the installation of fire sating material of the type specified. REFERENCES Codes and Regulations: Comply with applicable regulations of governmental authorities having jurisdiction. ASTM E 119, Method for Fire Tests of Building Construction and Materials. ASTM E814, Fire Tests of Through Penetration. U.L. 1479, Standards for Fire Tests of Through Penetration Firestops. Factory Mutual Systems. SUBMITTALS Shop Drawings: Shop drawings shall indicate the locations and types of the various tim sating material to be used throughout the building, and material and methods of installation of damming for the various floor, wall and ceiling construction. Details of damming shall be large scale and shall indicate material and methods of installation. Product Data: Submit manufacturer's technical data and installation instructions. Test Reports: Submit copies of test reports, by an independent testing laboratory, indicating that the fire safing material complies with the specified requirements. FIELD QUALITY CONTROL Section 01400 - Quality Control: field inspection and testing. Tests for thickness and density of applied material shall be performed by an independent testing agency. Where test results are unsatisfactory in sample areas, additional tests in other areas may be made. Such further testing, if required, shall be by the same testing agency but shall be paid for by the installer. C. Independent Testing Agency will: 1. Inspect the installed firestopping after application and curing for integrity, prior to its concealment. SHAC A 1-01 07270-2 10/31/01 I~M, CROUP SECTION 07270 - FIRESTOPPING 2. Ensure that actual thicknesses, densities, and bond strengths meet requirements for specified ratings. 3. Re-inspect the installed firestopping for integrity of fire protection, after installation of subsequent work. 4. Provide written certification to the Architect, indicating installation meets or exceeds requirements of contract documents. 1.06- WARRANTY A. Provide standard manufacturer's warranty on material composition and resistance to breakdown. PART 2 - PRODUCTS 2.01 - FIRE RESISTANT SILICONE FOAM Acceptable materials am DOW CORNING Silicone RTV Foam, Chase-Foam CTCPR- 855 by CHASE TECHNOLOGY CORP., Pensil RTV 851 by GENERAL ELECTRIC, or approved equal. Foam sealant shall conform to the required fire rating in accordance with the requirements of ASTM El 19, with a flamespread rating of 15 in accordance with ASTM E84. Foam sealant shall also conform to UL Standard 1479: "Standards for Fire Tests of Through Penetration Firestops". The foam sealant shall provide a fire resistance equal to the construction into which it is installed; in accordance with "Through Penetration Firestop Systems (XHEZ)" in the Underwriters Laboratories "Building Materials Directory". D. Dams: Provide dams as recommended by the manufacturer, as required for proper installation and for required fire rating. 2.02 - MINERAL FIBER FIRE SAFING INSULATION Provide insulation as manufactured by USG INTERIORS, INC. Product "Thermafiber Sating", CAFCO INDUSTRIES LTD., FIBREX INC. or approved equal. Density shall be 4 pcf with thickness to suit condition. B. Provide 20 gauge minimum metal plate where required for fire sating support to comply with fire ratings. C. Do not use fibrous sating insulation unless it is in conjunction with a compatible smoke seal as specified herein. SHAC Al-01 07270-3 10/31/01 Id~,~ Gr~oup SECTION 07270 - FIRESTOPPING 2.03 - A. 2.04 - A. 2.05 - A. 2.06 - A. 2.07 - A. MINERAL WOOL Loose mineral wool, rated noncombustible when tested according to ASTM E 136, free of asbestos and glass fiber, and suitable for stuffing into metal deck flutes to an in place density of 6 to 12 pcf. FIRESTOPPING SEALANT Provide a silicone firestop sealant classified for both flame and temperature ratings under ASTM E814. Acceptable materials are USG INTERIORS "Smoke Seal Compound", DOW CORNING "Firestop Sealant", BIO FIRESHIELD "Biotherm", 3M "Fire-Barrier Caulk", GENERAL ELECTRIC "RTV 7403" or approved equal. FIRESTOPPING MORTAR Provide Portland cement/fly ash mortar with an air dried density of 50 to 55 pounds per cu.ft. Mortar shall be classified for both flame and temperature ratings under ASTM E814. Acceptable materials are BIO FIRESHIELD "Novasit K-10" or approved equal. PREFORMED PIPE SEALS Provide preformed intumescent collars classified for both flame and temperature under ASTM E814. Acceptable materials are BIO FIRESHIELD "Firestop Collars", 3M "Wrap/Strip FS 195" or approved equal. ACCESSORIES Provide anchorage assemblies complying with U.L. designs and other components and accessories as needed. PART 3 - EXECUTION 3.01 - DELIVERY AND STORAGE Deliver material and products in unopened packages and containers, clearly indicating name of manufacturer and U.L. labeling. Store and handle in strict compliance with manufacturer's instructions and recommendations. Protect from damage. Protect material from freezing or overheating in accordance with manufacturer's instructions. SHAC A 1-01 07270-4 10/31/01 I~/M (~ F~OU P SECTION 07270 - FIRESTOPPING 3.02 - A. 3.03 - A. D. 3.04- A. B. 3.05 - A. INSPECTION Examine all surfaces to which the firestopping materials are to be applied, and notify the Architect/Engineer in writing of any conditions detrimental to the proper and expeditious installation of the work. Starting of work within an area shall be construed as acceptance of the conditions of that area. Thoroughly clean all surfaces to receive firestopping material to eliminate mill scale, dirt, grime, oil, grease, dust, loose rust or paint, and all other foreign material. Cleaning shall be accomplished just prior to application of firestopping material. INSTALLATION (GENERAL) Material and equipment shall be as approved by the manufacturer. Application procedures shall be in strict accordance with the manufacturer*s directions and specifications. Only experienced, skilled mechanics approved by the material manufacturer shall be allowed to place the material. Provide firestopping material at thicknesses as required to provide indicated ratings. Where not otherwise indicated, comply with U.L. standard designs. In multiple layer work, offset joints by at least 6 inches. Anchor firestopping using manufacturer's recommended system and in compliance with U.L. standard designs. Install firestopping without gaps and voids of any kind. Do not use damaged materials. Remove and replace nonfitting or disturbed work. MINERAL SAFING INSULATION Use mineral sating insulation at top of fire-rated partitions at underside of metal deck to provide complete fire-rated seal. Mineral sating insulation must be used in conjunction with a sealant or foam firestop to ensure a continuous smoke seal. FIRESTOPPING SEALANT Use firestopping sealant at narrow joints at fire-rated floor and wall penetrations, and at penetrations subject to vibration or movement. Typical penetrations requiring sealant are plumbing and HVAC piping, electric conduit and ductwork. Where openings are large enough, use mineral safing insulation in thicknesses required to dam the joint, and apply 1/2 inch minimum depth of sealant, or as required to achieve the rated assembly. SHAC A 1-01 07270-5 10/31/01 SECTION 07270 - FIRESTOPPING 3.06 - A. 3.07 - A. 3.08 - A. 3.09 - A. 3.10 - A. FOAM-IN-PLACE FIRESTOPPING Apply foam-in-place firestopping material in depths required to meet the fire ratings indicated or required by U.L. standards. Provide clips or other approved means to contain the foam-in-place material which will enable the foam to solidly fill the areas intended. Mixing and application shall be in strict accordance with the manufacturer's written instructions. Foam firestopping may be used in lieu of sealant or mortar material at the Contractor's option, provided details conform to manufacturer's recommendations for maintaining the integrity of the assembly in question. FIRESTOPPING MORTAR Mortar may be used to firestop all large, nonmoving openings in fire-rated assemblies, including multiple openings in floor slabs. Mix mortar with clean water in accordance with the manufacturer's printed instructions. Wet all surfaces with water prior to application of mortar. Apply by hand or pump and vibrate in penetrations to prevent voids from forming. Do not apply mortar if ambient or substrate temperature is below 35°F during the 24 hour period before application. PREFORMED PIPE SEALS Use preformed pipe seals for firestopping nonmetallic pipes or conduit penetrating rated assemblies. Preformed collars may be surface mounted or embedded in firestop mortar as space permits to seal PVC or ABS pipe penetrations. Size selection and installation shall be in strict accordance with manufacturer's written instructions. FIELD QUALITY CONTROL Coordinate installation of firestopping work with other work to minimize cutting and removal of installed firestopping. As work of other trades is completed, review firestopping work and repair or replace work which has been damaged or removed. Inspections will be performed to verify compliance with requirements. CLEANING AND PROTECTION Upon completion of the work, remove all unused materials from the site. Clean floors, walls and other adjacent surfaces that are stained, marred or otherwise damaged by this work. Leave all work and the adjacent areas in a clean condition. Protect all completed work from damage, by methods recommended by the manufacturer of installed material. SHAC A I-01 07270-6 10/31/01 I-]~_,~ GBOUP SECTION 07270 - FIRESTOPPING 3.11 - SYSTEMS AND APPLICATION SCHEDULE CONSTRUCTION CONDITION UL DESIGNATION A. Metal Pipe or Conduit Through Round Opening 220,221,223 316,400,425 B. Insulated Metal Pipe Through RoundOpening 301,310, 402,403 C. Metal Pipes or Conduits 399 Through Large Openings D. Cables Through Opening 222, 224, 307,425 E. Nonmetallic (Plastic) Pipe or Conduit through Opening 300 F. Metal Pipe or Conduit Through Gypsum Board Wall 425 Nonmetallic (Plastic) Pipe or Conduit Through Gypsum Board Wall 226, 227, 228, 312 H. Cables Through Gypsum 425 Board Wall I. Mixed Penetrating Items 218,219 J. 1. Ductwork Insulated 301 2. Through Gypsum Board Wall in 227, 313 Sleeve Opening K. 1. Ductwork 218.219 2. 2 Hr Gypsum Wall 312 Provide additional UL designations as required to achieve firestopping ratings equal to or greater than assembly penetration. END OF SECTION SHAC Al-01 07270-7 10/31/01 ld~/~t C~F~OU~ SECTION 07460 - FIBER REINFORCED CEMENTITIOUS SIDING PLANKS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Fiber-cement siding, trim boards and accessories where indicated. 1.02 - RELATED SECTIONS A. Section 06110: Rough Carpentry B. Section 09150: Metal Stud Framing System C. Section 07200: Building Insulation D. Section 09900: Painting 1.03 - SUBMITTALS A. Provide three material samples representing the texture specified in the contract documents, each approximately 8" square. B. Provide three copies of specifications, installation guidelines and any other pertinent manufacturer's literature. SHAC Al-01 07460-1 10/31/01 I~ GI~©UP SECTION 07460 - FIBER REINFORCED CEMENTITIOUS SIDING PLANKS 1.04 - STORAGE AND HANDLING Siding materials shall be stored on a flat and level surface. Store materials under cover and protected from the weather until installation. If siding should become wet allow it to dry thoroughly before installing to prevent damage. B. Care should be taken to protect siding from shipping and site damage. PART 2 - PRODUCTS 2.01 - MANUFACTURERS - FIBER REINFORCED CEMENTITIOUS PLANKS A. CEMPLANK Fiber-Cement Siding materials shall be as supplied by: Cemplank, Inc.; June Road, PO Box 99; Excelsior Industrial Park; Blandon, PA 19510, or equal. B. HARDIPLANK C. For further requirements of"or equal" substitutions see Section 01300. 2.02 - MATERIALS A. Fiber-cement siding shall comply with ASTM C1186 as Grade II, Type A fiber-cement sheet. 1. Additionally, siding shall exhibit the following physical and mechanical properties: a) Average Dry Density of 80 pcf b) Average Moisture content at equilibrium of 5% of dry weight c) Thermal Conductivity (k-factor) of 2.4 Btu-in/hr-ft2-°F d) Average Modulus of Elasticity in bending of 750 kpsi e) Non-Combustible in accordance with ASTM E-136 f) Flame Spread Index of"0" and Smoke Generation Number of"0" in accordance with ASTM E-84 B. Fiber-cement trim shall comply with ASTM CI 186 as Grade II, Type A fiber-cement sheet. l. Trim shall be 7/16" thick Traditional Cedar pattern, 5-1/2 inches wide and 12 feet long. 2. Additionally, Cemtrim shall exhibit the following physical and mechanical properties: SHAC A 1-01 07460-2 10/31/01 SECTION 07460 - FIBER REINFORCED CEMENTITIOUS SIDING PLANKS 2.03 - A. B. C. D. E. F. a) Average Dry Density of 80 pcf b) Average Moisture content at equilibrium of 5% of dry weight c) Thermal Conductivity (k- factor) o f 2.4 Btu-in/hr-ft2-&°F d) Average Modulus of Elasticity in bending of 750 kpsi e) Non-Combustible in accordance with ASTM E-136 f) Flame Spread Index of "0" and Smoke Generation Number of"0" in accordance with ASTM E-84 FASTENERS For wood sub-wall, Blind fastening: Roofing Nails with minimum 11 Ga shank and 0.390" head diameters, minimum I-1/4" long. For wood sub-wall, Face fastening: Siding Nails with minimum 0.090 shank and 0.219" head diameters, minimum 1-1/2" long. For steel sub-wall, Blind or face fastening: #8-18 ribbed bugle head screws with Type A, S point and minimum 0.319" head, 1-1/2" long. NOTE: When a specified level of wind resistance or shear load resistance is required refer to NER-456 for specific fasteners and fastener locations. All fasteners to be corrosion resistant. PART 3 ~ EXECUTION 3.01 - PREPARATION A. Verify existing site conditions under provisions of Section 01039. B. Ensure sub-wall is straight and flat within 1/8" in 10'. C. Maximum space between structural members is 16" without sheathing, 24" with sheathing. D. Provide a Building Code compliant weather-resistant barrier before installation of planking. E. Ensure all required flashing is in place and in serviceable condition. SHAC A 1-01 07460-3 10/31/01 l~M GF-~OUP SECTION 07460 - FIBER REINFORCED CEMENTITIOUS SIDING PLANKS 3.02 - INSTALLATION - TRIM A. Fasten through trim into building structure. B. Maximum distance between fasteners is 12", staggered across trim width. Target fastener set-back is 1" from edges and ends of trim. C. Fasteners shall be flush, do not overdrive. Protect over-driven fasteners from the weather and compliment with a second fastener, properly installed. D. Seal all cut ends with masonry compatible sealer. E. Where 7/16" trim is installed over plank lap siding: 1. Shim as required to give the trim a "flat" bearing surface. 2. Locate fasteners where the back of the trim is in contact xvith plank or shim. F. Maintain specified clearances to finished grade and other horizontal surfaces. 3.03 - INSTALLATION - PLANK A. Fasten through plank into building structure. Fasteners should be set-back minimum 3/8" from ends of planks, 1" down from the top edge for "blind fastening," and 7/8" up from the bottom for "face fastening." B. Fasteners shall be flush, do not overdrive. Protect over-driven fasteners from the weather and compliment with a second fastener, properly installed. C. Start by leveling and installing a 2" wide by 1/4" thick starter-strip, fasten into mudsitl. D. Install the bottom course of plank overlapping the bottom of the starter-strip by 1/8". Allow a I/8" gap wherever plank abuts trim, fill gap with caulk before painting. Plan alt butt joints between two planks to fall on building structure (studs). Butt Joints between planks shall be caulked or back-flashed to divert water onto the "lower course" of plank. Always fasten from one end to the other, not from both ends toward the middle. E. Install second course of plank overlapping the top of the first course by at least 1-1/4". Stagger butt joints from those in the lower course. F. Continue in this manner to cover the wall. G. Maintain specified clearances to finished grade and other horizontal surfaces. 3.04 - FINISHING A. Paint raw board with one coat of water based alkaline resistant acrylic latex primer, followed with minimum one coat of top quality exterior grade water based 100% acrylic SHAC A i-01 07460-4 10/31/01 I~ Cd~OUP SECTION 07460 - FIBER REINFORCED CEMENTITIOUS SIDING PLANKS latex paint. Apply all paints in strict accordance with the paint manufacturer's written instructions, either before or within 90 days of siding installation. 3.05 - FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01400. 3.07 - PROTECTION A. Protect finished work under provisions of Section 01500. C. Replace any shingles damaged during the course of the work at no additional cost to the Owner. END OF SECTION SHAC Al-01 07460-5 10/31/01 l~ QROUn SECTION 07620 - FLASHING & TRIM DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selectiou for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1.01- A. C. D. E. 1.02 - A. B. C. D. E. 1 - GENERAL SECTION INCLUDES Sheet metal roof flashing, flashing sleeves, and collars at mechanical, electrical and plumbing items which extend through the roof surface. Flashing accessories. Fastening hardware such as nails, screws, reglet wedge blocks, etc. Sheet metal capping over exterior gypsum board sheathing. Aluminum soffits. RELATED SECTIONS Section 04200: Concrete Unit Masonry. Section 05500: Metal Fabrications. Section 06110: Rough Carpentry. Division 7: Roofing. Section 07900: Caulking and Sealants. SHAC A 1-01 07620-1 10/31/01 I~M C~©UP SECTION 07620 - FLASHING & TRIM G. 1.03 - A. 1.04 - A. B. 1.05 - A. B. 1.06 - A. B. 1.07 - A. Division 15: Mechanical and Plumbing. Division 16: Electrical. SUBMITTALS Shop Drawings: Submit shop drawings for all flashing and trim. Submitted shop drawings shall include, but shall not be limited to the following: 1. Dimensioned drawings of all metal flashing at roof penetrations and at changes and terminations of roofing. Indicate proposed material, gauge and accessories. Samples: Submit two color sample charts of soffit panels and trim for approval. Submit two samples 12" x 12" of soffit panel and trim and each type and gauge flashing to be installed. QUALITY ASSURANCE Employ skilled and experienced installer for all installations. Contractors shall provide all flashings, boots and curbs as required for their work which is to pass through roof. Contract G shall make all penetrations and install all roof flashings. DELIVERY, STORAGE AND PROTECTION Section 01600 - Material and Equipment: Transport, handle, store and protect. Stack material to prevent twisting, bending, and abrasion. Slope metal sheets to ensure drainage. Prevent contact with materials which may cause discoloration or staining. PROJECT CONDITIONS Section 01039 - Coordination and Meetings. Coordinate with the work of Sections 05500 Metal Fabrications, 06110 Rough Carpentry, Division 7 Roofing, and Divisions 15 and 16 for installing flashing. GENERAL REQUIREMENTS Proper Surfaces: Surfaces to which roofing and flashings are to be applied shall be even, smooth, sound, thoroughly clean and dry, and free from all defects that might affect the application. Report any unsatisfactory surfaces to Architect/Engineer in writing, prior to commencing work. SHAC A 1-01 07620-2 10/31/01 I~/a4 Qr~ouP SECTION 07620 - FLASHING & TRIM Accessories: All accessories or other items essential to the completeness of the metal flashing installation, though not specified, shall be provided. All such items, unless otherwise indicated on drawings or specified, shall be of same material as the item to which applied. Nails, screws and bolts shall be of the types best suited for the purpose intended and shall be of a composition that is compatible with the metal to which it will contact. Dissimilar Materials: Where materials come in contact with dissimilar metals, an insulating paint or tape shall be applied between the dissimilar metals to prevent electrolytic action between the two materials. Workmanship: Except as otherwise indicated on drawings or specified, the workmanship of metal flashing work, method of forming joints, anchoring, cleating, provisions for expansion, etc. shall conform to the standard details and recommendations of the following: 1. The Aluminum Association. 2. Federal Specifications. 3. ASTM. 4. Architectural Sheet Metal Manual, latest edition as published by the Sheet Metal and Air Conditioning Contractors National Association, Inc. PART 2 - PRODUCTS 2.01 - MATERIALS A. Sheet metal boots, thru wall metal flashing and flashing associated with electrical, mechanical and plumbing items: Sheet metal shall be galvanized steel meeting Federal Specification QQ~S-775, Type I, Class C, 24 gauge minimum or as indicated on drawings or .032 inch thick mill finish aluminum. 2. Solder sheet shall meet Federal Specification QQ-S-571. 3. All nails, screws, and other fastening devices shall be of proper size and material in strict accordance with best trade practice. B. All other flashing, counter flashing, and flashings associated with mechanical, electrical and plumbing items and material for trim capping. 1. Material: ASTM B209, .04 inch thickness. Provide proper size material to cap scheduled items. a. Mill finish ~:or all concealed flashing. SHAC A 1-01 07620-3 10/31/01 I~,~ ,G[2OL~ P SECTION 07620 - FLASHING & TRIM 2.02 - A. B. 2.03 - A. B. C. b. Color and finish as selected by Architect for exposed flashing and capping. C. Soffit Panel: 1. Manufactured by ATAS or approved equal, 2. .032 Aluminum or vinyl. 3. Color to be selected 4. Texture: Smooth. 5. Accessories: Same color and finish as panel. Provide all required accessories and support for a complete and proper installation. 5. Provide ventilated panels at ends/edges of soffits (typical). E. Nails for fastening aluminum sheet metal work shall be made of aluminum alloys 6062 or 5056 meeting Federal Specification FF-N-105, Type 2, Style 20. Screws, bolts and nuts for fastening aluminum sheet metal work shall be made of aluminum alloys 6061-T6. Washers of similar material shall be used to prevent tearing of sheet metal. ACCESSORIES Sealant: Specified in Section 07900 - Joint Sealers. Slip Sheet: Resin paper. FABRICATION Form sections true to shape, accurate in size, square and free from distortion or defects. Fabricate cleats, interlockable with sheet. Form pieces in longest possible lengths, 12 feet minimum at exposed locations, in single- length sheets. Short lengths or splices will be unacceptable. D. Hem exposed edges on underside 1/4 inch; miter and seam corners. E. Fabricate vertical faces with bottom edge formed outward 1/4 inch and hemmed to form drip. F. Form corners from one piece with 18" minimum legs. Solder joints. PART 3.01 - A. 3-EXECUTION FABRICATION All metal flashing and trim work shall be fabricated in strict accordance with the detailed drawings and with best trade practices. Ends of fabricated sheets shall be fastened to make joints watertight and still provide for expansion and contraction. Lines and angles shall be sharp and true. Plane surfaces shall be free from waves and buckles. Seams shall be watertight. No oil canning will be permitted in finished work. SHAC A 1-01 07620-4 10/31/01 I~M SECTION 07620 - FLASHING & TRIM 3.02 - A. 3.03 - A. 3.04 - A. 3.05- A. 3.06 - A. 3.07 - A. EXAMINATION Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. Verify roof openings, curbs, pipes, sleeves, ducts and vents through roof are solidly set, reglets in place, and nailing strips located. Verify roofing termination and base flashings are in place, sealed, and secure. CONDITION OF SURFACES Inspect all surfaces to which metal, flashings, or metal accessories are to be installed. Do not install metal work unless such surfaces are sound, dry, clean and free of defects which might be deleterious to the metal work. Report any unacceptable conditions to the ArehitectJEngineer in writing before commencing work. DELIVERY AND STORAGE Delivery of materials to the site shall be made in unopened cartons with the name of the manufacturer clearly visible on the carton. Materials shall be stored in a safe, dry place. INSTALLATION All flashing shall be installed in strict accordance with trade practices. Completed installation shall be true to line with shapes undistorted, not damaged, and with properly shaped angles. Provide expansion joints and other means for relieving stresses from expansion and contraction of the material. Flashing set into masonry shall be sealed with mortar. Tool joints tight and smooth. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. Seal joints watertight. ERECTION TOLERANCES Maximum Variation from Alignment: l/8 inch. GUARANTEE All materials and workmanship provided by this section shall be guaranteed free of defects for a period of two (2) years from date of acceptance. Any defects arising within this period shall be promptly corrected without additional cost to the Owner. END OF SECTION SHAC A 1-01 07620-5 10/31/01 l~/M sr~ouP SECTION 07631 - GUTTERS AND DOWNSPOUTS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set: forth in this section. PART I - GENERAL 1.01 - SECTION INCLUDES A. Gutters and downspouts. B. Accessories. 1.02 - RELATED SECTIONS A. Section 06200 - Finish Carpentry. B. Section 07620 - Flashing and Trim. C. Division 7-Roofing. 1.03 - REFERENCES A. ASTM B32 ~ Solder Metal. B. ASTM B209 - Aluminum and Aluminum Alloy Sheet and Plate. C. SMACNA - Architectural Sheet Metal Manual. 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. SHAC Al-01 07631-1 11/30/01 SECTION 07631 - GUTTERS AND DOWNSPOUTS B. Product Data: Provide data on prefabricated components. C. Shop Drawings: Indicate locations, configurations, jointing methods, fastening methods and installation details. 1.05 - REGULATORY REQUIREMENTS A. Conform to applicable code(s) for size and method of rain water discharge. 1.06 - DELIVERY, STORAGE AND HANDLING A. Deliver, store, protect and handle products to site under provisions of Section 01600. B. Stack preformed and prefinished material to prevent twisting, bending or abrasion, and to provide ventilation. Slope to drain. C. Prevent contact with materials during storage which may cause discoloration, staining or damage. 1.07 - COORDINATION A. Coordinate work under provisions of Section 01039. B. Coordinate the work with roof drains or drain pipe inlets. PART 2 - PRODUCTS 2.01 - MATERIALS A. Aluminum Gutter for ASTM B209, 3003 alloy, H14 temper, 0.032 inch, shop finished kynar 500 fluoropolymer paint coating color to be approved by the Owner. 2.02 - COMPONENTS A. Aluminum ASTM B209, 3003 Alloy, HI4 temper, 0.032 inch thick. 2.02 - COMPONENTS A. Gutters and Leaders: Aluminum. Sized as required to provide proper capacities. 2.03 - ACCESSORIES B. C. D. SHAC Al-01 11/30/01 Leaf Screen: Aluminum, sized to fit scupper opening. Splash block: Precast Concrete (at all leaders). Protective Backing Paint; Bituminous. Anchorage Devices: Type recommended by fabricator. 07631-2 I~;/M GP. OU P SECTION 07631 - GUTTERS AND DOWNSPOUTS E. Gutter Supports: Spikes and ferrules. F. Dmvnspout Supports: Straps. G. End Caps, Elbows: Fabricate to gutter profile. H. Fasteners: Aluminum finish exposed fasteners same as flashing metal. 2.04- FABRICATION Form gutters and leader to profiles and sizes indicated in accordance with approved shop drawings. Fabricate with required connection pieces. Form sections square, true and accurate in size, in maximum possible lengths, free of distortion or defects detrimental to appearance or performance. Design for expansion at joints. D. Hem exposed edges of metal. E. Solder shop formed metal joints. After soldering, remove flux. joints clean. Weather seal joints. 2.05 - FINISHES A. Wipe and wash solder Apply bituminous protective backing on surfaces in contact with dissimilar materials. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify existing conditions under provisions of Section 01039. B. Verify that surfaces are ready to receive work. 3.02 - INSTALLATION A. Install gutters and leaders and accessories in accordance with manufacturer's instructions and approved shop drawings. B. Seal metal joints watertight. END OF SECTION SHAC Al-01 07631-3 11/30/01 SECTION 07810 - SKYLIGHT UNITS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1.01 - A. 1.02 - A. B. C. 1.03 - A. 1.04 - A. 1 - GENERAL SECTION INCLUDES Skylights, curb and all related accessories. RELATED SECTIONS Metal Fabrications: Section 05500. Caulking and Sealants: Section 07900. Rough Carpentry: Section 06110. SUBMITTALS Submit complete shop drawings, installation details and manufacturer's descriptive information. COORDINATION Coordination of fabrication of skylight with rough framing opening and thickness of finish materials. SHAC Al-01 07810-1 11/30/01 1~4, GF~OU P SECTION 07810 - SKYLIGHT UNITS 1.05 - WARRANTY A. 5-year manufacturer's warranty against defects in material and workmanship. B. The Contractor shall provide a 5-year warranty against leaks and defective installation. PART 2 - PRODUCTS 2.01 - MANUFACTURERS A. Solar Industries, Inc. - Skyview Series - ASF Model, acrylicic dome, sizes as indicated. B. Or approved equal. 2.02 - MATERIALS A. Skylights shall be self flashing, formed entirely of acrylic with a 3" flange. Skylights shall be constructed to support a minimum uniform 30 PSF live load. Glaze: 1. 2. 3. Thickness: 1/4" min. outer surface, sufficient to support 30 psfi Clear acrylic (94% light transmission) on outer, middle and inner domes. Smoke development rating 75 and under. PART 3 - EXECUTION 3.01 - PREPARATION A. Lay out work according to drawings and approved shop drawings. Coordinate skylight placement with Owner. 3.02 - INSTALLATION B. C. 3.03 - TOLERANCES SHAC Al-01 11/30/01 Install skylights level, square and according to manufacturer's printed instructions. Coordinate with installation of fasteners and flashing. Install secure and watertight. Install concealed fasteners or tamper-resistant fasteners. 07810-2 Id~/~ GqOUP SECTION 07810 - SKYLIGHT UNITS A. Maximum Variation from Plane: 1/8 inch. B. Alignment of Two Adjoining Members Abutting Plane: Within 0.015 inches. 3.04 - CLEANING A. Remove protective material from prefinished surfaces. B. Wash down exposed surfaces; wipe surfaces clean. C. Remove excess sealant. END OF SECTION SHAC AI-01 07810-3 11/30/01 Id~/~ GI~OUP SECTION 07900 - CAULKING AND SEALANTS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assome that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Sealants and joint backing. B. Perimeter of door frames. C. Perimeter of window frames. D. Joints of all material requiring caulking or sealants. E. Perimeter of Plumbing Fixtures. 1.02 - RELATED SECTIONS A. Section 04200 - Concrete Unit Masonry. B. Section 06200 - Finish Carpentry. C. Division 8 - Doors and Frames. D. Division 8 - Windows. SHAC A 1-01 07900-1 10/31/01 I'~,~ GF~OUP SECTION 07900 - CAULKING AND SEALANTS E. Section 09250 - Gypsum Drywall. F. Section 09340 - Porcelain Tile. G. Section 09900 - Painting. 1.03 - REFERENCES A. ASTM C790 - Use of Latex Sealing Compounds. B. ASTM C804 - Use of Solvent-Release Type Sealants. C. ASTM C834 - Latex Sealing Compounds. D. ASTM D1056 - Flexible Cellular Material - Sponge or Expanded Rubber. E. SWRI (Sealant, Waterproofing and Restoration Institute) - Sealant and Caulking Guide Specifications. 1.04 - SUBMITTALS A. Submit under provision of Section 01300. B. Submit for approval: manufacturer's complete descriptive data and color availability. C. Manufacturer's Installation Instructions: Indicate special procedures, surface preparation, and perimeter conditions requiring special attention. D. Submit schedule of all conditions and joints requiring caulking and sealants proposed for each condition. 1.05 - QUALITY ASSURANCE A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. All work shall be performed by a qualified caulking and sealant contractor, who has specialized in this type of work for a minimum of five (5) years. 1.06 - PERFORMANCE REQUIREMENTS A. Install sealants to prevent air and moisture from infiltrating or migrating from the building exterior to the interior. SHAC Al-01 07900-2 10/31/01 I~,~ GI~OUP SECTION 07900 - CAULKING AND SEALANTS 1.07 - PROTECTION A. Mask surrounding surfaces. B. Protect sealants until cured. 1.08 - ENVIRONMENTAL REQUIREMENTS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.09 - COORDINATION A. Section 01039 - Coordination and Meetings: Coordination requirements. B. Coordinate the work with all sections referencing this section. 1.10 - WARRANTY A. B. Provide 20-year warranty. Warranty: Include coverage for installed sealants and accessories which fail to achieve watertight seal, exhibit loss of adhesion or cohesion, or do not cure. Acrylic Latex Sealant (Interior): ASTM C920, paintable grade; single component, solvent curing, non-staining, non-bleeding, non-sagging. PART 2 - PRODUCTS 2.01 - SEALANT MANUFACTURERS A. BOSTIK. B. TPI. C. 3M. D. Or approved equal. 2.02 - SEALANTS A. SHAC Al-01 07900-3 i0/31/01 l~ cr~ouP SECTION 07900 - CAULKING AND SEALANTS B. Polyurethane Sealant (Exterior): ASTM C92C, multi-component, chemical curing, non- staining, non-bleeding, non-sagging. C. Caulking compounds shall be non-staining. Selection based upon manufacturer's recommendations for type of surface material and submitted to the Amhitect/Engineer for approval. D. Backing material shall be inserted into joint to the proper depth to allow for the proper balance of joint and sealant dimensions. Avoid excessive longitudinal stretching of rods during installation. 2.03 - ACCESSORIES A. Primer: Non-staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non-corrosive and non-staining type, as recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: Round, closed all polyethylene foam rod, oversized 50% larger than joint width; as recommended by sealant manufacturer; and compatible with sealant. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify that substrate surface and joint openings are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.02 - PREPARATION B. C. D. SHAC AI-01 i0/31/01 Remove loose materials and foreign matter which might impair adhesion of sealant. Clean and prime joints in accordance with manufacturer's instructions. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. Protect elements surrounding the work of this section from damage or disfiguration. 07900-4 [t~M, GI~OUP SECTION 07900 - CAULKING AND SEALANTS be applied. Apply masking tape. Do not allow tape to touch surface to which caulking or sealant is to 3.03 - INSTALLATION A. Perform installation in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C 1193. C. Install sealant to achieve performance requirements, in accordance with manufacturer's instructions. D. Measure joint dimensions and size material to achieve required 2:1 width/depth ratios. E. Install joint backing to achieve a neck dimension no greater than 1/3 of the joint width. F. Remove masking tape immediately after tooling of sealant is accomplished and before surface skin has started to form. G. Install bond breaker where joint backing is not used. H. Install sealant free of air pockets, foreign embedded matter, ridges and sags. I. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. J. Apply sealant in continuous uniform bead. K. Tool joints concave, flush with surface of adjoining material. L. Match color of sealant to adjoining material. Architect to approve all sealant colors prior to any sealant application. 3.04 - CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean adjacent soiled surfaces. SHAC Al-01 07900-5 10/31/01 I$/M QP. OU> SECTION 07900 - CAULKING AND SEALANTS 3.05 - PROTECTION OF FINISHED WORK A. Section 01700 - Contract Closeout: Protecting installed work. B. Protect sealants until cured. END OF SECTION SHAC Al-01 07900-6 10/31/01 SECTION 08100 - DOORS & FRAMES DESIGN /BUILD SPECIFICATION The desigr~build teams are to fhrnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Interior and Exterior doors, B. Interior and Exterior door frames. C. Accessories and fittings to be included with the doors and frames are anchors, spreaders, floor clips, cutouts for hardware, and reinforcing for hardware. 1.02 - RELATED SECTIONS A. Section 07900: Caulking and Sealants B. Section 08710: Finish Hardware C. Section 09900: Painting 1.03 - SUBMITTALS A. Section 01300: Submittals: Procedure for submittals. B. Shop drawings: fully describe and locate all items being furnished and include large scale details of principal construction features and internal reinforcement. Indicate frame SHAC Al-01 08100-I 11/30/01 i~M G2~©U P SECTION 08100 - DOORS & FRAMES 1.04 - A. B. 1.05 - A. B. 1.06 - A. elevations, hardware, reinforcement, anchor types and spacings, location of cut-outs for hardware, and finishes. Product Data: Indicate frame configuration and finishes. SITE STORAGE AND PROTECTION OF MATERIALS Section 01550: Material and Equipment: Transport, handle, store and protect product. Any scratches or disfigurement caused in shipping or handling are to be promptly cleaned and touched up and materials are to be properly stored on planks or dunnage, out of water, and covered to be protected from damage due to any cause. Doors shall have their wrappings or coverings removed upon arrival at the building site and shall be stored in a vertical position, spaced by blocking to permit air circulation between them. Provide packaging, separators, banding, spreaders and paper wrappings as required to completely protect all frames during transport and storage. PROJECT CONDITIONS Section01039: Coordination and Meetings Coordinate the work with frame opening construction, door and hardware installation. PERFORMANCE REQUIREMENTS Fire Rated: UL listed, Classes of frames and doors A, B, C, as required by Code. All doors and frames in fire rated walls are to match wall ratings as required by applicable codes. ANSI All7.1 - Specifications for Making Buildings and Facilities Accessible to and Usable by Physically Handicapped People. PART 2 - PRODUCTS 2.01 - DOORS A. Manufacturers: 1. A.J. Manufacturing Inc., Bloomer, WI 54724; Series 5100 Pre-Hung Four Way Universal Swing Commercial Service Doors. 2. Approved Equal. B. Design and Construction: SHAC Al-01 08100-2 l 1/30/01 SECTION 08100 - DOORS & FRAMES 1. All doors shall be custom made, of the types and sizes shown on approved shop drawings. 2. All doors shall be 1~4" thick, pressure injected with 2.2 pounds of polyurethane foam per cubic foot. Polyurethane foam core shall have an R-I 2 insulation value. 3. All doors shall be constructed of 24 gauge hot dipped galvanized smooth steel; with flush design, rolled edges for strength and corrosion resistance. 4. All doors shall be strong, rigid and neat in appearance, free from warpage and buckle. 5. Hardware Reinforcements: Doors shall be mortised, reinforced, drilled and tapped at the factory for fully templated hardware only, in accordance with the approved hardware schedule and templates provided by the hardware contractor. Where surface-mounted hardware is to be applied, doors shall have reinforcing plates only 6. Astragals shall be full height, full welded to face of active leaf. Finish: After fabrication, all tool marks and surface imperfections shall be dressed, filled and sanded as required to make all faces and vertical edges smooth, level and free of all irregularities. Doors shall then be treated to insure maximum paint adhesion and shall be coated on all exposed surfaces. All doors shall be factory prepainted with two coats of baked polyester enamel. Color to be selected by Owner. Owner shall have option regarding selection, location and number of doors to receive door lites. All door lites are to be installed in prepainted color matched extruded aluminum frames which are foamed in place. A bonding type black bedding glazing tape shall provide a water tight seal and shall secure the glass in the opening. Glazing shall be completed with a snap-in dual durometer glazing bead. Door lites shall be selected from the following standard options: a. 8" x 36" narrow lite, fabricated of single glazed 1/8" tempered glass, Model No. 51007. b. 21" x 22" vue lite sealed insulated glass consisting of two pieces of 1/8" tempered glass with ½" dead air space, Model No. 51002. 22" x 36" 9 lite sealed insulated glass consisting of two pieces of 1/8" tempered glass with a rigid aluminum grid system installed with ½" dead air space, Model No. 51003. d. If no lites are selected, provide standard door, Model No. 51001. 2.02 - FRAMES A. Manufacturers: SHAC Al-01 08100-3 11/30/01 SECTION 08100 - DOORS & FRAMES 1. A.J. Manufacturing Inc., Bloomer, WI 54724; Series 5100 Master Frame. 2. Approved Equal. B. Design and Construction: 1. All frames shall be custom made units with integral trim, of the sizes and shapes shown on approved shop drawings. 2. All finished work shall be strong and rigid, neat in appearance, square, true and free of defects, warp or buckle. Molded members shall be clean cut, straight and of uniform profile throughout their lengths. 3. All frames shall be constructed of 16 gauge steel. 4. Parting stop shall be fabricated of commercial quality aluminum extrusions, 1 inch wide with a .050 minimum wall thickness. Header parting stop may be snapped into place after the door has been installed to insure a weather tight installation 5. Header and sill shall be fabricated of commercial quality aluminum extrusions, 372" wide with .062 minimum wall thickness. 6. Frame jamb, header and sill shall be electrostatically coated with polyester enamel paint and baked for durability. 7. Master frame shall be shipped completely assembled with hinges and door attached. 8. Hardware Cutouts: a. Provide cutouts for frames and doors as required. 9. All frames shall be provided with a spreader temporarily attached to the feet of both jambs to serve as a brace during shipping and handling. 2.04 - CLEARANCES A. Edge clearances unless other~vise indicated on drawings shall be provided as follows: 1. Between Doors and frames, at head and jambs - 1/8 inch. 2. At Door Sills: Where no threshold is used - 3/8 inch. Maximum to finish floor, where threshold is used - 1/4 inch maximum between door and threshold or as otherwise noted on Contract Drawings. 3. Between meeting edges of pairs of doors - 1/8 inch. SHAC Al-01 08100-4 11/30/01 SECTION 08100 - DOORS & FRAMES PART 3.01 - A. C. 3.02 - A. B. C. D. E. 3.03 - A. 3.04 - A. B. 3 - EXECUTION EXAMINATION Section 01039: Coordination and meetings: verification of existing conditions before starting work. Verify that opening sizes and tolerances are acceptable. Coordinate installation of door, door hardware and frames. INSTALLATION Install doors and frames in accordance with ANSI 100 and manufacturer's instructions. Install door louvers, and vision panels plumb and level. Coordinate installation of doors with installation of frames and hardware specified. Coordinate with wall construction for anchor placement. Protect materials to prevent scratching, twisting, denting or other~vise damaging. ERECTION TOLERANCES Maximum Diagonal Distortion: 1/16-inch measured with straight edge, corner to corner. ADJUSTING Adjust work under provisions o f Section 01700. Adjust door for smooth and balanced door movement. END OF SECTION SHAC Al-01 08100-5 11/30/01 SECTION 08610 - ALUMINUM WINDOWS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an attemate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 GENERAL 1.01 SECTION INCLUDES A. Factory fabricated aluminum windows with slider type operating sash. B. Operating hardware and insect screens. C. Extension jambs, trim and accessories. D. Perimeter sealant. 1.02 RELATED SECTIONS A. Section 06110 - Rough Carpentry: Preparation of adjacent work to receive work of this section. B. Section 07900 - Joint Sealers: Perimeter sealant and back-up materials. C. Section 09900 - Painting: Site finishing wood surfaces. 1.03 REFERENCES A. ASCE 788 - Calculation of Wind Loads. SHAC Al-01 08610-1 11/30/01 1~/3~ QF~OUP SECTION 08610 - ALUMINUM WINDOWS B. ASTM E283 - Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors. C. ASTM E330 - Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference. D. ASTM E331 - Test Method for Water Penetration of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference. E. ASTM E1105 - Test Method for Field Determination of Water Penetration of Installed Exterior Windows, Curtain Walls, and Doors by Uniform or Cyclic Static Air Pressure Difference. F. ASTM F568 - Resistance of Window Assemblies to Forced Entry Excluding Glazing. G. FS RR-W-365 - Wire Fabric (Insect Screening). 1.04 SYSTEM DESCRIPTION A. Forced Entry Resistance: Conform to ASTM F568 Type A. 1.05 PERFORMANCE REQUIREMENTS A. Conform to performance requirements of NWWDA IS-2, Class 40. B. Deflection: Limit member deflection to flexure limit of glass with full recovery of glazing materials. C. Assembly: System to accommodate, without damage to components or deterioration of seals, movement between window and perimeter framing, deflection of lintel. 1.06 SUBMITTALS FOR REV1EW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide component dimensions, anchorage and fasteners, glass, internal drainage details, options, and accessories. C. Shop Drawings: Indicate opening dimensions, framed opening tolerances, affected related work; installation requirements; and details. 1.07 QUALITY ASSURANCE A. Perform Work in accordance with NWWDA IS-2. B. Manufacturer and Installer: Company specializing in manufacturing commercial aluminum windows with minimum five years documented experience. DELIVERY, STORAGE, AND PROTECTION 1.08 SHAC Al-01 11/30/01 08610-2 l~ C~ F4OLJ P SECTION 08610 - ALUMINUM WINDOWS A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products. B. Protect factory finished surfaces. Do not use adhesive papers or sprayed coatings that bond when exposed to sunlight or weather. 1.09 ENVIRONMENTAL REQUIREMENTS A. Section 01600 - Material and Equipment: Environmental conditions affecting products on site. B. Do not install sealants when ambient temperature is less than 40 degrees F (5 degrees C). C. Maintain this minimum temperature during and after installation of sealants. 1.10 WARRANTY A. Section 01700 - Contract Closeout. B. Correct defective Work within a five year period after Date of Substantial Completion. C. Provide five year manufacturer warranty for insulated glass units from seal failure, interpane dusting or misting, and replacement of same. D. Warranty: l. Include coverage for degradation of color finish. 2. Warranty: Include coverage for delamination or separation of finish cladding from window member. PART2PRODUCTS 2.01 MANUFACTURERS A. A.J. Manufacturing Inc. B. Anderson Terratone C. Crestline Pewtertone D. Approved Equal 2.02 MATERIALS A. Extruded Aluminum, heavy gauge, thermally broken butbcorner frames. SHAC Al-01 08610-3 11/30/01 Id~/~ QF~OUP SECTION 08610 - ALUMINUM WINDOWS B. Fasteners: Side jamb clips of galvanized steel as necessary for installation. 2.03 COMPONENTS A. Frames: Heavy gauge extruded aluminum, butt comer with close tolerance. Sill ends prefinished. B. Sash: Molded nylon sash comer reinforcing, heavy duty plated steel with adjustable rollers, thermally broken. Provide standard fomed entry security sash blocking. C. Sills: Integral extruded aluminum self cleaning sloped sill. D. Insect Screen Frame: Rolled aluminum frame of rectangular sections; with reinforced vinyl comer locks and finish to match frame. E. Insect Screens: aluminum screen cloth, gun metal finish. F. Weather Stripping: Foam at top and bottom rails, compressible bulb at check rail, polypropylene leaf with foam inserts along side jamb and sash liner fibs. G. Die cast sash lock and lift factory applied; finish to match frame. 2.04 GLASS AND GLAZING MATERIALS A. Glass and Glazing Materials: 1. High performance insulating glass. Sealed insulating glass, 7/16" dead air space, 5/8" overall thickness 2.05 FABRICATION A. Form sills and stools in one piece. Slope sills for wash. B. Form glass stops of rigid vinyl sloped for wash. C. Provide weather stop flange for perimeter of unit. D. Fabricate components with minimum clearances and shim spacing around perimeter of assembly, yet allowing installation and dynamic movement of perimeter seal. E. Arrange fasteners to be concealed from view. F. Assemble insect screen frame, miter and reinfomed frame comers. Fit mesh taut into frame and secure. Fit frame with wing blade fasteners. G. Factory glaze window units. SHAC Al-01 08610-4 11/30/01 Ifl~ (Z~I~OU P SECTION 08610 - ALUMINUM WINDOWS 2.06 FINISHES A. Exterior Surfaces: Baked enamel finish for durability, color to be selected. B. Interior Surfaces: Baked enamel finish for durability, color to be selected. C. Screens: To be selected. PART 3 EXECUTION 3.01 EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. Verify wall openings and materials are ready to receive work of this section. INSTALLATION Install window frames in accordance with manufacturers instructions. Attach window frame and shims to perimeter opening to accommodate construction tolerances and other irregularities. Align window plumb and level, free of warp or twist. Maintain dimensional tolerances and alignment with adjacent work. D. Provide thermal isolation where components penetrate or disrupt building insulation. Pack fibrous insulation in shim spaces at perimeter of assembly to maintain continuity of thermal barrier. E. Coordinate attachment and seal of perimeter air and vapor barrier materials. F, Install operating hardware. G. Install perimeter sealant around window to reduce air leakage in accordance with Section 07900. ERECTION TOLERANCES Section 01400 - Quality Control: Tolerances. Maximum Variation from Level or Plumb: 1/16 inches every 3 ft non-cumulative or l/8 inches per 10 ft whichever is less. ADJUSTING Section 01700 - Contract Closeout: Adjusting installed work. 3.02 A, B. 3.03 A. B. 3.04 A. SHAC Al-01 08610-5 11/30/01 SECTION 08610 - ALUMINUM WINDOWS B. Adjust hardware for smooth operation and secure weathertight closure. 3.05 CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Remove protective material from factory finished surfaces. C. Wash surfaces by method recommended and acceptable to sealant and window manufacturer; rinse and wipe surfaces clean. D. Remove excess sealant by moderate use of mineral spirits or other solvent acceptable to sealant manufacturer. END OF SECTION SHAC A 1-01 08610-6 11/30/01 SECTION 08710 - FINISH HARDWARE DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART I - GENERAL 1.01 - SECTION INCLUDES A. Hardware for all hinged and sliding doors. B. Includes Owner's Standard keying for security control. Coordinate with Owner's security system installer and items to be furnished by Owner's security system installer. 1.02 - RELATED SECTIONS A. Division 8 - Doors and Frames. 1.03 - GENERAL REQUIREMENTS A. Keying: SHAC Al-01 08710-1 11/30/01 lJ~,~ G f~OUP SECTION 08710 - FINISH HARDWARE General - Locks must incorporate a security system to ensure that keys are used during construction will not open doors after Owner occupancy. Coordinate locks with Owner's standard keying. Construction keys and inserts ~ Permanent cylinders with construction inserts are to be assembled into and shipped with all exterior-door locksets. Construction keys are to be shipped with the door locks. Construction insert-extractor keys are to be shipped to the Owner via Registered Mail. Prior to substantial completion, the Contractor shall collect all construction keys and, in the presence of the Owner or Architect, remove the construction inserts from the lock cylinders and give all construction keys and inserts to the Owner or Architect. 1.04 - SUBMITTALS A. Comply with the requirements contained in Section 01300. B. Submit detailed door hardware schedule. Submit catalog cut sheets of all items for approval before ordering. Hardware sets will not be considered for approval without cut sheets. Submit necessary templates to door manufacturers, and to any other manufacturer as needed. 1.05 - DELIVERY, STORAGE, AND PROTECTION A. Comply with the requirements contained in Section 01400. Packing and marking: Package each item of hardware and each lock set separately in individual containers, complete with necessary screws, keys, instructions, and installation template for spotting mortising tools. Mark each container, identifying installation location of each item. Keep knobs suitably covered during construction period. 1.06 - PROJECT CONDITIONS Coordinate the work with Owner's security system installer, conduit installations by others and other directly affected Sections involving manufacture or fabrication of internal reinforcement for door hardware and recessed items. SHAC Al-01 08710-2 11/30/01 g¢/~ QF-~OU P SECTION 08710 - FINISH HARDWARE Coordinate Owner's keying requirements during the course of the Work. Furnish the Owner with ten (10) keys per door. Key door cylinders to match Owner's master cylinder. 1.07 - WARRANTY A. Provide manufacturer's standard warranty for all hardware. 1.08 - MAINTENANCE PRODUCTS Provide special wrenches and tools applicable to each different or special hardware component. B. Provide maintenance tools and accessories supplied by hardware component manufacturer. PART 2 - PRODUCTS 2.01 - MATERIALS (GENERAL) A. All hardware shall be: 2. 3. 4. 5. 7. 8. 9. ADA compliant. Corrosive resistant. Provide door stops, floor or wall type as required for all locations. Provide door closers for all exterior and fire rated doors. Provide aluminum threshold saddles at all exterior door locations and all doors to kennel areas. Provide transition saddle thresholds at all changes in flooring materials. Provide weather-stripping for all exterior doors and doors to kennels. Provide all hardware accessories and miscellaneous trim. Provide locksets for all openings. Provide signage on all doors. Bolts, screws and other fastenings required for the application of the finish hardware shall be of size and type to fit requirements and shall be of same material and finish as the exposed parts of the hardware which they fasten. SHAC Al-01 08710-3 11/30/01 gt~M Gr.©uP SECTION 08710 - FINISH HARDWARE Door hardware: Hand of lock shall be as required. If door hand is changed by proper bulletin or change order before hardware is delivered, furnish such hardware items at no additional expense to Owner. Strikes: Furnish curved lip strikes with dust box of sufficient length to protect trim on all locks or latches. Coordinate with door frame supplier and Owner's security system installer. All locks, locksets, latchsets, and bolts shall conform to Federal Specification FF-H- 106a/ANSI. 1. Ail locks shall be keyed to Town's key system. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify that doors and frames are ready to receive work and dimensions are as indicated. 3.02 - INSTALLATION A. Install hardware in accordance with manufacturer's instructions. B. Use templates provided by hardware item manufacturer. C. For installation, removal for purpose of painting, and re-installing, refer to Section 06200 - Finish Carpentry. 3.03 - ADJUSTING A. Adjust hardware for smooth operation. 3.04 - PROTECTION OF FINISHED WORK A. Do not permit adjacent work to damage hardware or finish. 3.05 - HARDWARE SCHEDULE A. The Owner will coordinate with the Contractor to create a hardware schedule after contract signing, Jo that the finish hardware can be coordinated with the preparation of SHAC Al-01 08710-4 11/30/01 Ifl~/~ QF~OU~P SECTION 08710 - FINISH HARDWARE the door frames, and also coordinated with the work of the Town security system installer. An outline of door hardware sets shall include the following items: All Exterior Doors · Hinges o Stainless Steel o 3perleaf' · Door Closer o Exterior Rated o ADA Compliant · Weatherstripping o Dual Seal Bulb and LeafofSantoprene at Head and Jambs o Dual Durometer Vinyl Sweep at Sill · ADA Compliant Saddle o 3¥2"wide x ¥2" high Low Profile Threshold o Maximum Slope of 1:2 · Cylindrical Lockset and Strike o ADA Compliant · Dead Bolt · Door Stop (to suit field conditions) · Door Silencers All Interior Kennel Doors (to and from Kennels) · Hinges o Stainless Steel o 3 per leaf · Door Closer (where required by code) o Interior Rated o ADA Compliant · Weatherstripping o Dual Seal Bulb and LeafofSantoprene at Head and Jambs o Dual Durometer Vinyl Sweep at Sill · ADA Compliant Saddle o 3V2"wide x V2" high Low Profile Threshold o Maximum Slope of 1:2 · Cylindrical Lockset and Strike o ADA Compliant SHAC Al-01 08710-5 11/30/01 Id~ QF~OL~S SECTION 08710- FINISH HARDWARE · Door Stop (to suit field conditions) · Door Silencers All Other Interior Doors · Hinges o Stainless Steel o 3 per leaf · Door Closer (where required by code) o Interior Rated o ADA Compliant · ADA Compliant Saddle o 3½"wide x ½" high Low Profile Threshold o Maximum Slope of 1:2 · Cylindrical Lockset and Strike o ADA Compliant · Door Stop (to suit field conditions) · Door Silencers END OF SECTION SHAC Al-01 08710-6 11/30/01 SECTION 09150 - METAL STUD FRAMING SYSTEM DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART I - GENERAL 1.01 ~ SECTION INCLUDES A. Formed metal stud framing. B. Framing accessories. 1.02 - RELATED SECTIONS A. Section 06110: Rough Carpentry B. Section 07200: Building Insulation. C. Section 09250: Gypsum Drywall. 1.03 - SYSTEM DESCRIPTION A. Wall System: SHAC Al-01 09150-1 10/31/01 I~/~S GF~OUP SECTION 09150 - METAL STUD FRAMING SYSTEM l. Design to provide for movement of components without damage, failure of joint seals, undue stress on fasteners, or other detrimental effects when subject to seasonal or cyclic day/night temperature ranges. 2. Design system to acconnnodate construction tolerances, deflection of building structural members, and clearances of intended openings. 1.04 - QUALITY ASSURANCE A. All metal studs and accessories shall meet or exceed the minimum requirements of Federal Specification QQS-698 and QQS-775d, Class D for the item and use intended. 1.05 - EXAMINATION A. Installer must examine all parts of the supporting structure and the conditions under which the steel studs will be installed. Do not proceed with the installation of steel studs until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. PART 2 ~ PRODUCTS 2.01 - STEEL STUDS - APPLICATIONS A. For gypsum drywall applications, provide screw type steel studs. 2.02 - DRYWALL ACCESSORIES A. All other materials, not specifically descril:ed but required for a complete and proper installation of metal studs, shall be new, first quality of their respective kinds in strict accordance with the recommendations of the manufacturer of'the metal studs used, and subject to approval of the Owners Representative. B. Top runners of all partitions shall be 20 gauge. 2.03 - MANUFACTURERS A. Marino Industries Corp., 400 Metuchen Road, South Plainfield, NJ 07080. 2.04 - FABRICATION A. Fit, reinforce, and brace framing members to suit design requirements. SHAC Al-01 09150-2 10/31/01 I~M GP~OUP SECTION 09150 - METAL STUD FRAMING SYSTEM PART 3 - EXECUTION 3.01 - ERECTION A. Install studs vertically at 16 inches unless directed other~vise. B. Space studs to accommodate the installation of all items to be mounted on the finished surface or which is to be recessed into the wall between studs. C. Align stud web openings horizontally. D. Secure studs to tracks using screws. E. Fabricate comers using a minimum of three studs. F. Brace stud framing system rigid. G. Coordinate erection of studs with requirements of door frames; install supports and attachments. H. Coordinate installation of door bucks, anchors, and wood blocking with electrical and mechanical work to be placed within or behind stud framing. Blocking: Secure blocking to studs. Install blocking for support of plumbing fixtures, toilet partitions, wall cabinets, toilet accessories, hardware, opening frames, signage, and other items detailed, specified, or otherwise required to receive blocking/reinfomement. J. Maintain clearance under structural building members to avoid deflection transfer to studs. Provide extended leg ceiling mnners. Where partitions abut ceiling or deck construction or vertical structural elements, provide slip or cushion type joint between partition and structure as recommended by stud manufacturer to prevent the transfer of structural loads of movements to partitions. L. Coordinate placement of insulation in stud spaces after stud frame erection. Provide continuous floor and ceiling runner tracks sized to match studs. Align runner tracks accurately to the partition layout at both floor and ceiling. Secure runner tracks as recommended by the stud manufacturer for the floor and ceiling construction involved, except do not exceed 24 inches o.c. spacing for nail or power-driven fasteners, no more than 16 inches o.c. for other types of attachment. Provide fasteners at all comers and ends of runner tracks. SHAC Al-01 09150-3 10/31/01 Ifl~M~ Qf~OUP SECTION 09150 - METAL STUD FRAMING SYSTEM 3.02 - ERECTION TOLERANCES A. Section 01400 - Quality Control: Tolerances. B. Maximum Variation From True Position: 1/8 inch in 10 feet. C. Maximum Variation From Plumb: 1/8 inch in 10 feet. 3.03 - STUD SPACING - SCREW TYPE STUDS A. For gypsum drywall applications, space studs not to exceed 16" o.c. B. Space furring channels not to exceed 16" o.c. END OF SECTION SHAC Al-01 09150-4 10/31/01 l~M C-r~OUP SECTION 09250 - GYPSUM DRYWALL DESIGN /BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an altemat¢ product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART I - GENERAL 1.01 - SECTION INCLUDES A. Gypsum drywall applied to screw type steel studs and/or metal furring. B. Gypsum drywall to enclose structural framing members as required. C. Gypsum drywall (fire rated where required) for finished ceilings as required. D. Exterior Gypsum Sheathing for all exterior framed wall sheathing. E. All related items necessary to complete the work of this section. 1.02 - RELATED SECTIONS A. Section 06110 - Rough Carpentry B. Section 07200 - Building Insulation. C. Division 9 - Finishes SHAC Al-01 09250-1 10/31/01 I~/M G/~OUP SECTION 09250 - GYPSUM DRYWALL 1.03 - REFERENCES A. All material shall be installed in accordance with the recommendations of the Gypsum Association. Sound Transmission Coefficient (STC Rating) for partition assemblies shall be determined according to recommended practice for laboratory measurement of air-borne sound transmission loss of building partitions, ASTM E90. C. Fire rating of partition assemblies shall be determined by standard methods of fire tests of building construction and materials, ASTM E 119. D. Standard for execution shall be standard specifications for the Application and Finishing of Wallboard, ASTM C840. E. Testing laboratories used to test assemblies for STC and fire ratings shall be independent laboratory, recognized as reliable and acceptable to the Architect/Engineer. F. "Drywall Construction Handbook", U.S. Gypsum's Latest Edition. F. "Gypsum Wallboard Construction for Walls and Ceilings", Tecbmical Bulletin No. 9- 2171, Gold Bond Building Products, Division of National Gypsum Company. 1.04 - DELIVERY AND STORAGE A. All materials shall be delivered to the job in original unopened containers or bundles and stored in a place protected from the elements and from damage by tampering. B. Store gypsum board on level surface, laid flat, and fully protected from moisture. Coordinate stockpiling locations to assure that no part of the building structure is overloaded. Coordinate delivery and installation to minimize storage periods at the project site. 1.05 - ENVIRONMENTAL CONDITIONS For 24 hours before and during complete operation of applying board and treating of joints maintain minimum temperature of 50°F until permanent heating system is in operation. B. Provide ventilation to eliminate excess moisture. SHAC Al-01 09250-2 10/31/01 Ifl~,~ CikOUP SECTION 09250 - GYPSUM DRYWALL PART 2 - PRODUCTS 2.01 - MATERIALS Manufacturer: for all gypsum drywall throughout the project, provide drywall materials, including wallboard, accessories, fasteners and finishing materials produced by one manufacturer. B. Provide gypsum drywall materials produced by one of the following manufacturers: 1. U.S. Gypsum 2. National Gypsum 3. Georgia Pacific 4. Flintkote 5. Celotex 6. Johns-Manville 2.02 - DRYWALL TYPES Exposed Drywall Surfaces: Provide gypsum wallboard comply/ng with ASTM C 36 with paper-face surface suitable to receive decorated finish and with long edges tapered to receive manufacturer's standard joint treatment, unless otherwise shown. Thickness - 5/8" unless noted otherwise. 1. Fire Rated Gypsum Board: ASTM C36; fire resistive type "X", UL or WH rated; 5/8 inch thick maximum available length in place; ends square cut, tapered edges. 2. Moisture Resistant Gypsum Board: ASTM C630; 5/8 inch thick, maximum available length in place; ends square cut, tapered edges. B. Exterior Gypsum Sheathing: Provide DensGlas, or approved equal, exterior gypsum sheathing to all exterior framed walls as a substrate to the exterior siding. 2.03 - DRYWALL ACCESSORIES Fasteners: Fasteners for securing board to metal shall be self-drilling, self-tapping, Philips Head, black oxidized screws made for fastening gypsum wall board, size and length as recommended by the drywall manufacturer for the applications shown. External Comers: Provide galvanized steel, metal comer beads with smooth, rigid metal nose and perforated and knurled metal flanges. Sizes shall be as recommended by manufacturer. Metal beads shall be installed at all visible terminations. SHAC Al-01 09250-3 10/31/01 SECTION 09250 - GYPSUM DRYWALL Exposed Edges: Where an exposed edge of gypsum drywall abuts dissimilar materials use GoldBond #C250 casing bead or equal. Casing beads to be finished with joint compound. Same casing bead and joint treatment is to be used on exposed wallboard edges. Trim: 1/16 inch thick extruded aluminum 6063-T5 mill finish manufactured by GORDEN INC. or approved equal: 1. J-Trim: Model JD~58 2. Control Joint: ModelRD-5810 3. Comer Joint: Model FD-5810 Adhesives: Provide only those recommended for that specific use by manufacturer, such as Durabond 300 by U.S. Gypsum. Joint Tapes: Provide perforated type complying with ASTM C475. Joint Compound: Provide products complying with ASTM C475. It is contractors option to provide in dry powder form or pre-mixed ready for application. Provide compatible bed coats and finish coats. Acceptable bed coat includes U.S.G. "Durabond" and acceptable finish coats include USG Topping or U.S.G. Ready Mix. Miscellaneous: Provide all accessories necessary to complete installation and as may be required to achieve and/or maintain the required fire rated assembly. PART 3 - EXECUTION 3.01 - A. 3.02 - A. EXAMINATION Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. Verify that site conditions are ready to receive work. GYPSUM BOARD INSTALLATION Comply with the requirements of ASTM C840 and ANSI A97.1 "Standard Specifications for the Application and Finishing of Wallboard" unless otherwise specified or recomanended by the manufacturer. SHAC Al-01 09250-4 10/31/01 Idem QP. OUP SECTION 09250 - GYPSUM DRYWALL 3.03 - INSTALLATION A. Erect boards, single layer with ends and edges occundng over firm bearing. B. Use screws when fastening gypsum board to metal furring or framing. C. Treat cut edges and holes in moisture resistant gypsum board with sealant. D. Place control joints consistent with lines of building spaces as directed. E. Placement of control joints shall be located by the Design/Build Architect prior to placement. 1. Gypsum Panel surfaces should be isolated with control joints or other means where: a. Partition, furring or column fireproofing abuts a structural element (except floor) or dissimilar wall or ceiling; b. Ceiling abuts a structural element, skylight shaft, dissimilar wall or partition or other vertical penetration; construction changes or ceiling; c. Construction changes within the plane of the partition or ceiling; d. Partition or furring mn exceeds 30 feet; e. Ceiling dimensions exceed 50 feet in either direction; f. The area within separate ceiling sections exceeds 2,500 sq.ft.; Wings of"L", "U", and "T" shaped ceiling areas are joined; h. Expansion or control joints occur in the base exterior wall. Ceiling-height door frames may be used as control joints, as may less-than-ceiling-height door frames, if control joints extend to ceiling from both comers. 2. Penetrations of the gypsum panel diaphram, such as skylight shafts, door frames, borrowed-light openings, vents, grilles, access panels and light troffers, require additional reinfomement at the comers to distribute concentrated stresses if a control joint is not used. F. Place comer beads at external comers. Use longest practical length. Place edge trim where gypsum board abuts dissimilar materials. G. Provide additional framing and blocking as required to support gypsum board at openings and cutouts, and to support built-in anchorage and attachment devices for other work. SHAC Al-01 09250-5 10/31/01 Id~//~ Q/~OUP SECTION 09250 - GYPSUM DRY~VALL H. Install moisture resistant gypsum board in all locations. I. Install fire rated sating at locations required to maintain fire rated assemblies. 3.04 - JOINT TREATMENT A. Tape, fill, and sand exposed joints, edges, and comers, to produce smooth surface ready to receive finishes. B. Treat joints, screw heads and dimples on exposed interior wallboard according to ASTM C840 and the following: 1. Joints shall receive 3 coats of compound minimum and joint tape bedded in first coat. 2. Screw heads and dimples shall receive 3 coats minimum. 3. Leave wallboard smooth and uniform, ready for painting or wall covering. C. Feather coats on to adjoining surfaces so that camber is maximum 1/32 inch. D. Application of gypsum board and joint finishing shall not begin under cold or damp conditions. The temperature shall be a minimum of 50 degrees when work is begun and shall be maintained at this level or above until the joint cement is set dry and hard. Adequate ventilation shall be provided at all times. E. Workmanship shall be by competent workmen experienced in the installation of wallboard and all work shall be done in accordance with the best practices of the trade to give a smooth, straight, aligned surface which is ready for the finish. F. Neatly cut all openings so that they may be covered by plates and escutcheons. 3.05 - CONSTRUCTION TOLERANCES A. Do not exceed 1/8" in 8'-0" variation from plumb or level in any exposed line or surface, except at joints between units do not exceed 1/16" variation between planes of abutting edges or ends. Shim as required to comply with specified tolerances, END OF SECTION SHAC Al-01 09250-6 10/31/01 SECTION 09660 - RESILIENT FLOORING AND BASE DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion ora specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Resilient tile flooring and base in accordance with finish schedule. 1.02 - RELATED SECTIONS A. Section 03001: Concrete B. Section 09250: Gypsum Board. C. Section 09682: Carpet. 1.03 - SUBMITTALS A. Submit under provisions of Section 01300. B. Submit two sets of tile and base samples. C. Qualification Documentation: Resilient flooring installer documentation of experience indicating compliance with specified qualification requirements. 09660-1 SHAC Al-01 10/31/01 tt;/M C~FaOU P SECTION 09660 - RESILIENT FLOORING AND BASE A. 1.05 - A. 1.06 - A. 1.07 - A. B. 1.08 - A. B. 1.09 - A. REGULATORY REQUIREMENTS Conform to applicable code for flame/smoke rating requirements. DELIVERY, STORAGE AND HANDLING Deliver, store, protect and handle products to site under provisions of Section 01600. ENVIRONMENTAL REQUIREMENTS Store materials for three days prior to installation in area of installation to achieve temperature stability. Maintain ambient temperature required by adhesive manufacturer three days prior to, during, and 24 hours after installation of materials. MAINTENANCE DATA Submit under provisions of Section 01700. Maintenance Data: Include maintenance procedures, recommended maintenance materials, and suggested schedule for cleaning, stripping, and re-xvaxing. EXTRA MATERIALS Furnish under provisions of Section 01700. Provide 10 square feet of flooring, 10 lineal feet of base, of each material, pattern and color installed. STANDARDS Install resilient floor tiles in accordance with the recommended method of the "Tile Contractors Association of America" Handbook. Installer Qualifications: Company specializing in performing work of this section with minimum 5 years documented experience. Perform moisture tests to ascertain moisture content of new concrete floors scheduled to receive resilient tile flooring and base. SHAC A 1-01 09660-2 10/31/01 I~/_M Qr.©up SECTION 09660 - RESILIENT FLOORING AND BASE PART 2 - PRODUCTS 2.01 - STANDARD OF QUALITY A. It is the Architect's option to select tile from any of the following manufacturers: 1. Armstrong 2. Kentile 3. Azrock 4. Roppe 5. Pawling The standard of quality and the color selections of VCT are based on Armstrong products. 2.02 - VINYL COMPOSITION TILE A. Vinyl composition tile shall be equivalent to Axmstrong "Standard Excelon Tile" pattern: Imperial Texture, 12" x 12" x 1/8" size. 2.03 - RESILIENT BASE A. Resilient topset base shall be l/8" thick vinyl composition 4" high in all areas as manufactured by Axmstrong or approved equal. Provide preformed outside and inside comers. Provide base from rolls to reduce base joints, wherever lengths of any color selection exceed minimum roll length (120 feet). B. Color and style to be selected from manufactures entire product line. 2.04 - MISCELLANEOUS A. Adhesives: Waterproof type as recommended by flooring manufacturer for materials and surfaces involved. Rubber tiles to be installed without adhesive. B. BRULIN Materials for Finishing: BRULIN & CO., INC., P.O. Box 270-B, Indianapolis, Telephone (317) 923-3211. 1. Suds-Down. 2. "Floor-Prep" Sealer. 3. Duracryl wax. SHAC Al-01 09660-3 10/31/01 1~1 CP~OUP SECTION 09660 - RESILIENT FLOORING AND BASE Subfloor Filler: Latex underlayment, mixed with undiluted latex liquid furnished by the selected manufacturer. Use one of the following products. Levelayer 1, by Dayton Superior Corporation, Miamisburg, OH (800) 745-3700. No. 345, by W.W. Henry Company, Huntington Park, CA (800) 321-2823. Or approved equal. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify that surfaces are smooth and flat with maximum variation of 1/4 inch to 10 feet, and are ready to receive work. B. Verify concrete floors have cured and are dry and exhibit negative alkalinity, carbonization or dusting and comply with manufacturer's guidelines and requirements for tile installation. C. Verify floor and lower wall surfaces are fi'ee of substances that may impair adhesion of new adhesive and finish materials. 3.02 - PREPARATION A. Prepare surface as per manufacturer's recommendations. Clean and degrease surface. B. Remove sub-floor ridges and bumps. Fill minor or local low spots, cracks, joints, holes, and other defects with sub-floor filler to achieve smooth, flat, hard surface. C. Prohibit traffic until filler is cured. D. Vacuum clean substrate. E. Floor surface shall be cleaned and textured for proper bond of new floor. 3.03 - INSTALLATION- TILE A. Floor installation is not to begin prior to substantial completion of work of other trades. Care must be exercised so as not to mar or fingermark finished wall surfaces. Should this occur, marred or fingermarked surface must be refinished at no additional expense to the Owner. 09660-4 SHAC Al-01 10/31/01 l~ C P. OL~P SECTION 09660 - RESILIENT FLOORING AND BASE 3.04 ~ A. Fit joints tight and vertical. SHAC Al-01 10/31/01 B. Architect reserves right to select any color fi.om the samples submitted. C. Scribe tiles to fit all profiles not scheduled to be covered with resilient base. D. Install in accordance with manufacturer's instructions. E. Mix tile fi.om container to ensure shade variations are consistent when tile is placed. F. Spread only enough adhesive to permit installation of materials before initial set. G. Set flooring in place, press with heavy roller to attain full adhesion. H. Lay flooring with joints and seams parallel to building lines to produce symmetrical tile pattern unless other pattern indicated on drawings. I. Allow minimum 1/2 full size tile width at room or area perimeter. J. Terminate flooring at centerline of door openings where adjacent floor finish is dissimilar. K. Install edge strips at unprotected or exposed edges as directed, and where flooring terminates. Secure st'rips after installation of flooring. L. Scribe flooring of walls, columns, cabinets, floor outlets, and other appurtenances to produce tight joints. M. Install feature strips, edge strips, and floor markings where indicated. Fit joints tightly. N. Clean off surplus adhesives per flooring manufacturer's instructions and broom clean. Leave maintenance instruction for Owner. O. Lay tile in full bond with grain in all tile running in one direction. Coordinate with Architect before installation for direction of grain. P. Conform to Tile Contractors Association of America. Q. At locations where resilient tile flooring makes transition to exposed concrete, or other surface use beveled transition strip. INSTALLATION - BASE 09660-5 Id~/~ C-I~OUP SECTION 09660 - RESILIENT FLOORING AND BASE B. Miter internal comers. At external comers, use pmmolded units. At exposed ends, use premolded units. C. Install base on solid backing. Bond tight to wall and floor surfaces. D. Scribe and fit to door frames and other interruptions. E. Base shall be set so as to lie true and smooth without air pockets. Joints shall be tight and straight, and edges flush. Cuts shall be accurate, neat and closely fitted. Follow manufacturer's printed instructions. 3.05 - CLEANING A. Clean work under provisions of01700. B. Remove excess adhesive from floor, base, and wall surfaces without damage. C. Clean, floor and base surfaces in accordance with manufacturer's instructions. 3.06 - FLOOR FINISH A. Apply floor finish as follows: 1. Sweep floor, removing all dirt and debris. 2. Some manufacturer's use soap to prevent tile sticking in packaging, if soap is used. a. Remove soap by machine scrubbing with "suds-down" with the squeegee up. b. Scrub the floor the second time with the squeegee down picking up the "suds-down" left after the first scrubbing. 3. Rinse thoroughly. 4. Apply two coats of"Floor-Prep" sealer, do not buff. 5. Finally, wax with one coat of Bmlin's Duracyl, one gallon per 1,500 square feet. 3.07 - PROTECTION OF FINISHED WORK A. Protect finished Work under provisions of Section 01500. SHAC Al-01 09660-6 10/31/01 Id~Z~ SECTION 09660 - RESILIENT FLOORING AND BASE 3.07 - COLOR SCHEDULE A. To be selected. Prohibit traffic on floor finish for 48 hours after installation. END OF SECTION SHAC Al-01 09660-7 10/31/01 SECTION 09661 - S 11 EET VINYL FLOORING DESIGN / BUILD SPECIFICATION The design/build teams are to fitrnish all of the required engineering, design and construction work necessary for Ih is project in order to provide a complete building in conformance with all codes and agencies htMug jurisdiction. Inclusion in this spcc:l]cation any material, product or item does not permit the contractor to assume that the mmcrial or product is permitted for use. The product may have to be enhanced, limited or restricted fi'om use per code or statute, as required by decisions and selections, which have been left to thc designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are Io verify that all specified items meet or exceed the requirements set forth in the RFP and tire compatible with the final design documents provided by the design build team. Shot, kl !i~c use of an alternate product or material be desired, the contractor may provide a substitt~&,: Substitntions however, must meet or exceed the minimum requirements or performance thai ;~:teristics set forth in this section. PART 1 - GENERAI~ 1.01 - SECTION IN('I,UDES A. Commcrci;tl t; laid sheet vinyl llooring and accessories, as required for complete installation. 1.02 - RELATE I) 24 I(CTIONS A. Section 03(901: Concrete 1.03 - REFERE NC ItS A. ASTM D ?).~'-: "rest Method for Static Coefficient of Friction of Polish-('o:~lc, Floor Surfaces as Measured by the James Machine (James S;i., <). B. ASTM t! (,4- !-est Method lkw Critical Radiant Flux of'Floor Covering S;, :;:ms Using a Radiant Heat Energy Source (Flooring Radiant Panel Test). SHAC A 1-01 09661- i 11/29/O 1 SECTION 09661 - SIIEET VINYl. FLOORING C. ASTM E ~)62: l'est Method for Specific Optical Density of Smoke Generated b~, ';olid Materials. D. ASTM F 71~: Practice tbr Preparing Concrete Floors and Other Monolithic Floors to Receive Resilient Flooring. E. ASTM 1r 131 c,: Specilication for Sheet Vinyl Floor Covering with Backing. F. ASTM F !51:,: Practice for Scaling Seams of Resilient Flooring Product, Iix !!.,at Weld Method. G. Federal Spcct ication: FSI -F-475A(3). 1.03 SUBM ITT.\I .$ A. Submit trade: .wovisions of Section 01300. B. Furnish mant: !hcturer's literature for each type of material to be provided for Project. C. Submit tx~ ,, :,is of vinyl sheet flooring material and edge strip material for selection. D. Shop Draxx in:.s: Show locations of seams and edge conditions. E. QualificaLiO~ '.)ocumcntation: P, csilient flooring installer documentation of experience indicating ct':~q*liance with specified qualification requirements. 1.04 QUALITY \5;.',tRANCE At. Coordi;~:!: '.x 4< under provisions of Section 01(/39. B. Installer (,;~: ~c'dtions: Firm with illhli111tuB five years successful experience completing resilien', '.q,,o:' :x? installation simiku' to that required. C. PreinstaJk:t i, ~, (onfcrence: Conduct meeting at site prior to commencing work related to resilient ilo,,: :lg installation. D. Revicxx sit,: ,' ,]itions. procedures, and coordination required with related work. 1.05 DELIVEI>,;. 5, fORAGE, AND tlANDLING SHAC A 1-01 0!)661-0.2 11/29/01 SECTION 09661 - SI IEET VINYL FLOORING A. Store rolls in ul)right position. Store floori n3-' materials in area of application; alloxv two days for material to reach same temperature :m area. and maintain for minimum 24 hours after completion of installation. 1.06 SITE CONI)I i'iONS Maintain mil: mum 65 degree F air temperature at flooring installation area for minimum two da3 s pti,:: to. during, and For minimum 24 hours after installation of resilient flooring. Do not mst:d! <l~cct vinyl flooring until other finishing operations, including painting, are completed. PART 2- PROI)['( 2.01 MATERIAl.5; A. Commcrci::l 5hoer Vinyl Flooring: 1. P~x! ::: :\zrock ('ommcrcial Inlaid Sheet Vinyl Flooring, Series 8000, inlaid c(m:,.:, .iic with compression-resistant vinyl composition chips on l]:,:i~-: h:mking. 0S5" thickness xxith Sani-Safe(3) mildew protection t~oughout '?,x: :mlThick~xess:{~.0SSinch. · ',V: :: l :war Thickness: 0.050 inch. · ~c:m: Treatment: Double cut and Heat xx elded to produce water-tight joints. 2. X??: ~'d Equal B. Seam T:':.:::~ :~t:: Underscribcd and l teat welded to produce water-tight joints. 1. Stand::: $~'~[ or exceed requirements ofASTM F 1303, Type II, Grade ', :~ .cilag Federal 5pccificationFS L-F-475A(3)) 2. Flamm .r L .~: l>rox idc materials xxith 0.45 CRF (critical radi~t flux) or 2 i~:::r xxhen tesled in accordance with ASTM E 648, Flooring I~;:,~bnt Panel Test. 09661-3 SHAC AI~O1 11/29/01 SECTION 09661 - SIIEET VINYL FLOORING 3. Smoke l)~;:,ity: Provide materials with smoke density of less than 45(} xx!~en tested in accordance with ASTM E 662,. 4. Static lx~ad: Provide materials with static load limit of 250 psi or higher as recast, vd by ASTM F-970 (modified). 5. Slip Resi :;:~;/ce: Provide materials with minimum rating for floors xx he~; :sted in accordancc with ASTM D 2047, James Slip Test. 6. Pattcm: ~ ;~: nidirectional. 7. Color: [,, ~': selectcd by Oxx tier fi'om manuGcturer's full range of available colors. 8. Welding 14 ~ds: Manufacturer's standard solid-color vinyl welding rods for heat- welding ~ 2.02 ACCESSOR: 1. Inte?': t, ,. e Base Accessories: Provide accessories as reqair~d: mtegral cove base ma~cbing flooring. 2. Cap S:: ip:: fomogeneous vi%l cove base cap slrip to matching flooring. 3. Edge Sl~'i~ Homogeneous vinyl, tapered or bullnose edge. ~,,-: As selected by Architecl ~o compliment floodng. 4. Subi~, ~q: Elcr: Hydraulic/Portland cement based material designed for W ~ thin solid surlhcc lb:- leveling and lbr minor ramping ofst,i~ :~:. ~ to actjacent floor fi~;ishes. PART3-EXK( [ i.ON 3.01 EXAM1NATI( N A. Veri~~ co:~,] ns of substrate arc suitable IBr installation of resilient flooring in accorda:;ce. ~1 manul~cturer rccoBlmendatioHs. SHAC Al-01 0!,1661 11/29/01 I~4 C-BO,: SECTION 09661 - SIIEET VINYL FLOORING 1. Undcrl% mcut to be free of irregularities, and to be free of substances which could interfere xx i;i: adhesion of resilient flooring. 3.02 PREPARVI'II ) N A. Compl> v ~: :~anufacmrer recommcudations for preparation ofsubstrate. I. Rems,,. c .: :loor ridge~ and btm:ps; fill Iow spots, cracks, joints, holes, and defects with s~;b::. ,~l' filler. Clean floor and apply, trowel, and float filler to leave smooth, flat bard 2. Probibi~ :::flqc in area until Iillcr is cured. 3.03 INSTAL 1. A TI ( ) N A. Comp]> v :..: ~anufacturer's recommendations and installation instructions. Spread :}dh: e evenly in quantity recommended by manufacturer to ensure adhesion over em irc :.:. a of installation; spread only enough adhesive to permit installation of flooring be:b: .. initial set. Set floeri n~ )lace, press with heax y roller to ensure full adhesion and to remove trapped air. ::xl press at areas xx here roller cannot reach. Comp(, ',. it xmufacmrer's recommcuded seam treatments; lay flooring with minimum seams. ,,. :'! :tern parallel to building lines to produce symmetrical pattern unless otherxx:s~: : :ate& ::.il width rolls to maximum cxtent possible, not less than 1/3 width permitted. cut sheets and Iwoduce net even joints. Ex:v: :esitient flooring into toe spaces, door reveals, closets, :~::,:. lar al'cas. :lding Seams: Rou[ .iomts and heat weld seams with welding rods for installatioo; co:xlQ, with manufacturer recommendations and and with .\SIM F 1516 for flush surfaces. SHAC Al-01 11/29/0l 09661-5 I~,~ C 2C, ,~ ~ SECTION 09661 - %IIEET VINYL FLOORING Tc:-~ :ate resilient flooring at centerline of door openings where adjacent floor l]~:i:,: · dissimilar. edge strips (moldings) at unprotected and exposed edges where flooring tk,'l'lll il l:ll es. Fi: 5, .~ing to xvalls, colum~s, tloor outlets and other appurtenances, to produce cut vinyl floori~]5 ;o t'onn integral coved base including cove support strip aud top cap. I~: :: ',~p edge strip lex e', x,,itl~ floor lines, with tightly butted jo:.:::, nd mitered corncr:q 10. , ~gcst top edge pieces available, maintain minimum 48 inches joints. 11. I1:.~ 4 inch. 3.04CLEANINt; , :D POLISHING Remove , adhesive from floor, base. and wall surfaces without causing damage to surfaces ~::,_ , cleaning operutions, and repair damage to adjacent materials caused by resilient I~ ~,. ~t~g installation using methods recommended by adjacent material maml fl~cl~::'c: B. Clean fl~ :- .m~g care not to xx asl; floors prior to adhesive set. C. Apply I~, Ch in accordancv ',,. i:h mat:ttl}~cturcr's recommendations. 3.05 PROTEC't';:, A. Prohibit ~ ::~.. fi'om floor for 4> i~om-s after installation recommendations. Protect II, beav.x ob, damaged" "'om damage dm'i::5 remainder of construction operations; do not move x et' resilient ilo,v, iai: xx hicl: could damage flooring; replace flooring :)sequent COllStl't;2[iO!l opcratious. l(Ni) OF SECTION SHAC Al-01 09661-6 11/29/01 i~M QI~OUP SECTION 09682 - CARPET DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not pem~it the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that alt specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART I - GENERAL 1.01 - SECTION INCLUDES A. Ali floor carpet where carpet is indicated. B. Vinyl base at all carpet locations. C. Carpet accessories. 1.02 - RELATED SECTIONS A. Section03001 - Concrete B. Section 09660 - Resilient Flooring and Base - Vinyl Base 1.03 - REFERENCES A. ASTM D2859 - Test Method for Flammability of Finished Textile Floor Covering Materials. B. ASTM E84 - Surface Burning Characteristics of Building Materials. SHAC Al-01 09682~ 1 10/31/01 I~M G F~OU P SECTION 09682 - CARPET 1.04 - QUALITY ASSURANCES For cutting, laying and trimming of carpeting use only thoroughly trained and experienced carpet installers who are completely familiar with the materials specified, the manufacturer's recommended methods of installation and the requirements of this work. 1.05 - SUBMITTALS A. Submit under provisions of Section 01300. B. Four (4) copies of Flamespread Test Reports or Radiant Panel Test to verify the meeting of the various requirements specified herein. C. Carpet and base manufacturer's descriptive data and color swatches shall be submitted to the Architect/Engineer for color selection and approval. D. Three 12" x 12" samples of color selected shall be submitted to the Architect/Engineer for final approval of color and material. E. Submit manufacturer's certificate stating that carpet furnished, identified by register numbers, was manufactured according to these specifications. F. Submit shop drawings showing layout of carpet, seam location(s), metal accessory type and location. G. Accompanying the samples submittal, include two (2) copies of the manufacturer's currently recommended methods of installation for the materials specified. H. Submit guarantee and maintenance instructions at completion of work. 1.06 - REGULATORY REQUIREMENTS A. Conform to applicable code for flame/smoke rating requiremenls. Carpeting shall have at a minimum a flamespread rating of 25 or less in accordance with ASTM Spec. E-648, Standard Method of Test for Surface Burning Characteristics of Building Materials or pass the National Bureau of Standards' Radiant Panel Test. 1.07 - ENVIRONMENTAL REQUIREMENTS A. Store materials for 3 days prior to installation in area of installation to achieve temperature stability. SHAC Al-01 09682-2 10/31/01 I~t QP. OU P SECTION 09682 - CARPET B. Maintain minimum 70 degrees F ambient temperature 3 days prior to, during and 24 hours after installation. 1.08 - MAINTENANCE DATA A. Submit under provisions of Section 01700. B. Maintenance Data: Include maintenance procedures, recommended maintenance materials, and suggested schedule for cleaning. 1.09 - EXTRA MATERIAL A. Furnish under provisions of Section 01700. B. Provide 10 sq. ft of carpeting of each type, color, and pattern specified. 1.10 - PRODUCTS HANDLING A. Deliver in original mill wrappings with register number marked on each bale. Store under cover in dry, well ventilated space. Use all means necessary to protect carpeting materials before, during and after installation and to protect the installed work and materials of all other trades. In the event of damage, immediately make all repairs and replacements necessary to the approval of the amhitect and at no additional cost to the Owner. 1.11 - GUARANTEE A. Carpet shall have a ten (10) year wear guarantee on the yam. B. Tufted carpet shall have tuft-bind guarantee which must be submitted to the Architect for approval. 1.12 - ALLOWANCE Allow the sum of twenty dollars ($20.00) per square yard for the fumishing of carpet F-O-B, at job site. This allowance shall be for the actual cost of the carpet, it being understood that the installation of the carpet, overhead or collateral expenses shall be borne by the contractor. B. Should the actual cost of the carpet selected exceed the allowance, the Owner shall pay the difference. Should the allowance exceed the cost, the Owner shall receive full credit for the SHAC Al-01 09682-3 10/31/01 I-t~M Q2OUP SECTION 09682 - CARPET difference. The contractor shall submit all financial documentation for the purchase of the carpet to the Architect, for review and approval, prior to payment for carpet materials. PART 2 - PRODUCTS 2.01 - OTHER MATERIALS A. All other materials not specifically described but required for a complete and proper installation, shall be new, first quality of their respective kinds as recommended by the manufacturer of the carpeting, and subject to approval of the Architect. All adhesives must meet or be better than the flammability requirements for carpet and as required by code. 2.02 - ACCESSORIES A. Sub-Floor Filler: Type recommended by adhesive material manufacturer B. Adhesive: Water-proof type compatible with carpet material. Recommended by carpet manufacturer. C. Reduce molding shall be Model 930 - Snap-Down T and 970 - Track, manufactured by MERCER PRODUCTS COMP. or approved equal, color selected by Architect/Engineer. D. Seam material shall be that required for hot-iron adhesive type and acceptable to carpet manufacturer. 2.03- COLORS AND PATTERNS A. Colors and patterns will be selected by Architect from manufacturers complete line of carpet. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify that surfaces are smooth and flat with maximum variation of ~A inch in t0 ft. and area ready to receive work. B. Verify concrete floors are dry and exhibit negative alkalinity, carbonization, or dusting and comply with manufacturer's guidelines and requirements for carpet installation. SHAC Al-01 09682-4 10/31/01 I~//~ G[~OUP SECTION 09682 - CARPET Prior to all work of this Section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. D. Verify that carpeting may be installed in accordance xvith the original design and the manufacturer's recommendations. 3.02 - PREPARATION A. Ail surfaces to receive carpet shall be thoroughly clean, dry, dust free and in a condition satisfactory to the carpeting contractor. B. Prepare surfaces to satisfactorily receive carpeting by using a good quality floor filler to fill in cracks, holes or any other indentation marks. Bumps shall be sanded down to a flat surface. C. Apply, trowel, and float filler to achieve smooth, fiat, hard surface. Prohibit traffic until filler is cured. D. Thoroughly vacuum fioor befure applying adhesive. The contractor shall notify the Architect in writing of any conditions which will prevent him form starting work. The start of installation in each area shall be an indication of the carpeting contractor's acceptance of the surfaces as being satisfactory for installing carpet and he will atttomatically assume the responsibility for any unacceptable finish work caused by known floor conditions. 3.03 - INSTALLATION Carpeting contractor shall measure carefully and check all dimensions and other conditions in the field to insure proper fit in the areas designated. Carpeting contractor shall be totally responsible for the accuracy of his measurements on total yardage requirements, individual floor yardage requirements, dye lot yardage requirements, and roll length requirements to be furnished. B. Material shall be stored in an enclosed and dry area protected from damage and soiling. C. All carpet shall be inspected before installation and no material shall be installed which contains any imperfections. D. Carpet shall be installed by the glue-down method. SHAC Al-01 09682-5 10/31/01 Id~ QP. OUP SECTION 09682 - CARPET E. All materials shall be installed by experienced carpet mechanics of commercial carpet in accordance with these specifications and those of the manufacturer. Whenever it is necessary to cut out for conduits, pipes, columns, etc., raw edges of the carpet will be neatly trimmed. No ragged edges shall be left exposed to view. All sproutings must be neatly trimmed. Carpet shall be installed wall to wall or to termination points noted on drawings, using continuous lengths and as broad widths as possible. Seams shall be a minimum of twelve (12') feet apart. Carpet shall be laid with a minimum of cross and edge seams and where necessary, cross-seaming shall occur in doorways. Cut edges shall be treed and beaded with good quality seam-sealer cement being careful not to get the cement on the face of the carpet. Patching with pieces shall not be permitted. Cross and edge seams locations to be approved by Architect prior to laying carpet. H. Exposed carpet edges shall be finished with 1" vinyl taper strips. All edging strips must be cut to securely fit door openings. Mitered joints must tightly fit entire length of joints. Make all seams as inconspicuous as possible, fiat, unpuckered, completely free from glue on the exposed surface, and located only where shown on the approved Shop Drawings. Any seams not shown on Shop Drawings must be approved by the Architect prior to installation. J. Apply carpet and adhesive in accordance with manufacturer's instructions. K. Veri fy carpet match before cutting to ensure minimal variation between dye lots. L. Trim and fit seams in workmanlike manner. Adjust any irregularities in thickness as recommended by carpet manufacturer so that the height o fall adjacent breaths will be equal. M. Fit carpet tightly to all vertical surfaces. N. Install molding at edges abutting floors at different levels. O. Install vinyl base molding at all walls in accordance with manufacturer's printed instructions and details. 3.04 - CLEANING A. Clean work under provisions of01700. B. Remove soiled spots or excess adhesive without damage, from floor, base, and wall surfaces. SHAC Al-01 09682-6 10/31/0l I~M QI~OUP SECTION 09682 - CARPET C. Clean and vacuum carpet surfaces. Upon completion of the carpeting installation in each area, visually inspect all carpet installed in that area and immediately remove all dirt, soil, and foreign substance from the exposed face; inspect all adjacent surfaces and remove all marks and stains caused by the carpet installation; remove all packaging materials, carpet scraps, and other debhs from the carpet installation to the area of the jobsite set aside for its storage. All loose pieces of face yam must be trimmed with sharp scissors. 3.05 - PROTECTION Adjacent Materials: The Carpeting Contractor shall protect all adjacent surfaces from damage due to work or materials of this entire specification, and, if damage does occur, be responsible for repair, cleaning or replacement. Immediately after the installation of the carpet, and prior to any additional work performed in the carpeted area, adequate measures shall be taken to protect the carpet for the duration of the Construction Process. At the conclusion of the Construction Process, all protective measures shall be removed and the carpet shall be restretched, repaired or replaced, because of any damage caused to the carpet by any trade at no additional cost to Owner. 3.06 - REMNANTS A. For replacement and repair the installation contractor shall furnish the O~vner with all unusable scrap packaged in appropriate wrapping, labeled and delivered to the job site with the extra material called for in this section. Minimum size of remnants to be 12" x 12". 3.07 - SCHEDULE A. Locations for carpet and vinyl base as indicated on finish schedule on drawings. B. Colors, for all carpet areas to be selected and approved by Owner. END OF SECTION SHAC Al-01 09682-7 10/31/01 I~/~ CBOUB SECTION 09900 -PAINTING DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion ora specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART I - GENERAL 1.01 ~ SECTION INCLUDES A. Surface preparation. B. Painting, staining, sealing and filling. C. The work described in this section includes, but is not limited to the following: 1. Concrete block andbrick. 2. Miscellaneous Steel. 3. Exposed metal. 4. Millwork. 5. Trim work. 6. Doors & Frames. 7. Gypsum Board. 8. Miscellaneous walls and surfaces, as indicated on painting schedule, plans and details. 9. Access doors, panels, miscellaneous trim and surfaces not prefinished or excluded specifically. 10. Mechanical grilles, convectors, registers, diffusers, panels, etc., 11. Exposed pipes and conduits. 12. All items provided by other specification sections and/or indicated on contract drawings that are not pre finished or that are furnished in prime coats. E. Ail sections or work referencing this section. SHAC Al-01 09900-1 10/31/01 I~,~ C-I~OUP SECTION 09900 -PAINTING F. ItemsNot Included 1. Anodized aluminum surfaces. 2. Prefinished surfaces. 1.02 - RELATED SECTIONS A. Section 03001 - Concrete B. Division 4- Masonry C. Section 04200 - Concrete Unit Masonry D. Section 05120- Structural Steel E. Section 05500 - Metal Fabrications F. Section 06220- Milkvork G. Section 07900 - Caulking and Sealants H. Division 8 - Doors and Frames I. Section 09250- Gypsum Drywall J. Division 15 Mechanical and Plumbing Items K. Division 16 Electrical Items 1.03 - REFERENCES A. NYSDEC: VOC Compliance. 1.04 - SUBMITTALS A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide data on all finishing products to be used. C. Samples: 1. Submit txvo sets of paper chip samples, illustrating range of colors available for each surface finishing prodnct scheduled. 2. Submit one sample of each type of wood finished for approval. D. Manufacturer's Instructions: Indicate special surface preparation procedures and substrate conditions requiring special attention. SHAC Al-01 09900-2 10/31/01 l~ Q750U P SECTION 09900 -PAINTING Provide schedule indicating all surfaces to be painted, type of primer and finish paint, surface preparation and color to Architect prior to application. Provide manufacturers product number and description. 1.05 - QUALITY ASSURANCE The Contractor shall either verify in writing that he intends to apply the proprietary products listed in the Paint Schedule, or shall submit for approval a list of comparable materials of another listed approved manufacturer. This submittal shall include tull identifying product names, descriptive literature, catalog numbers, and color samp!es. No claim by the Contractor as to the unsuitability or unavailability of any material specified, or his unwillingness to use same, or his inability to produce first class work with same, will be entertained. 1.06 - DELIVERY, STORAGE AND PROTECTION A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products. B. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. Paint Materials: Store at minimum ambient temperature of 45 degree F (7 degrees C) and a maximum of 90 degrees F (32 degrees C), in ventilated area, and as required by manufacturer's instructions. F. Do not alloxv product to freeze. 1.07 - ENVIRONMENTAL REQUIREMENTS A. Section 01600 - Material and Equipment: Environmental conditions affecting products on site. B. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. C. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity ranges required by the paint product manuhcturer. Apply exterior paint only when temperature exceeds 50~F or as other,vise required by manufacturer and drying conditions are good and predicted to remain so for at least 24 hours. Apply interior paint only when inside space and surface temperatures exceed 60oF or as required by manufacturer and will be maintained above that point until paint has dried. Provide and maintain application temperatures for all finishes. SHAC Al-01 09900~3 10/31/01 lJ~M~ CI~©UP SECTION 09900 -PAINTING 1.08 - PROJECT CONDITIONS A. Section 01039 - Coordination and Meetings. B. Sequence application to the following: 1. Do not apply finish coats until paintable sealant is applied. 2. Do not apply sealant or primer until surfaces are properly prepared. 1.09 - EXTRA MATERIALS A. Section 01700 ~ Contract Closcout. B. Supply 1 gallon of each color, type, and surface texture used; store ~vhere directed. C. Label each container with color, type, texture, room locations, in addition to the manufacturer's label. 1.10 - PROTECTION OF OTHER WORK The Contractor shall furnish and lay drop cloths in all areas where painting is being done to protect floors and other work from damage. He shall be responsible for any damage to other work and shall replace any materials which have been damaged to such an extent that they cannot be restored to their original condition. 1.11 - PROTECTION A. Protect all finished surfaces by covering or by removing and replacing, in case of small items such as hardware. 1.12 - JOB CONDITIONS Before painting is started in any area, the area shall be cleaned and excessive dust shall be removed from all areas to be painted. After painting operations begin in a given area, clean only with commercial vacuum cleaning equipment. B. Adequate illumination and ventilation shall be provided in all areas where painting operations are in progress. 1.13 - INSPECTION OF SURFACES Before starting any work, surfaces to receive paint finish shall be examined carefully for defects which cannot be corrected by the procedures specified herein and which might prevent satisfactory painting results. Work shall not proceed until such damages are corrected. B. The commencing of work shall be construed as acceptance of the surfaces, and thereafter this Contractor shall be fully responsible for satisfactory work as required k. erein. SHAC Al-01 09900-4 10/31/01 ld~//~ CBC)UP SECTION 09900 -PAINTING 1.14 - COOPERATION WITH OTHER TRADES A. This work shall be scheduled and coordinated with other trades and shall not proceed until other work and/or job conditions are as required to achieve satisfactory results. The Contractor shall examine the specifications for the various other trades and shall thoroughly familiarize himself with all their provisions regarding painting. All surfaces that are left unfinished by the requirements of other sections except "Items not Included" in this Section, shall be painted or finished as part of the work covered by this Section. PART 2 - PRODUCTS 2.01 - MANUFACTURERS - PAINT A. SHERWIN-WILLIAMS, Product: Heavy-duty maintenance coatings. B. BENJAMIN MOORE C. TOPAZ D. FOSROC E. Or approved equal. 2.02 - PAINT MATERIAL A. Interior Application (Gypsum Wallboard and Plaster) 1. Primer: PROMAR 200 alkyd enamel. Wallboard: B28W200. Plaster: B49W2. 2. Finish: PROMAR 200 alkyd enamel, semigloss. B31W200. B. Concrete Masonry Units 1. Primer: Promar, interior/exteriorblock filler. B25 W25. 2. Finish: Promar 200 alkyd enamel, semigloss. B3 IW200. C. Miscellaneous Metal (Steel): 1. Primer: KEM KROMIK 2. Finish: Silicone alkyd enamel, gloss. D. All Exposed Exterior Steel Framing: 1. Preparation: SSPC-SP6. 2. Primer: Tnemec Primer, Series 10-99; 2.0-3.5 mils dry film thickness. 09900-5 SHAC Al-01 10/31/01 gt~,~ GI2OUP SECTION 09900 -PAINTING 3. Exterior Coat: Series 82 Silicone-alkyd enamel; 1.0-2.0 mils dry film thickness. Lintels, Bollards, Other Misc. Metal Items: 1. Touch up primecoat. 2. Industrial Enamel - VOC complying B54Z Series (2 coats). Custom Wood Casework: 1. Stain or clear finish as selected by Owner Galvanized Metal: 1. Prime coat - opti-bond multi-surface coating B50 W100. 2. Industrial Enamel VOC Complying B54Z Series (2 coats). Ferrous Metals 1. Touch up Prime Coat. 2. Industrial enamel - VOC complying B54Z Series (2 coats). Gloss levels for paints required are as follows (reft National Paint & Coatings Association - NPCA): Sheen Level Test Method Gloss Range Flat 85 degree meter Below 15 Eggshell 60 degree meter 5 to 20 Satin 60 degree meter 15 to 35 Semi-Gloss 60 degree meter 30 to 65 Gloss 60 degree meter Over 65 2.03 - MIXING i. Mixing or tinting shall be done at factory. 2. Site mixing will be prohibited. 2.04 - APPLICATION EQUIPMENT A. Application equipment items are not required to be new, but they shall be adequate and commensurate for the xvork and workmanship required herein. 2.05 - ACCESSORIES MATERIALS Provide all required ladders, scaffolding, drop cloths, maskings, scrapers, tools, sandpaper, dusters, cleaning solvents, and remove waste as required to perform the work and achieve the results specified herein. SHAC A 1-01 09900-6 10/31/01 I~M (cr2oup SECTION 09900 -PAINTING PART 3 - EXECUTION 3.01 - EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. B. Veri fy the surfaces are ready to receive Work as instructed by the product manufacturer. C. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. D. Test shop applied primer for compatibility with subsequent cover materials. E. Do not begin work until surfaces to receive paint are dry, firm, sound, clean and free of defects or blemishes which would adversely affect the quality or appearance of the finished work. F. Beginning of work means Contractor accepts existing surface conditions. G. Verify items are ready to receive finishes. H. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: 1. Plaster and Gypsum Wallboard: 12 percent. 2. Masonry, Stucco, and Concrete Unit Masonry: 12 percent. 3. Interior Wood: 15 percent, measured in accordance with ASTM D2016. 4. Exterior Wood: 15 percent, measured in accordance with ASTM D2016. 5, Concrete Floors: 8 percent. 3.02 - PREPARATION - GENERAL A. Galvanized Surfaces: Remove surface contalnination and oils and wash with solvent. Apply coat of etching primer. B. Uncoated Ferrous Surfaces: Remove scale by wire brushing; wash clean with solvent. Apply treatment of phosphoric acid solution. Prime paint after repairs. C. Shop Primed and Existing Previously Painted Steel Surfaces: Sand and scrape to remove loose paint and rust, power tool clean, feather edges; clean surfaces with solvent. Prime bare steel surfaces. Surface Appurtenances: Remove or mask electrical plates, hardware, light fixture trim, escutcheons, fittings, and all other surfaces to be protected from paint prior to preparing surfaces or finishing. 09900-7 SHAC Al-01 10/31/01 tl~ GF~OU P SECTION 09900 -PAINTING E. Surfaces: Correct defects and clean surfaces which affect work of this section. Remove or repair existing coatings that exhibit surface defects. F. Follow manufacturer's recommendations for preparing surfaces to be primed and painted. G. Clean and sand surfaces to be painted. H. Mask, cover or remove surfaces to be protected from paint. Protect electrical, plumbing and mechanical equipment and systems not to be painted. I. Clean and remove scale, oil or grease from ferrous metal surfaces. 3.03 - APPLICATION A. It is the intent tbat the above brand names and types of material will give complete coverage with uniform appearance. If any additional coat is necessary for complete coverage and appearance, it shall be done at no additional cost. B. All paints to be new stock, delivered to job unopened. Prepare surfaces properly for receiving paint, protect adjacent surfaces not to be painted. C. Use of sprays may be permissible, upon prior approval by Architect and Owner. D. All work shall be carefully done by skilled mechanics. Finished surfaces to be uniform in coverage, gloss, finish and color, and free from brush marks. All coats shall be thoroughly dry before applying succeeding coats. E. Apply products in accordance with manufacturer's instructions. F. Sand surfaces lightly between coats to achieve required finish. G. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. H. Where clear finishes are required, tint fillers to match wood. Work fillers into the grain before set. Wipe excess from surface. Prime concealed surfaces of interior and exterior woodwork witb primer paint. SHAC Al-01 10/31/01 Apply materials to obtain: 1. Smooth uniform appearance. 2. Complete coverage. 3. Match with approved color sample. 4. Work free of runs, sags and skips. 5. Sharp, clean edges where finishes or colors chm~g:. 09900-8 SECTION 09900 -PAINTING 6. Surfaces free of defects and damage at time of acceptance. K. Fill nail holes and cracks after prime coat. Fill minor imperfections in gypsum board prior to final coats. L. Sand metal, wood and drywall between coats. M. Backprime all new wood surfaces. 3.04 - FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT A. Paint shop primed equipment. B. Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical components and paint separately. C. Prime and paint insulated and exposed pipes, conduit, boxes, insulated and exposed ducts, hangers, brackets, collars and supports, except where items are shop finished. D. Paint exposed conduit and electrical equipment occurring in finished areas. E. Paint both sides and edges of plywood backboards of electrical and telephone equipment before installing equipment. F. Color code equipment, piping, conduit, and exposed duct work in accordance with other Sections. 3.05 - CLEAN UP A. Section 01700 - Contract Closeout: Cleaning installed work. B. Collect xvaste material which may constitute a fire hazard, place in closed metal containers, and remove daily from site. C. Install finished items removed by this Section. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. D. Remove masking and protective covering. E. Leave factory finish surfaces clean and free of paint. F. Remove tools, rubbish, equipment and unused material. 3.06 - SCHEDULE A. Concrete Block 1 Coat Primer 2 Coats Finish B. Interior Metal (shop primed) SHAC A1-0I 09900-9 10/31/01 I~M QF~OU P SECTION 09900 -PAINTING 1 coat touch up prime coat 2 coats Alkyd Satin Enamel Finish Interior Metal (unprimed) 1 coat Tough Coat Metal primer 2 coats Alkyd Satin Enamel Finish D. Backprimed Wood 1 Coat Primer Exterior Steel Framing 1 coat primer (shop applied) touch up prime coat (field) 1 coat finish Interior Wood (painted) 1 coat Enamel Undemoat Primer 2 coats Alkyd Semi-Satin Enamel Finish Interior Wood (Stain; clear finish same as below xvithout stain coat) 1 coat wood sealer 1 coat stain 3 coats clear polyurethane Ferrous Metals (shop rpimed) Touch up prime coat 2 coats finish 3.07 - SCHEDULE - COLORS A. Colors as listed on finish schedule or to be selected upon receipt of color samples. END OF SECTION SHAC A 1-01 09900-10 10/31/01 Ifl:Z~Q F~O© P SECTION 10155 - TOILET COMPARTMENTS DESIGN ! BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may bave to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Toilet Compartment, Compartment Doors, all floor mounted and overhead braced, related accessories, and hardware. B. All compartment walls and doors shall be metal compartments with baked enamel finish. 1.02 - RELATED SECTIONS A. Section 06100 - Rough Carpentry. B. Section Toilet & Bath Accessories: Section 10800. 1.03 - SUBMITTALS A. Samples and finish shall be submitted for approval. B. Shop drawings showing details of construction, hardware, fittings, fastenings, and layout conforming to all codes and regulations shall be submitted to the Architect/Engineer for approval. 1.04 - APPLICABLE STANDARDS A. ASTM A 591, Class C. SHAC Al-01 10155-1 10/31/01 Ifl~Of~Otj P SECTION 10155 - TOILET COMPARTMENTS PART 2.01 - A. B, 2.02 - A. B. 2.03 - A. 2.04 - A. PART 3.01 - A. 2 - PRODUCTS MANUFACTURERS GENERAL PARTITIONS MFG. CORP. Or approved equal. MATERIALS AND FABRICATION Toilet partitions shall be galvanized bonderized steel with polyester enamel finish. Exposed hardware and fittings shall be Type 304 Stainless Steel, with satin finish and shall include hinges, latches, coat hook and bumper, attaching devices and 4 inch high plinths. Provide each compartment complete with all hardware, door hinges, latch, keeper and three stops, coat hook, as well as all necessary fittings and fastenings for a complete installation. FABRICATION All components shall be Factory-finished. DESIGN Compartments shall be floor anchored overhead braced type with uni£orm flush front appearance. Comers of doors, panels and pilasters shall be square and neat. 3 - EXECUTION ERECTION Erection of partitions shall be in accordance with manufacturer's standard recom- mendations and the following conditions: 1. All parts shall be erected in a rigid substantial manner, straight, level and plumb. 2. No evidence of drilling, cutting, or patching shall be visible in the finished work. 3. Clearance at vertical edges of doors shall be unifom~, top to bottom, and shall not exceed 3/16 inch in width. 4. Doors shall not be out of line with hardware, carefully adjusted and in perfect working order. SHAC Al-01 10155-2 i0/31/01 SECTION 10155 - TOILET COMPARTMENTS At least two points of support shall be provided for each side of panels. Sex bolts shall be used where practicable instead of tapped machine screws. Bolts to wall construction shall be appropriate for the type of construction and shall otherwise match the bolts used at other locations. All screw heads shall be one way. Do not use sheet metal screws. 6. Post or pilasters shall be floor mounted and fastened by concealed devices permitting adjustment and adjusted to be level with floor or other construction. 7. Finished surfaces shall be cleaned and left free from imperfections. 8. Provide adequate reinforcing, blocking, nailers, etc. required for proper installation. 3.02- TOLERANCES A. Maximum Variation in Plan Dimensions: I/8" horizontal distance. B. Maximum Variation from Plumb: Not to exceed 1/4". 3.03 - SCHEDULE A. Color to be selected from manufacturer's complete color line. END OF SECTION SHAC Al-01 10155-3 10/31/01 I~ C-P~OUP SECTION 10211 - LOUVERS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or wilt not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES B. C. 1.02 - A. B C. D. 1.03 - A. B. Motorized metal louvers and frames. Fixed metal louvers. Bird screening. RELATED SECTIONS Concrete Masonry Unit: Section 04200. Metal Fabrications: Section 05500. Rough Carpentry: Section 06110. Joint Sealers: Section 07900. REFERENCES AMCA 500 (Air Movement Control Association) - Test Method for Louvers. ASTM B221 - Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. SHAC Al-01 10211-1 10/31/01 15~,~ C-P. OUP SECTION 10211 - LOUVERS 1.04 - A. 1.05 - A. B. F. 1.06 - A. 1.07 - A. 1.08 - A. B. PERFORMANCE REQUIREMENTS Design and fabricate units to withstand wind lateral loads and snow loads. SUBMITTALS Submit under provisions of Section 01300. Shop Drawings: Indicate louver layout plan and elevations, opening and clearance dimensions, tolerances; head, jamb and sill details; blade configuration, screens and frames. Product Data: Provide data describing design characteristics, maximum recommended air velocity, design free area, materials and finishes. Samples: Submit two (2) samples, 2" x 2" in size illustrating finish and color of exterior and interior surfaces. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements. Equals will only be accepted if they meet or exceed the performance of specified louvers. QUALITY ASSURANCE Perform work in accordance with AMCA Certification t'or louvers and dampers. FIELD MEASUREMENTS Verify that field measurements are as indicated on shop drawings and instructed by the manufacturer. COORDINATION Coordinate the Work with installation of flashings. Coordinate the Work with installation of mechanical ductwork. PART 2 - PRODUCTS 2.01 - ACCESSORIES A. Fasteners and Anchors: Stainless steel type. B. Head and Sill Flashings: .040 Aluminum roll formed to required shape, single length in one piece per location. Flashings: Of same material as louver frame. Color to be selected by Owner. SHAC Al-01 10211-2 10/31/01 I~ GI~OUP SECTION 10211 - LOUVERS C. Screens: Install screen mesh in shaped flame, reinforced corner construction, shop installed to louver with fasteners. Screen shall be easily removed from the building interior. D. Sealants: Type specified in Section 07900. 2.02 - MOTORIZED LOUVERS A. Manufacturer: CONSTRUCTION SPECIALTIES INC., High Performance Drainable Louvers, 4" extruded almninum, anodized finish. B. Size, quantity and location as required and as shown on drawings. C. Frames and blades: 6063-T5 alloy 0.081" thick, extruded aluminum. D. Blades: One piece extrusions with gutters designed to catch and direct water to jamb and mullion drains. E. Frames: Combination of 4-inch extruded aluminum channel and angle, with reinforcing bosses and groove inserts for vinyl seals. F. Power for motors to be connected by others. G. Controls: Provide thermostat to control louvers at location to be approved by Owner. 2.03 - SCREENS A. Bird Screen: V2" aluminum mesh, set in aluminum frame. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verify that prepared openings, flashings and curbs are ready to receive work and opening dimensions are as indicated on shop drawings and instructed by the manufacturer. 3.02 - INSTALLATION A. Install louver assembly in accordance with manufacturer's instructions. B. Install louvers level and plumb. C. Install flashings and align assembly to ensure moisture shed from flashings and diversion of moisture to exterior. D. Secure louvers in opening framing with concealed fasteners. E. Install screens and frame to interior of louver where indicated. SHAC Al-01 10211-3 10/31/01 Id~/_M Qr~OU ~) SECTION 10211 - LOUVERS F. Install perimeter sealant and backing rod in accordance with Section 07900. G. Locate louvers as required. 3.03 - ADJUSTING A. Adjust work under provisions of Section 01700. 3.04 - CLEANING A. Clean work under provisions of 01700. B. Clean surfaces and components. 3.05 - SCHEDULE A. Refer to contract drawings. END OF SECTION SHAC Al-01 10211-4 10/31/01 lJ~,~ QF~©U P SECTION 10520 - FIRE EXTINGUISHERS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Fire extinguishers. B. Locate as shown on contract drawings. 1.02 - RELATED SECTIONS A. Rough Carpentry - Section 06110. B. Metal Stud Framing System - Section 09150. C. Gypsum Drywall - Section 09250. D. Painting - Section 09900. 1.03 - REFERENCES A. ANSI/NFPA 10 - Portable Fire Extinguishers. B. UL 299 - Dry Chemical Fire Extinguishers. SHAC Al-01 i0520-1 10/31/01 I~,~ QP~OUP SECTION 10520 - FIRE EXTINGUISHERS 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. B. Submit equipment cuts showing dimensions and installation requirements. 1.05 - OPERATION AND MAINTENANCE DATA A. Submit under provisions of Section 01700. B. Maintenance Data: Include test, refill or recharge schedules and re-certification requirements. 1.06 - REGULATORY REQUIREMENTS A. Conform to applicable code. 1.07 - ENVIRONMENTAL REQUIREMENTS A. Do not install extinguishers when ambient temperature may cause freezing of extin- guisher ingredients. PART 2 - PRODUCTS 2.01 - MANUFACTURERS A. POTTER - ROEMER B. Or approved equal. 2.02 - EXTINGUISHERS A, Provide six (6), #10 Class A, B, C fire extinguishers (for general areas). All extinguishers to be capable to be mounted on wall brackets. 2.03 - WALL BRACKETS A. Provide surface mounted ,,,,'all bracket mounting clips and all required accessories and fasteners for six (6) fire extinguishers. SHAC Al-01 ' 10520-2 10/31/01 Idem GF~OU P SECTION 10520 - FIRE EXTINGUISHERS PART 3 - EXECUTION 3.01 - INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install surface mounted fire extinguishers where instructed in field. C. Secure rigidly in place. D. Place extinguishers on clips. END OF SECTION SHAC A 1-01 10520-3 10/31/01 I~ Cr~oup SECTION 09510 - ACOUSTICAL TREATMENT DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not pemfit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART I - GENERAL 1.01 - SECTION INCLUDES A. 2' x 2' acoustical ceilings, complete with suspension systems and related accessories. It shall be the ceiling contractor's responsibility to coordinate with all other trades and other contractors hired by the Owner including but not limited to the telephone company, mechanical and air balance perso~mel, and security system installer. Contractor shall remove and replace ceiling panels as required. It shall be the ceiling contractor's responsibility to furnish a finished ceiling with no broken, scan'ed, marked, or soiled ceiling panels following the total completion of the project. Contractor shall assume removal replacement of up to 20% of ceilings installed. 1.02 - RELATED SECTIONS A. Section 06110- Rough Carpentry B. Section 07200- Insulation. C. Section 09250 Gypsum Drywall. SHAC Al-01 09510-1 10/31/01 1f12~t~ GI~OUP SECTION 09510 - ACOUSTICAL TREATMENT E. 1.03 - A. 1.04 - A. 1.05 - A. 1.06 - A. B. 1.07 - A. Division 15 - Mechanical and Plumbing Items. Division 16 - Electrical Items. REFERENCES Job conditions, preparatory work, and installation techniques shall be in accordance with Acoustical Materials Association Installation Recommendations. B. Acoustical units shall be as described in the current edition of the Acoustical Materials Association Performance Data Bulletin. WARRANTY Provide manufacturer's standard limited 15 year warranty against sag o£ ceiling panels and 15 year warranty on rusting o£grid. SYSTEM DESCRIPTION Suspension System: Rigidly secure acoustic ceiling system including integral mechanical and electrical components. SUBMITTALS Section 01300 - Submittals: Procedures for submittals. Product Data: Provide data on metal grid system, components, acoustic tile units and accessories. C. Samples: Submit two 6" x 6" samples illustrating material and finish of all acoustic units. D. Submit to the Architect/Engineer for approval scaled drawing showing layout of suspension system and tile, incorporating light fixtures, grilles and other items mounted through or on acoustical ceiling. REGULATORY REQUIREMENTS Conform to applicable code for combustibility requirements for materials. SHAC Al-01 09510-2 10/31/01 Id~l GF~OU P SECTION 09510 - ACOUSTICAL TREATMENT 1.08 - A. 1.09 - A. C. 1.10 - A. 1.11 - A. B. ENVIRONMENTAL REQUIREMENTS Section 01600 - Material and Equipment: Environmental conditions affecting products on site. B. Maintain unifom~ temperature of minimum 60 degrees F and maximum 80 degrees F and maximum humidity of 75 pement prior to, duhng, and after acoustic unit installation. DELIVERY Deliver materials in manufacturer's original, unopened, containers, labeled so as to allow easy identification. Follow manufacturer's instructions on storage of materials. Do not store materials in damp or wet areas. PROJECT CONDITIONS Section 01039 - Coordination and Meetings. B. Sequence work to ensure acoustic ceilings are not installed until building is enclosed, sufficient heat is provided, dust generating activities have terminated, and overhead work is completed, tested, and approved. Install acoustic units after interior wet work is dry. EXTRA MATERIALS Section 01700 - Contract Closeout. Provide 10 percent of total acoustic unit area of each t.xpe of tile to Oxvner. PART 2 - PRODUCTS 2.01 - STANDARD OF QUALITY A. The following acoustic tile specification is based upon products as manufactured by Am~strong. Substitutions shall be considered during bidding as stipulated in section 01300. SHAC Al-01 09510-3 10/31/01 Ifl~/~ C-P~OUP SECTION 09510 - ACOUSTICAL TREATMENT 2.02 - SYSTEM TYPES A. The following types are designated on the drawings in the room finish schedules: Type "ACT-A"- 24" x 24" x 5/8" Armstrong "Clean Room VL Nonperforated # 868" White, Humiguard Plus, Fireguard, lay in for Prelude Plus 15/16" exposed tee grid. 2. Provide Fireguard ACT option at all locations. Provide all boxes, firestopping and miscellaneous work as required above ceilings scheduled on drawings to receive fire rating as required to maintain assembly rating. Additional work to include but is not limited to maintaining fire assembly rating for penetrations in ceiling for finished mechanical, electrical, plumbing, work. B. Grid System 1. ASTM E580, Galvanized steel with baked polyester paint finish. 2. Style: I5/16" Prelude Plus Exposed Tee Grid, Color: White. Suspension system shall not be less in size and strength than required to support itself and shall be increased in size and strength as necessary to support the light fixtures, acoustical units and related items without deflecting more than 1/36" of the span when tested as a simple beam, ends free. 4. Provide fireguard grid at all locations. Provide fireguard grid with hold do~vn clips and all required accessories to conform to UL assembly at all locations scheduled to receive fire rating. 2.03 - HANGERS Suspension wire attached to power actuated fasteners shall be 12 gauge galvanized pre- straightened wire to support a maximum of 16 sq. ft. of ceiling and 8 gauge galvanized pre- straightened wire to support a ceiling area exceeding 16 sq. ft. No hanger shall support more than 24 sq. ft. of ceiling. B. Types of power actuated fasteners shall be subject to the approval of the manufacturer for the type of ceiling installed. SHAC A 1-01 09510-4 10/31/01 Id~,~ QI~OUP SECTION 09510 - ACOUSTICAL TREATMENT 2.04 - ACCESSORIES A. Provide all accessories, as required to meet UL fire rating or as recommended by manufacturer for use/condition including but not limited to additional support, spacers, hold downs, and wall moldings. B. Acoustic Bart Insulation specified in Section 07200. C. Acoustic Sealant for Perimeter Moldings: Specified in Section 07900. D. Touch up Paint: Type and color to match acoustic and grid units. PART 3 - EXECUTION 3.01 - A. 3.02 - A. SHAC A 1-01 10/31/01 EXAMINATION Section 01039 - Coordination and Meetings: Verification o£ existing conditions before starting work. Verify that layout of hangers will not interfere with other work. INSTALLATION Install ceiling system per manufacturer's instructions and to support ceiling and applied fixture loads. Provide hanger wire at all four comers of each light fixture. Install ceiling tile in accordance with tile layouts shown on Reflected Ceiling Plans and approved shop drawings. Coordinate work closely with mechanical and electrical trades in order to establish and maintain clearances with a minimum of conflict. Refer to Acoustical Materials Bulletin LXXII (1962) for installation and materials standards. lnstall after major work above ceiling work is complete. Coordinate the location of hangers with other work. Hanger spacing to fall not more 4'-0" o.c., not more than 2'-0" from ends, and not more than 4' o.c. bet;veen ends of main runners and as required to support other work resting in or on ceiling. All four comers of all light fixtures must be supported with hanger wire. 09510-5 ~M GI~OUP SECTION 09510 - ACOUSTICAL TREATMENT G. Where ducts or other equipment prevent the regular spacing of hangers, reinfome the nearest affected hangers and related carrying channels to span the extra distance. H. Do not support components on main runners or cross runners if weight causes total dead load to exceed deflection capability. I. Do not eccentrically load system, or produce rotation of runners. Perimeter Molding: 1. Install edge molding at intersection of ceiling and vertical surfaces into bed of acoustic sealant. 2. Use longest practical lengths. 3. Overlap and rivet comers. 4. Provide at junction with other interruptions. 5. To be same material and style as grid system. 6. To be manufactured by the same manufacturer of grid system. Wall moldings shall be provided at the perimeter of all rooms and shall be securely fastened to walls or as indicated. Finish channel comer plates shall be used at all exterior comers. Channel flanges shall be cut, the web bent, and flanges overlapped to form interior comers. Install light fixture boxes constructed of gypsum board or acoustic panel above light fixtures in accordance with UL assembly requirements and light fixture ventilation requirements where required. 3.03 - INSTALLATION - ACOUSTIC UNITS A. Install acoustic units in accordance with manufacturer's instructions. B. Fit acoustic units in place, free from damaged edges or other defects detrimental to appearance and function. C. Lay directional patterned units one way. Fit border trim neatly against abutting surfaces. D. Install units after above ceiling work is complete. E. Install acoustic units level, in uniform plane, and free from t~vist, ~varp, and dents. F. Cutting Acoustic Units: I. Cut to fit irregular grid and perimeter edge trim. SHAC Al-01 09510-6 10/31/01 I~/M Qraoup SECTION 09510 - ACOUSTICAL TREATMENT 3.04 - A. B. 3.05 - A. B. C. 2. Cut edges to field cut units. 3. Double cut and field paint exposed edges of tegular or recessed units. CLEANING Tile and trim shall be clean and without blemish at time of acceptance. At the completion of the finished acoustical ceiling work, remove all rubbish from the building, leaving floors broom clean. Excess material, scaffolding, tools and other equipment shall be removed from the building and job site. ERECTION TOLERANCES Section 01400 - Quality Control: Tolerances. Maximum Variation fi'om Flat and Level Surface: I/8 inch in 10 feet. Local kinks or bends shall not be made in hanger wires as a means of leveling main runners. Wire hanger loops shall be tightly wrapped and sharply bent to prevent any vertical movement or rotation of the member within the loops. Maximum Variation front Plumb of Grid Members Caused by Eccentric Loads: 2 degrees. END OF SECTION SHAC Al-01 09510-7 10/31/01 l~M Q FaOU P SECTION 10800 - TOILET & BATH ACCESSORIES DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is pemfitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible xvith the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART1 - GENERAL 1.01 - SECTION INCLUDES A. Toilet and bath accessories and related items. 1.02 - RELATED SECTIONS A. Section 06110: Rough Carpentry. B. Section 06200: Finish C,'~rpentry. C. Section 09250: Gypsum Drywall. 1.03-GENERAL The model numbers indicated are those of Bobrick and are given for convenience in identifying the items described hereinafter. Acceptable designs may differ from those illustrated, provided that the items conform to stated requirements and dimensions, and that the items are approved by the Architect/Engineer as outlined in Section 01300. Accessories shall be of approved design and shall be delivered to the site ready for installation. Surface-mounted accessories shall be mounted on concealed backplates, except where specified otherwise. Accessories without backplates shall have concealed fasteners. SHAC Al-01 10800-1 10/31/01 Idem Gr~oup SECTION 10800 - TOILET & BATH ACCESSORIES 1.04 - SUBMITTALS A. Submit for the Amhitect/Engineer's approval a list of items with manufacturer's name, model number and complete descriptive data. 1.05 - QUALITY ASSURANCE Field Measurements: Verify actual measurements/openings, recesses, operating clearances and distances between accessories and between all construction items to be installed before placing order. If conflicts occur notify Architect/Engineer of conflict so that options for avoiding conflict can be resolved. If necessary relocation or selection of an altemate accessory may be required. Relocation or replacement is to be completed at no additional cost to Owner with the following exception. If replacement accessory is more expensive than item specified, or if construction work required for new accessory is more extensive than item specified, Owner shall pay difference. No ~stocking or reconstruction costs will be entertained. PART 2 - MATERIALS 2.01- MANUFACTURER A, Bobrick Washroom Equipment Inc. B. Or approved equal. 2.02- ACCESSORIES A. Surface Mounted Sanitary Napkin Disposal, Matrix Series (Bobrick B-5270). Furnish with each accessory provided item 270-12, disposable liners for sanitary napkin disposal. B, Surface Mounted Multi Roll Toilet Tissue Dispenser, Matrix Series (Bobrick B-5288). C. Surface Mounted Paper Towel Dispenser, Matrix Series (Bobrick B5262). D. Surface Mounted Soap Dispenser for Antibacterial Soaps, Matrix Series (Bobrick B- 5090). Surface Mounted Mirror with Stainless Steel Angle Frame with Laminated Glass Mirror (Bobrick B-2909) (Utilize stock sizes where possible to fit specific wall space, custom fabricate all other mirrors). Ail Stainless Steel Grab Bar (Bobrick Model No. B-6806 Series). - Grab bar shall be 18 gauge (Type 304) stainless steel tubing with satin finish of size 1~ 1/2 inch o.d. x 18 gauge wall. Sizes as indicated on drawings. 1. Flanges shall be 11 gauge stainless steel, 3 inch diameter, 1/2 inch deep with satin finish. Edge of flange shall have 3/16 inch radius. Ends of grab bar shall be SHAC AI-01 10800-2 10/31/01 Id~ Qr~oup SECTION 10800 o TOILET & BATH ACCESSORIES swagged and heliarc welded to flanges. Each flange shall be equipped with 4 stainless steel vandal-proof set screws for locking to concealed mounting plates. Concealed mounting plate shall be 18-8 (Type 304) 13 gauge stainless steel, 2-11/16 inch diameter, 5/16 inch deep with slotted screw holes. Installed it shall be such to withstand forces in excess of 900 lbs. Fasten concealed mounting plate to anchor. Lock grab bar to concealed mounting plate by tightening 3 stainless steel set screws, furnished by manufacturer, in grab bar flange. Heavy Duty Shower Curtain Rod: (Bobrick Model B-6107). I. Vinyl Shower Curtain (Bobrick 204-3) Opaque, matte white hemmed vinyl curtain, .02mm thick, with 7 nickel-plated brass grommets; width as required x 72 inches high. 2. Stainless Steel Shower Curtain Hook (Bobrick 204-1), 2mm thick, for 1-1/4" rod, stainless steel. Surface Mounted Stainless Steel Utility Shelf with Mop/Broom Holders and Rag Hooks (Bobrick B-239x34) Provide one above slop sink. Surface Mounted Reversible Solid Phenolic Folding Shower Seat (Bobrick B-5181). PART 3.01 . A. 3.02 - A. 3-EXECUTION DELIVERY AND STORAGE Deliver all items in manufacturer's labeled unbroken containers, packed so as to minimize possibility of damage to accessories. Store all items in original containers in safe, dry place. INSTALLATION Install all items per manufacturer's instructions. Coordinate construction for recessed equipment. Surfaces of fastening devices exposed after installation shall have the same finish as the attached accessory. Exposed surfaces of accessories shall be protected with strippable plastic or by other approved means until the installation is accepted. The accessory manufacturer's mounting details shall be coordinated with other trades as their work progresses. Surface-mounted accessories, except as indicated or specified otherwise shall be installed with sheet metal screws or wood screws in metal or fiber shields or sleeves, or with toggle bolts, or other approved fasteners and reinforcement as required by the construction. Backplates shall be installed in the same manner or shall be provided with lugs or anchors set in mortar, as required by the construction. Accessories shall not be installed in fire-rated walls in such a manner as to destroy the rating of those walls. SHAC A 1-01 10800-3 10/31/01 [t~/M QF~OU P SECTION 10800 - TOILET & BATH ACCESSORIES 3.03 - CLEANING AND PROTECTION A. Adjacent wall surfaces and materials shall be protected during installation of accessories. B. Any damaged adjacent materials or accessories shall be repaired or replaced at no cost to the Owner. END OF SECTION SHAC A 1-01 10800-4 10/31/01 I~MG [~O U P SECTION 15011 - BASIC MECHANICAL REQUIREMENTS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, Iimited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or wilt not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - A. PROVISIONS Throughout the specifications, types of materials may be specified by manufacturer's name and catalog number in order to establish standards of quality and performance and not for the purpose of limiting competition. B. Carefully read the General Conditions of these specifications. They are part of the contract. The Contractor shall assume all obligations contained therein. The Contractor shall be thoroughly acquainted with the site. C. Furnish all tools, machiuery, equiplnent, scaffolding, appurtenances and appliances necessary for the satisfactory handling and execution of the work. D. The work tinder this contract shall include alt labor, material and incidentals necessary to execute a complete workmanlike job in accordance with the requirements of the New York State Building Code and local Building Department. E. All work shall be done in such locations and at such times as directed. F. Place and store material in locations as directed. SHAC Al-01 15011-1 I0/31/01 14:~Q [20 (J P SECTION 15011 - BASIC MECHANICAL REQUIREMENTS 1.02 - A. 1.03 - A. B. D. E. F. G. H. J. K. L. Keep the premises free from accumulations of waste material and rubbish caused by machines, material, employees or work. Place waste and rubbish in neat piles or in containers outside of the building as directed. Cooperate with all the other trades appurtenant to this work. At the completion of his work, remove all tools, scaffolding and surplus material. SECTION INCLUDES Basic Mechanical requirements specifically applicable to Division 15 Sections, in addition to the General Requirements. REFERENCES ASME ASHRAE AGA ANSI ARI ASTM AWWA MSS NEMA NFPA SMACNA UL American Society of Mechanical Engineers American Society of Heating, Refrigeration, and Air Conditioning Engineers. American Gas Association. American National Standards Institute. American Refrigeration Institute. American Society for Testing and Materials. American Water Works Association. Manufacturer's Standardization Society o1' the Valve and Fitting Industry. National Electrical Manufacturers' Association. National Fire Protection Association. Sheet Metal and Air Conditioning Contractors' National Association. Underwriters' Laboratories, Inc. 1.04 - A. SUBMITTALS Approval by the Architect/Engineer of the layouts and shop drawings for any material, apparatus, devices and layouts shall not relieve this Contractor from the responsibility of fumishing same of proper dimensions, size, quantity, quality and all performance characteristics to efficiently perform the requirements and intent of the Contract Documents. Such approval shall not relieve this Contractor from the responsibility for errors of any sort on the shop drawings. If the shop drawings deviate from the Contract Documents, the Contractor shall advise the Architect/Engineer of the deviations in SHAC Al-01 15011-2 10/31/01 tI~,~G F4O U P SECTION 15011 - BASIC MECHANICAL REQUIREMENTS 1.05 - A. 1.06 - A. B. 1.07 - A. B. C. 1.08 - A. E. F. 1.09 - A. writing accompanying the initial submission shop drawings, and including the reasons for the deviations. B. Submit under provisions of the General Requirements. C. Include Products as specified in the individual sections of Divisions 2, 13 and 15. D. Submit shop drawings and product data grouped to include complete submittals of related systems, products and accessories in a single submittal. RECORD DRAWINGS Keep master of set of prints on job site for recording deviations from the contract drawings as specified in tbe General Requirements. WARRANTY AND SERVICE Provide manufacturer warranties. Provide warranty services for each installed equipment. REGULATORY REQUIREMENTS Applicable Building Code, including Mechanical and Plumbing Codes. Obtain permit and request inspections from authority having jurisdiction. Equipment shall bear the U.L or National Board label. PROJECT/SITE CONDITIONS Mechanical layouts indicated on drawings are diagrammatical. Coordinate mechanical work with other trades prior to installation. Install work in locations shown on drawings, unless prevented by project conditions. B. Prepare drawings showing proposed rearrangement of work to meet project conditions, including changes to xvork specified in other sections. C. Cause as little interference or interruption of existing utilities and services as possible. Schedule work which will cause interference or interruption in advance with Owner and Amhitect/Engineer, authorities having jurisdiction, and alt affected trades. Determine sizes and verif.v locations of existing utilities on or near site. Visit site and be informed of conditions under which work must be performed. Install equipment in accordance with manufacturer's recommendations. INTENT OF SPECIFICATIONS AND DRAWINGS It is the intent of the specifications and the accompanying drawings to describe the nature and extent of the work to be performed and the character of the material to be used to SHAC Al-01 150I 1-3 10/31/01 I~G [2OU P SECTION 15011 - BASIC MECHANICAL REQUIREMENTS include all material, equipment, apparatus and devices, even if not specifically described in the specifications or shown on the drawings, which can be reasonably infen'ed to be necessary for the control and operation of the work installed and/or for which the necessity is established by any governmental and/or insurance rules and regulations in effect at the time of bid opening. B. The drawings showing the layouts of piping, heating, ventilating and air conditioning work, apparatus,, accessories and duct systems are diagrammatic, except where specifically located by dimensions. All apparatus shall be located and all pipes and ducts run iu the manner and locations shown thereon as closely as conditions of construction of the building will permit. Deviations shall be made only with the consent of the Architect/Engineer and/or Owner and without additional charge. C. Accessibility: Install equipments and materials in order to provide the required access for servicing and maintenance. Coordinate the final location of concealed equipment and devices requiring access with final location of required access panels and doors. Allow ample space for removal of all parts that require replacement or servicing, D. Rough-In: Verify final locations for rough-ins with field measurements and with the requirements of the actual equipment to be connected. E. Refer to the architectural drawings and those of other trades for items such as space conditions and locations of work under separate contracts. 1.10 - A. 1.11 - A. DAMAGE TO OTHER WORK This Contractor shall be responsible for, and be required to make good at his own expense, any and all damage done to the Owner's property and/or to any work or material in place in the premises, which is caused by his work or xx orkers. COORDINATION WITH OTHER WORK Coordinate work with the other contractors in order to insure installation of equipment and materials without conflict. Scaled and figured dimension with respect to the items are approximate only, sizes of equipment have been taken from t.vpical equipment items of the class indicated. Before proceeding with the work, carefully check all dimension and sizes and assume full responsibility for the fitting in of equipment and material to the building and to meet Architectural and Structural conditions. Wherever field conditions or the proper execution of the work required reasonable changes in piping, supports, breeching, ducts and equipment as shown on drawings, make all such changes as directed or approved without extra cost. This includes horizontal or vertical offsets of piping, breeching and ductxvork necessary to avoid conflicts or to maintain ceiling heights. SHAC Al-01 1501 l-4 10/31/01 SECTION 15011 - BASIC MECHANICAL REQUIREMENTS 1.12 - A. Should any discrepancy, conflict, error or omission appear, or should any doubt arise as to the true intent and meaning of the drawings and specifications, or should any portion of same be obscure or capable of more than one interpretation, the Contractor shall bring such items to the attention of the Architect/Engineer before performing this work, for the correction or explanation of same. In all cases the interpretation of the Architect/Engineer and/or Owner shall be considered final and work shall be done accordingly. The Architect/Engineer will decide whether, and in what amount, a change to the contract price is necessitated by such corrective work. TESTS This Contractor shall be responsible for the work of other trades disturbed or damaged by tests, repair or replacement of work. Work so disturbed or damaged sha!l be restored to its original condition at no additional expense to the O;vner. All equipment shall be tested in service and the Contractor shall demonstrate that it complies with the requirements of the specification. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION SHAC Al-01 15011-5 10/31/01 [t~,~ ¢Jf2©U P _. SECTION 15061 - SUPPORTS AND ANCHORS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not pem~it the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Pipe and equipment hangers and supports. B. Equipment bases and supports. C. Sleeves and seals. 1.02 - RELATED SECTIONS A. Section 07270 - Firestopping: Joint seals for piping and duct penetration of fire rated assemblies. B. Section 09900 - Painting. C. Section 15081 - Plumbing Piping Insulation. D. Section 15141 - Plumping Piping 1.03 - REFERENCES A. ASME B31.1 - Power Piping B. ASME B31.2 - Fuel Gas Piping SHAC Al-01 15061-I 10/31/01 Iq~ C-F~OUP SECTION 15061 - SUPPORTS AND ANCHORS (CONT'D) C. ASME B31.9 - Building Services Piping 1.04 - SUBMITTALS A. Submit under provisions of Section 01300. B. Shop Drawings: Indicate system layoot with location and detail of trapeze hangers. C. Product Data: Provide manufacturers catalog data including load capacity. D. Design Data: Indicate load carrying capacity of trapeze, multiple pipe, and riser support hangers. E. Manufacturer's Installation Instructions: Indicate special procedures and assembly of components. 1.05 - REGULATORY REQUIREMENTS A. Conform to applicable code for support of plumbing piping. PART 2 - PRODUCTS 2.01 - PIPE HANGERS AND SUPPORTS A. Manufacturers: 1. B-Line. 2.Other acceptable manufacturers offering equivalent products. a. Grinnell Corporation. b. Carpenter & Patterson Inc. c. Fee & Mason Mfg. Co. 2.02 - HANGERS AND SUPPORTS A. Hangers for copper lines, shall be similar to Grinnell Fig. CT-99, copper plated assembly, Fig. 171 Roll for 3" steel pipe, Fig. 260 or CT-65 for copper piping, with adjustable carbon steel pipe ring and malleable iron adjusting nut sized for 3/8" hanger rod. Galvanized hangers and strap hangers will not be permitted for supporting copper lines. B. C-Clamps: Malleable iron clamp, hardened steel cup point set screw with retaining clip. C. Hanger shall be Grinnell. Eqoal product by Elcen, Penn, B-Line, Modem and Michigan Hanger Company may be furnished at the Contractor's option. D. Hot Water:Piping - 1. Conform to ASME B31.9. SHAC Al-01 15061-2 10/31/01 SECTION 15061 - SUPPORTS AND ANCHORS (CONT'D) 2.03 - A. B. C. 2.04 - A. B. C. D. Hangers for Pipe Sizes 1/2 to 1-1/2 inch (13 to 38 mm): Carbon steel, adjustable swivel, split ring. 3. Hangers for Cold Pipe Sizes 2 inches (50 mm) and Over: Carbon steel, adjustable, clevis. 4. Hangers for Hot Pipe Sizes 2 to 3 inches (50 to 100 mm): Carbon steel, adjustable, clevis. 5. Hangers for Hot Pipe Sizes 3 1/2 inches and Over: Adjustable steel yoke, cast iron roll, double hanger. 6. Multiple or trapeze Hangers: Steel channels with welded spacers and hanger rods. 7. Floor Support for Hot Pipe Sizes to 4 inches (100 mm): Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. 8. Copper Pipe Support: Carbon steel ring, adjustable, copper plated. ACCESSORIES Corrosion resistant factory finish, Unistmt No. 1000. Equal product by B-Line may be furnished at the Contractor's option. Copper Pipe Support: Carbon steel ring, adjustable, copper plated. Hanger Rods: Mild steel threaded both ends, threaded one end, or continuous threaded. SLEEVES Sleeves for Pipes Through Non-fire Rated Floors: 18 gage (1.2 mm) thick galvanized steel. Sleeves for Pipes Through Non-fire Rated Beams, Walls, Footings, and Potentially Wet Floors: Steel pipe or 18 gage (1.2 mm) thick galvanized steel. Sleeves for Pipes Through Fire Rated and Fire Resistive Floors and Walls, and Fire Proofing: Prefabricated fire rated sleeves including seals, UL listed. Firestopping Insulation: Glass fiber type, non-combustible. PART 3 - EXECUTION 3.01 - INSTALLATION A. Install ill accordance with manufacturer's instructions. 3.02 - PIPE HANGERS AND SUPPORTS A. Support horizontal piping as scheduled. SHAC A1-0I 15061-3 10/31/01 SECTION 15061 - SUPPORTS AND ANCHORS (CONT'D) B. Install hangers to provide minimum 1/2 inch (13 mm) space between finished covering and adjacent work. C. Place hangers within 12 inches (300 mm) of each horizontal elbow. D. Use hangers with 1-1/2 inch (38 mm) minimum vertical adjustment. E. Support horizontal cast iron pipe adjacent to each hub, with 5 feet (l.5 m) maximum spacing between hangers. F. Support vertical piping at every floor. Support vertical cast iron pipe at each floor at hub. G. Where several pipes can be installed in parallel and at same elevation, provide multiple or trapeze hangers. H. Support riser piping independently of connected horizontal piping. I. Provide copper plated hangers and supports for copper piping. J. Design hangers for pipe movement without disengagement of supported pipe. K. Prime coat exposed steel hangers and supports. Hangers and supports located in crawl spaces, pipe shafts, and suspended ceiling spaces are not considered exposed. L. Do not make offsets in hangers. 3.03 - SLEEVES A. Set sleeves in position in formwork. Provide reinforcing around sleeves. B. Size sleeves large enough to allow for lnovement due to expansion and contraction, and for continuous insulation wrapping. C. Where piping penetrates floor, suspended ceiling, or wall, close off space between pipe or duct and adjacent work with fire stopping insulation and caulk. Provide close fitting metal collar or escutcheon covers at both sides of penetration. 3.04-SCHEDULES PIPE SIZE MAX. HANGER SPACING DIAMETER Inches (mm) Feet (m) Inches (mm) 1/2 to 1-1/4 6 (1.8) 3/8 (9) (12 to 32) 1-1/2 to 2 10 t3) 3/8 (9) (38 to 50) 2-1/2 to 3 10 (3) 1/2 (13) (62. to .75) SHAC Al-01 15061-4 10/31/01 1~14 Q[~,O U P -. SECTION 15061 - SUPPORTS AND ANCHORS (CONT'D) 4 to 6 I0 (3) 5/8 (15) (100 to 150) Hanger spacing based on pipe without valves or other equiplnent. Increased load due to valve and equipment shall require closer spacing of hangers, END OF SECTION SHAC AI-OI 15061-5 10/31/01 tt~ GI2OUP SECTION 15075 - MECHANICAL IDENTIFICATION DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 o GENERAL 1.01- SECTION INCLUDES A. Nameplates. B. Tags. C. Stencils. D. Pipe Markers. 1.02 - REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. ASME Al3.1 - Scheme for the Identification of Piping Systems. 1.03 - SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Submit list of wording, symbols, letter size, and color coding for mechanical identification. SHAC Al-01 15075-1 10/31/2001 SECTION 15075 - MECHANICAL DENTIFICATION (CONT'D) C. Submit valve chart and schedule, including valve tag number, location, function, and valve manufacturer's name and model number. D. Product Data: Provide manufacturers catalog literature for each product reqtdred. 1.04 ~ SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals: Procedures for submittals. B. Manufacturer's Instructions: lndicate installation instructions, special procedures, and installation. 1.05 - SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Project Record Documents: Record actual locations of tagged valves; include valve tag numbers. C.Valve Tag Chart. 1.06 - REGULATORY REQUIREMENTS A. Colors shall conform to ASME Al3.1. PART 2 - PRODUCTS 2.01 - NAMEPLATES A. Manufacturer: SETON NAMEPLATE COMPANY. B. Other acceptable manufacturers offering equivalent products. 1. BUNTING. 2. BRADY C. Description: Laminated three-layer contrasting background color. 2.02 - TAGS A. Plastic Tags: 1. Manufacturers: a. SETON NAMEPLATE COMPANY. b. BUNTING. c, BRADY. plastic with engraved white letters on dark SHAC Al-01 15075 - 2 10/31/01 I~/~ GFaOU P SECTION 15075 - MECHANICAL IDENTIFICATION (CONT'D) 2. Laminated three-layer plastic with engraved white letters on dark contrasting background color. Tag size minimum 1-1/2 inches (38 mm) diameter, brass S hook. B. Metal Tags: 1. Manufacturers: a. SETON NAMEPLATE COMPANY Model M4506. b. BUNTING. c. BRADY. 2. Brass with stamped letters and service designation tag size minimum 1-1/2 inches (38 mm) diameter with smooth edges, brass S hook. C. Tag Chart: Typewritten letter size lis! in anodized aluminum frame with plastic window Style 37387. 2.03 - STENCILS A. Manufacturer: SETON NAMEPLATE COMPANY Model SPS. B. Other acceptable manufacturers offering equivalent products. 1. BUNTING. 2. BRADY. C. Stencils: With clean cut s>q~bols and letters of following size: I. Up to 2 inch (51 mm) Outside Diameter of Insulation or Pipe: 1/2 inch (13 mm) high letters. 2. 2-1/2 to 6 inches (64-150 mm) Outside Diameter of Insulation or Pipe: 1 inch (25 mm) high letters. 3. Over 6 inches (150 mm) Outside Diameter of Insulation or Pipe: 1-3/4 inches (44 mm) high letters. D. Stencil Paint: Semi-gloss enamel, colors and lettering size conforming to ASME Al3.1. 2.04 - PIPE MARKERS A. Color and Lettering: Conform to ASME Al3.1. B. Plastic Pipe Markers: 1. Manufacturers: a. SETON NAMPLATE COMPANY Model SETMARK. b. BUNTING SHAC Al-01 15075 - 3 10/31/01 I-t~,M~ QBOUP -- SECTION 15075 - MECHANICAL IDENTIFICATION (CONT'D) c. BRADY 2. Factory fabricated, flexible, semi-rigid plastic, preformed to fit around pipe or pipe covering. Larger sizes may have maximum sheet size with spring fastener. C. Plastic Tape Pipe Markers: 1. Manufacturers: a. SETON NAMEPLATE COMPANY. b. BUNTING. c. BRADY. d. Substitutions: Refer to Section 01600 - Material and Equipment 2. Flexible, vinyl film tape with pressure sensitive adhesive backing and printed markings. 2.05 - CEILING TACKS A. Manufacturer: SETON NAMEPLATE COMPANY. B. Other acceptable manufacturers offering equivalent products. 1. BUNTING. 2. BRADY C. Description: Steel with 3/4 inch (19 mm) diameter color coded head. D. Color code as follows: 1. Plumbing valves: Green. PART 3 - EXECUTION 3.01 - PREPARATION A. Degrease and clean surfaces to receive adhesive for identification materials. B. Prepare surfaces for stencil painting. 3.02 - INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Install identifying devices after completion of coverings and painting. C. Install plastic nameplates with corrosive-resistant mechanical fasteners, or adhesive. D. Install labels with sufficient adhesive to ensure permanent adhesion and seal with clear lacquer. For unfinished canvas covering, apply paint primer before applying labels. SHAC Al-01 15075 - 4 10/31/01 Iq~M GF~C)UP SECTION 15075 - MECHANICAL DENTIF1CATION (CONT'D) E. Install tags using corrosion resistant chain. Number tags consecutively by location. F. Identify pumps and tanks with stencil painting. Small devices, such as in-line pumps, may be identified with tags. G. Identify control panels and major control components outside panels with plastic nameplates. H. Identify valves in main and branch piping with tags. I. Tag automatic controls, instruments, and relays. Key to control schematic. J. Identify piping, concealed or exposed, with plastic pipe markers. Use tags on piping 3/4 inch (20 mm) diameter and smaller. Identify service, flow direction, and pressure. Install in clear view and align with axis of piping. Locate identification not to exceed 20 feet (6 m) on straight runs including risers and drops, adjacent to each valve and tee, at each side of penetration of structure or enclosure, and at each obstruction. K. Provide ceiling tacks to locate valves or dampers above T-bar type panel ceilings. Locate in comer of panel closest to equipment. 3.03 - SCHEDULES A. Pipe Markers: Outside diameter of Letter height, inches Color field, inches insulation or pipe inches 3/4 to 1-1/4 1/2 8 1-1/2 to 2 3/4 8 2-1/2 to 6 1 12 8 to 10 2 24 Over 10 2 24 Equipment 2 24 END OF SECTION SHAC Al-01 15075 - 5 10/31/01 SECTION 15080 - INSULATION DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART I - GENERAL 1,01 - SUMMARY A. Section Includes: 1. Piping insulation. 2. Ductwork insulation. 3. Duct liner. 4. Insulation jackets. B. Related Documents: The Contract Documents, as defined in Section 01110 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work o f this Section may be found in other Documents. 1.02 - REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM B209 - Aluminum and Aluminum-Alloy Sheet and Plate, 2. ASTM C177 - Steady-State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded-Hot-Plate Apparatus. SHAC Al-01 15080-1 11/30/2001 SECTION 15080 - INSULATION 3. ASTM C335 - Steady-State Heat Transfer Properties of Horizontal Pipe Insulation. 4. ASTM C518 ~ Steady-State Heat Flux Measurements and Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus. 5. ASTM C534 - Preformed Flexible Elastomeric Cellular Thermal Insulation in Sheet and Tubular Form. 6. ASTM C547 - Mineral Fiber Preformed Pipe Insulation. 7. ASTM C553 - Mineral Fiber Blanket and Felt Insulation. 8. ASTM C921 - Properties of Jacketing Materials for Thermal Insulation. 9, ASTM D1056 - Flexible Cellular Materials - Sponge or Expanded Rubber. 10. ASTM E84 - Surface Burning Characteristics of Building Materials. 11. ASTM E96 - Water Vapor Transmission of Materials. B. National Fire Protection Association (NFPA): 1. NFPA 255 - Surface Burning Characteristics of Building Materials. C. Sheet Metal and Air Conditioning Contractors National Association (SMACNA): 1. SMACNA - HVAC Duct Construction Standards - Metal and Flexible. D. Underwriters Laboratories, Inc. (UL): 1. UL 723 - Surface Burning Characteristics of Building Materials. 1.03 - SUBMITTALS A. Section 01330 - Submittal Procedures: Procedures for submittals. 1. Product Data: a. Product Data: Provide product description, thermal characteristics, list of materials and thickness for each service, and locations. 1.04 - QUALITY ASSURANCE A. Qualifications: I. Manufacturer: Company specializing in manufacturing Products specified with minimum 3 years documented experience. 2. Installer: Company specializing in performing the Work of this Section with minimum 3 years documented experience. B. Materials: 1. Flame spread/smoke developed rating of 25/50 or less in accordance with ASTM E84, NFPA 255 and UL 723. SHAC Al-01 15080-2 11/30/2001 SECTION 15080 - INSULATION 2. Insulation for duct, pipe and equipment for above grade exposed to weather outside building shall be certified as being self-extinguishing for I" thickness in less than 53 seconds. 1.05 - DELIVERY, STORAGE, AND HANDLING A. Section 01600 - Product Requirements: Transport, handle, store, and protect Products. B. Deliver materials to site in original factory packaging, labeled with manufacturer's identification, including product density and thickness. C. Store insulation in original wrapping and protect from weather and construction traffic. D. Protect insulation against dirt, water, chemical, and mechanical damage. 1.06 - PROJECT CONDITIONS OR SITE CONDITIONS A. Environmental Requirements I. Maintain ambient temperatures and conditions required by manufacturers of adhesives, mastics, and insulation cements. 2. Maintain temperature during and after installation for minimum period of 24 hours. PART 2 -PRODUCTS 2.01 - PIPING INSULATION A. Glass Fiber 1. Manufacturers: a. Knauf Fiber Glass. b. Other acceptable manufacturers offering equivalent products. (1) Manville Insulation, Inc. (2) Owens-Coming Fiberglass (3) CertainTeed Corp. (4) USG Interiors, Inc. - Therma Fiber Division 2. Insulation: ASTM C547; rigid molded, noncombustible. a. 'K' ('ksi') value: ASTM C335, 0.24 at 75 degrees F. b. Minimum Service Temperature: -20 degrees F. c. Maximum Service Temperature: 300 degrees F. d. Maximum Moisture Absorption: 0.2 percent by volume. SHAC Al-01 15080-3 11/30/2001 l'i~l,Q FaO U P SECTION 15080 - INSULATION 3. Vapor Barber Jacket a. ASTM C921, White kraft paper reinforced with glass fiber yarn and bonded to aluminized film. b. Moisture Vapor Transmission: ASTM E96; 0.02 perm inches. c. Secure with self sealing longitudinal laps and butt strips. d. Secure with vapor barrier mastic. 4. Tie Wire: 18 gage stainless steel with twisted ends on maximum 12 inch centers. 5. For insulation outdoors, provide stainless steel jacket, bonded, overlapped, screwed with pop rivets or screws, and sealant placed on joints as per manufacturers recommendation for a water-tight joint. Cellular Foam 1. Manufacturers: a. Armstrong World Industries, Inc. b. Other acceptable manufacturers offering equivalent products. (1) Halstead Industries, [nc. (2) Rubatex Corporation, Armaflex II. (3) IMOCA Insulation: ASTM C534; flexible, cellular elastomeric, molded or sheet. 1. 'K' ('ksi') Value: ASTM C177 or C518; 0.27 at 75 degrees F, 2. Minimum Service Temperature: -40 degrees F. 3. Maximum Service Temperature: 220 degrees F. 4. Maximum Moisture Absorption: ASTM D1056; 1.0 percent (pipe) by volume, 1.0 percent (sheet) by volume. Moisture Vapor Transmission: ASTM E96; 0.20 penn inches. 6. Maximum Flame Spread: ASTM E84; 25. 7. Maximum Smoke Developed: ASTM E84; 50. 8. Connection: Waterproof vapor barrier adhesive. D. Elastomeric Foam Adhesive 1. Manufacturers: a. Dow U.S.A. b. H.B. Fuller Co. SHAC A1-0I 15080-4 11/30/2001 I~,~GI2OUP '-" SECTION 15080 - INSULATION c. Rubatex Corporation. 2.02 - DUCTWORK INSULATION A. Glass Fiber, Flexible Duct Wrap 1. Manufacturers: a. Owens/Coming. b. Other acceptable manufacturers offering equivalent products. c. CertainTeed. d. Schuller (Manville). Knauf. Insulation: ASTM C553 flexible, noncombustible blanket. a. 'K' ('Ksi') value: ASTM C518, 0.30 at 75 degrees F. b. Maximum service temperature: 250 degrees F. c. Maximum moisture absorption: 0.20 percent by volume. d. Density: 0.75 lb./cu ft. Vapor Barrier Jacket a. Kraft paper reinforced with glass fiber yam and bonded to aluminized film. b. Moisture vapor transmission: ASTM E96; 0.02 perm. c. Secure with pressure sensitive tape. Vapor Barrier Tape a. Manufacturers: ( 1 ) Owens/Coming. (2) CertainTeed. (3) Schuller (Manville). Kraft paper reinforced with glass fiber yam and bonded to aluminized film, with pressure sensitive rubber based adhesive. 6. Tie Wire: Annealed steel, 16 gage. Glass Fiber Duct Liner, Flexible l. Manufacturers: a. CertainTeed. SHAC Al-01 15080-5 11/30/2001 SECTION 15080 - iNSULATION SHAC Al-01 11/30/2001 2. Other acceptable manufacturers offering equivalent products. a. Knauf. b. Schuller (Manville). c. Owens Coming. 3. Insulation: ASTM C553; flexible, noncombustible blanket. a. 'K' ('Ksi') value: ASTM C518, 0.28 at 75 degrees F. b. Maximum service temperature: 250 degrees F. c. Density: 1.5 lb./cu d. Maximum Velocity on Coated Air Side: 4,000 fl./min. 4. Adhesive a. Waterproof fire-retardant type. b. Liner Fasteners: Galvanized steel, impact applied with integral head. Calcium Silicate: 1. Manufacturers: a. Manvillle b. Other manufacturers offering equivalent products (1) Owens Coming 2. Insulation Material: ASTM C 533, Type I; inorganic, hydrous calcium silicate, non-asbestos fibrous reinforcement; incombustible. Form: Molded flat block, curved block, grooved block, and preformed pipe sections as appropriate for surface. Thcm~al Conductivity: 0.60 at 500 deg F. Dry Density: 15.0 pcfmaximum. Compressive Strength: 60 psi minimum at 5 pement deformation. Fire Performance Characteristics: Provide materials identical to those whose fire performance characteristics have been determined, per test method indicated below, by UL or other testing and inspecting organization acceptable to authorities having jurisdiction. Test Method: ASTM E 84. Flame Spread: 0. Smoke Developed: 0. 15080-6 SECTION 15080 - INSULATION D. Insulating Cements: 1. MINERAL FIBER IS FOR TEMPERATURES FROM 100 DEG F TO 1600 DEG F. a. Mineral Fiber: ASTM C 195. b. Thermal Conductivity: 1.0 average maximum at 500 deg F mean temperature. c. Compressive Strength: 10 psi at 5 percent deformation. d. VERMICULITE IS FOR TEMPERATURES FROM 100 DEG F TO 1800 DEG F. c. Expanded or Exfoliated Vermiculite: ASTM C 196. f. Thermal Conductivity: l. 10 average maximum at 500 deg F mean temperature. g. Compressive Strength: 5 psi at 5 percent d~,formation. h. HYDRAULIC-SETTING MINERAL FIBER CEMENT IS FOR TEMPERATURES FROM 100 DEG F TO 1200 DEG F AND FOR A SMOOTH SURFACE. i. Mineral Fiber, Hydraulic-Setting Insulating and Finishing Cement: ASTM C 449. j. Thermal Conductivity: 1.2 average maximum at 400 deg F mean temperature. k. Compressive Strength: 100 psi at 5 percent deformation. E. Accessories and Attachments: 1. Glass Cloth and Tape: Woven glass fiber fabrics, plain weave, presized a minimum of 8 ounces per sq. yd. 2. Tape \Vidth: 4 inches. 3. Cloth Standard: MIL-C-20079H, Type I. 4. Tape Standard: MIL-C-20079H, Type II. 5. Bands: 3/4-inch wide, in one of the following materials compatible with jacket: Stainless Steel: Type 304, 0.020 inch thick. Galvanized Steel: 0.005 inch thick. Aluminum: 0.007 inch thick. Brass: 0.01 inch thick. Nitkel-Copper Alloy: 0.005 inch thick. SHAC Al-01 15080-7 11/30/2001 ~,~C=DOUP SECTION 15080 - INSULATION f. Wire: 14-gage nickel copper alloy, 16-gage, soft-annealed stainless steel, or 16-gage, soft-annealed galvanized steel. g. Comer Angles: 28-gage, 1-inch by 1-inch aluminum, adhered to 2- inch by 2-inch kraft paper. 6. Anchor Pins: Capable of supporting 20 pounds each. Provide anchor pins and speed washers of sizes and diameters as recommended by the manufacturer for insulation type tu~d thickness. Sealing Compounds 2. 3. 4. Vapor Barrier Compound: Water-based, fire-resistive composition. Water Vapor Pen'neance: 0.08 perm maximum. Temperature Range: Minus 20 to 180 deg F. Weatherproof Sealant: Flexible-elastomer-based, vapor-barrier sealant designed to seal metal joints. Water Vapor Permeance: 0.02 perm maximum. Temperature Range: Minus 50 to 250 deg F. Color: Aluminum. PART 3 - EXECUTION 3.01 - EXAMINATION A. Verification of Conditions: Verify that field measurements, surfaces, substrates and conditions are as required, and ready to receive Work. 1. Verify that piping has been tested before applying insulation materials. 2. Verify that ductwork has been tested before applying insulation materials. 3. Veri fy that surfaces are clean, foreign material removed, and dry. B. Do not proceed with Work until unsatisfactory conditions have been corrected. 3.02 - INSTALLATION - PIPING INSULATION A. Install materials in accordance with manufacturer's instructions. B. On exposed piping, locate', insulation and cover seams in least visible locations. C. Insulated dual temperature pipes or cold pipes conveying fluids below ambient temperature: 1. Provide vapor ban'ier jackets, factory applied or field applied. SHAC Al-01 15080-8 1 i/30/2001 Iq~QI2OUD ~'- SECTION 15080 - INSULATION 2. Insulate fittings, joints, and valves with molded insulation of like material and thickness as adjacent pipe. 3. PVC fitting covers shall be used. 4. Continue insulation through walls, sleeves, pipe hangers, and other pipe penetrations. 5. Insulate entire system including fittings, valves, unions, flanges, strainers, flexible connections, pump bodies, and expansion joints. D. For insulated pipes conveying fluids above ambient temperature: 1. Provide standard jackets, with or without vapor barrier, factory applied or field applied. 2. Insulate fittings, joints, and valves with insulation of like material and thickness as adjoining pipe. 3. Finish with glass cloth and adhesive. 4. PVC fitting covers shall be used. 5. For hot piping conveying fluids 140 degrees F or less, do not insulate flanges and unions at equipment, but bevel and seal ends of insulation. 6. For hot piping conveying fluids over 140 degrees F, insulate flanges and unions at equipment. E. Inserts and Shields: 1. Application: Piping 3 inches diameter or larger. 2. Shields: Galvanized steel between pipe hangers or pipe hanger rolls and inserts. 3. Insert Location: Between support shield and piping and under the finish jacket. 4. Insert Configuration: Minimum 6 inches long, of same thickness and contour as adjoining insulation: may be factory fabricated. 5. Insert Material: Hydrous calcium silicate insulation or other heavy density insulating material suitable for the planned temperature range. F. Finish insulation at supports, protrusions, and interruptions. G. For pipe exposed in mechanical equipment rooms or in finished spaces finish with manufacturer's standard all-service jacket for fiberglass pipe. No jacket required for elastomeric foam insulation. H. For exterior applications, provide vapor barrier jacket. Insulate fittings, joints, and valves with insulation of like material and thickness as adjoining pipe, and finish with glass mesh reinforced vapor barrier cement. Cover with aluminum jacket with seams located on bottom side of horizontal piping. SHAC A1-0I 15080-9 11/30/2001 I~I~GF4QUP SECTION 15080 - INSULATION I, For buried piping, use elastomeric foam insulation only. J. For heat traced piping, insulate fittings, joints, and valves with insulation of like material, thickness, and finish as adjoining pipe. Size large enough to enclose pipe and heat tracer. Cover with aluminum jacket with seams located on bottom side of horizontal piping. 3.03 q INSTALLATION - DUCTWORK INSULATION A. install materials in accordance with manufacturer's instructions. B. Insulated ductwork conveying air below ambient temperature: 1. Provide insulation with vapor barrier jackets. 2. Finish with tape and 'vapor barrier jacket. 3. Continue insulation through walls, sleeves, hangers, and other duct penetrations. 4. Insulate entire system including fittings, joints, flanges, fire dampers, flexible connections, and expansion joints. C. Insulated ductwork conveying air above ambient temperature: 1. Provide with or without standard vapor barrier jacket. 2. Insulate fittings and joints. Where service access is required, bevel and seal ends of insulation. D. For ductwork exposed in finished spaces below 10 feet above finished floor, finish with aluminum jacket. E. For exterior applications, provide insulation with vapor barrier jacket. Cover with caulked aluminum jacket with seams located on bottom side of horizontal duct section. F. Extemal Duct Insulation Application: 1. Secure insulation with vapor barrier with wires and seal jacket joints with vapor barrier adhesive or tape to match jacket. 2. Secure insulation without vapor barrier with staples, tape, or wires. 3. Install without sag on tmderside or' ductwork. Use adhesixe or mechanical fasteners where necessary to prevent sagging. Lift ductwork off trapeze hangers and insert spacers. 4. Seal vapor barrier penetrations by mechanical fasteners with vapor barrier adhesive. 5. Stop and point insulation around access doors and damper operators to allow operation without disturbing wrapping. G. Duct and Plenum Liner Application: 1, Adhere insulation with adhesive for 100 percent coverage, SHAC Al-01 15080-10 11/30/2001 SECTION 15080 - iNSULATION 2. Secure insulation with mechanical liner fasteners. Refer to SMACNA Standards for spacing. 3. Seal and smooth joints. 4. Seal liner surface penetrations with adhesive. 5. Duct dimensions indicated are net inside dimensions required for air flow. Increase duct size to allow for insulation thickness. H. Install block and board insulation as follows: 1. Adhesive and Band Attachment: Secure block and board insulation tight and smooth with at least 50 percent coverage of adhesive. Install bands spaced 12 inches apart. Protect insulation under bands and at exterior comers with metal comer angles. Fill joints, seams, and chipped edges with vapor barrier compound. 2. Speed Washers Attachment: Secure insulation tight and smooth with speed washers and welded pins. Space anchor pins 18 inches apart each way and 3 inches from insulation joints. Apply vapor barrier coating compound to insulation in contact, open joints, breaks, punctures, and voids in insulation. 3. Blanket Insulation: Install tight and smooth. Secure to ducts having long sides or diameters as follows: 4. Smaller Than 24 Inches: Bonding adhesive applied in 6-inch- wide transverse strips on 12-inch centers. 5. 24 Inches and Larger: Anchor pins spaced 12 inches apart each way. Apply bonding adhesive to prevent sagging of the insulation. 6. Overlap joints 3 inches. 7. Seal joints, breaks, and punctures with vapor barrier compound. 3.04 - CONSTRUCTION A. Substituted insulation materials shall provide thermal resistance within 10 percent at normal conditions, as materials indicated. 3.05 - PIPING INSULATION SCHEDULE A. Glass Fiber Insulation Schedule: PIPING SYSTEMS Plumbing Systems: Domestic Hot Water Supply Domestic Hot Water Recirc Domestic Cold Water PIPE SIZE THICKNESS Inch Inch All 1" All I" All 1/2" SHAC ,,,t 1-01 15080-11 11/30/2001 IqS/~G P.O U P SECTION 15080 - INSULATION Hot Water Up to 2" Hot Water 2 Y2" to 6" Other Systems: Piping Exposed to Freezing with Heat Tracing All B. Cellular Foam Insulation Schedule PIPING SYSTEMS l-1/2" 2" PIPE SIZE Inch Plumbing Systems: Moisture Condensate Drains - Above Grade All Horizontal Waste Lines from AC Equipment All HVAC Refrigeran{ Lines (suction only) All 2. Other Systgm,s: i: Piping eXpOSed t6 freezing with heat tracing All 3.06 - DUCTWORK INSULATION SCHEDULE A. Flexible Glass Fiber Duct Wrap Insulation Schedule: THICKNESS INCH DUCTWORK Supply Ducts Return Ducts Outdoor Air Intake Ducts THICKNESS Inch 3/4" 3/4" FINISH Aluminized Film Aluminized Film Aluminized Film B. Flexible Glass Fiber Duct Liner Insulation Schedule: DUCTWORK THICKNESS INCH Plenums (Cooling System) Supply Ducts (within 20 ft. of air handler) Return Ducts (within 20 ft. of air handler) Ducts Exposed to Outdoors C. Interior Concealed Range Hood Exhaust Ducts FINISH Black Pigmented, UL Black Pigmented, UL Black Pigmented, UL Black Pigmented, UL SHAC Al-01 15080-12 11/30/2001 SECTION 15080 - INSULATION THICKNESS 1N iNCHES AS REQ'D FOR 2-HR RATING VAPOR FIELD-APPLIED FORM BARRIER JACKET NO NONE BOARD MATERIAL CALCIUM SILICATE END OF SECTION SHAC Al-01 15080-13 11/30/2001 Iq~ Qr2OUP SECTION 15081 - PLUMBING PIPING INSULATION DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics se! forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Piping insulation. B. Jackets and accessories. 1.02 - RELATED SECTIONS A. Section 07270 - Firestopping. B. Section 15075 ~ Mechanical Identification. C. Section 15141 ~ Plumbing Piping: Placement of hangers and hanger inserts. 1.03 - REFERENCES A. ASTM C177 - Standard Test Method for Steady-State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded Hot Plate Apparatus. B. ASTM C 195 - Standard Specification for Mineral Fiber Thermal Insulating Cement. C. ASTM C547 - Standard Specification for Mineral Fiber Preformed Pipe Insulation, SHAC Al-01 15081-1 10/31/2001 SECTION 15081 PLUMBING PIPING INSULATION (CONT'D) D. ASTM C795 - Standard Specification for Thermal Insulation for Use in Contact with Austenitic Stainless Steel. E. ASTM C921 - Standard Practice for Determining the Properties of Jacketing Materials for Thermal Insulation. F. ASTM DI784 - Standard Specification for Rigid Poly (Vinyl Chloride) PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. G. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. H. ASTM E96 - Standard Test Methods for Water Vapor Transmission of Materials. I. NA1MA National Insulation Standards. 1.04 - SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide product description, thermal characteristics, list of materials and thickness for each service, and locations. 1.05 - SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals: Procedures for submittals. B. Manufacturer's Instructions: Indicate installation procedures that ensure acceptable workmanship and installation standards will be achieved. 1.06 - REGULATORY REQUIREMENTS A. Conform to maximum flame spread/smoke developed rating of 25/50 in accordance with ASTM E84. 1.07 ~ DELIVERY, STORAGE, AND PROTECTION A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products. B. Accept materials on site, labeled with manufacturer's identification, product density, and thickness. 1.08 - ENVIRONMENTAL REQUIREMENTS A. Section 01600 - Material and Equipment: Environmental conditions affecting products on site. B. Maintain ambient conditions required by manufacturers of each product. C. Maintain temperature before, during, and after installation for minimum of 24 hours. SHAC Al-01 15081-2 10/31/01 SECTION 15081 - PLUMBING PIPING INSULATION (CONT'D) PART 2 - PRODUCTS 2.01 - GLASS FIBER A. Manufacturer: Manville Mechanical Insulation System Model Micro-Lok. B. Other acceptable manufacturers offering equivalent products: 1. Owens Coming Fiberglas Corp. Model ASJ/SSL Il. C. Insulation: ASTM C547; rigid molded, noncombustible. 1. "K" ('Ksi') value: ASTM C177,0.24 at 75 degrees F 0.035 (at 24 degrees C). 2. Maximum service temperature: 850 degrees F. 3. Maximum moisture absorption: 0.2 percent by volume. D. Insulation: ASTM C795; semi-rigid, noncombustible, end grain adhered to jacket. 1. 'K' ('Ksi') value: ASTM C177, 0.24 at 75 degrees F (0.035 at 24 degrees C) 2. Maximum service temperature: 650 degrees F (343 degrees C) 3. Maximum moisture absorption: 0,2 percent by volume. E. Vapor Barrier Jacket: 1. ASTM C921, White kraft paper with glass fiber yam, bonded to aluminized film. 2. Moisture vapor transmission: ASTM E96; 0.02 penn-inches. F. Tie Wire: 0.048 inch (1.22 mm) stainless steel with twisted ends on maximum 12 inch (300 mm) centers. G. Vapor Barrier Lap Adhesive: I. Compatible with insulation. H. Insulating Cement/Mastic: 1. ASTM C195; hydraulic setting on mineral wool. I. Fibrous Glass Fabric: 1. Cloth: Untreated; 9 oz./sq yd (305 g/sq m) weight. 2. Blanket: 1.0 ib/cu ft. (16 kg/cu m) density. 3. Weave: 10xl0. J. Indoor Vapor Barrier Finish: 1. Cloth: Untreated; 9 oz/sq yd (305 g/sq m) weight. 2. Vinyl emulsion type acrylic, compatible with insulation, white color. SHAC A1-0I 15081-3 10/31/0l 14~ GF4C)U D SECTION 15081 - PLUMBING PIPING INSULATION (CONT'D) K. Insulating Cement: 1. ASTM C449/C449M. 2.02 - JACKETS A. PVC Plastic. 1. Jacket: ASTM Dl784, One piece molded type fitting covers and sheet material, off-white color. Minimum service temperature: 0 degrees F (-18 degrees C). Maximum service temperature: 150 degrees F (66 degrees C). Moisture vapor transmission: ASTM E96; 0.002 perm-inches. Thickness: 15 mil. Connections: Pressure sensitive color matching vinyl tape. Covering Adhesive Mastic: a. Compatible with insulation. PART 3 - EXECUTION 3.01 - EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. B. Verify that piping has been tested before applying insulation materials. C. Verify that surfaces are clean and dry, with foreign material removed. 3.02 - INSTALLATION A. Section 01400 - Quality Control: Manufacturer's instructions. B. Install on all new domestic piping m accordance with NAIMA National Insulation Standards. C. Exposed Piping: Locate insulation and cover seams in least visible locations. D. Insulated pipes conveying floids beloxv ambient temperature: Insulate entire system including fittings, valves, unions, flanges, strainers, flexible connections and expansion joints. E. Glass fiber insulated pipes conveying fluids below ambient temperature: SHAC Al-01 15081-4 10/31/01 SECTION 15081 - PLUMBING PIPING INSULATION (CONT'D) 1. Provide vapor barrier jackets, factory-applied or field-applied. Secure with self- sealing longitudinal laps and butt strips with pressure sensitive adhesive. Secure with outward clinch expanding staples and vapor barrier mastic. 2. Insulate fittings, joints, and valves with molded insulation of like material and thickness as adjacent pipe. Finish with glass cloth and vapor barrier adhesive or PVC fitting covers. For hot piping conveying fluids 140 degrees F (60 degrees C) or less, do not insulate flanges and unions at equipment, but bevel and seal ends of insulation. Glass fiber insulated pipes conveying fluids above ambient temperature: 1. Provide standard jackets, with or without vapor barrier, factory-applied or field- applied. Secure with self-sealing longitudinal laps and butt strips with pressure sensitive adhesive. Secure with outward clinch expanding staples. 2. Insulate fittings, joints, and valves with insulation of like material and thickness as adjoining pipe. Finish with glass cloth and adhesive or PVC fitting covers. Inserts and Shields: 1. Apptication: Piping 1-1/2 inches (40 mm) diameter or larger. 2. Shields: Galvanized steel between pipe hangers or pipe hanger rolls and inserts. 3. Insert location: Between support shield and piping and under the finish jacket. 4. Insert configuration: Minimum 6 inches 150 mm) long, of same thickness and contour as adjoining insulation; may be factory fabricated. 5. Insert material: Hydrous calcium silicate insulation or other heavy density insulating material suitable for the planned temperature range. Continue insulation through walls, sleeves, pipe haogers, and other pipe penetrations. tt. Finish at supports, protrusions, and interruptions. 07270. 3.03 - SCHEDULES A. Plumbing Systems: 1. Domestic Hot Water Supply: a. Glass Fiber Insulation: At fire separations, refer to Section (1) (2) (3) (4) Pipe Size Range: 1 inch and below. Thickness: 1 inch. Glass Fiber Insulation: Pipe Size Range: 1-1/4 inch and above. SHAC Al-01 15081-5 10/31/01 SECTION 15081 - PLUMBING PIPING INSULATION (CONT'D) (5) Thickness: 1-1/2 inch. Domestic Hot Water Recirculation: a. Glass Fiber Insulation: (1) Pipe Size Range: All sizes. (2) Thickness: 1 inch (25 mm). Domestic Cold Water: Up to 3 inch diameter pipe, thickness: 1 inch. Roof Drainage, Horizontal Piping from Roof Drains: a. Glass Fiber Insulation: (1) Pipe Size Range: All sizes. (2) Thickness: 1 inch (25 mm). END OF SECTION SHAC AI-01 15081-6 10/31/01 SECTION 15110 - VALVES & SPECIALTIES DESIGN / BUILD SPECIFICATION The design/build teams are to fumish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - A. B. C. D. E. F. G. H. 1.02 - A. B. C. D. SECTION INCLUDES Valves Strainers Balancing Valves Automatic Air Vents Expansion Tanks Air Separators Differential Pressure Regulators Flow Control Valves RELATED SECTIONS Section 15060 - Piping and Fittings Section 15190 - Mechanical Identification Section 15840 -Zone Valve Hydronic System and Accessories Section 15451 Domestic Water Heat Exchanger SHAC Al-01 151 I0-1 i 1/30/2001 SECTION 15110 - VALVES & SPECIALTIES 1.03 - REFERENCES A. ASME - Boilers and Pressure Vessel Codes, SEC 8-D-Rules for Construction of Pressure Vessels. 1.04 - SUBMITTALS A. Product Data: Provide product data for manufactured products and assemblies required for this project. Include component sizes, rough-in requirements, service sizes and finishes. Include produce description, model and dimensions. Submit manufacturer's instructions for maintenance and repair. OPERATION AND MAINTENANCE DATA Maintenance Data: Include installation instructions, assembly views, lubrication instructions and replacement parts list. QUALIFICATIONS Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. 1.05 - A. 1.06 - A. PART 2 - PRODUCTS 2.01 - A. B. BALL VALVES Ball valves shall be the only acceptable valve type for all water piping. All bail valves shall be threaded (steel pipe) or solder end (copper piping), 600 PSIG WOG, Cold non-Shock. 150 PSIG Saturated Steam. Vacuum Service to 29 inches Hg. Valves shall meet Federal Specification : WW-V 35C, Type: II, Composition: BZ, Style: 1. Features: Full port configuration, reinforced /FE seats and seals, In-Line repairable, bloxxout proof stem design, actjustt~blc packing gland. Materials List: l. Lever and grip SS w/plain yellow vinyl 2. Stem packing Reinforced TFE 3. Stem bearing Reinforced TFE 4. Ball 316SS 5. Seat (2) Reinforced TFE 6. End cap (2) B584-C84400 SHAC Al*01 15110-2 11/30/2001 SECTION 15 l 10 - VALVES & SPECIALTIES 7. Gland nut B16 8. Stem 316 SS 9. Lever nut SS 10. Body bolts SS 11. Hex nuts SS 12. Body B584-C84400 Options to be provided: 2. 3. 4. 5. 6, Stem extensions to allow the Lever and grip to extend beyond the pipe insulation. Stainless Steel ball & stem Stainless Steel body trim Plain Yellow grip Stainless Steel Lever and nut Threaded x Solder F. Acceptable Manufacturer: 1. Al?POLO - Model 82-140 Series - Bronze, 3-piece, full port with listed options. 2.02 - FLOW CONTROL VALVE A. Provide Straight-Angle Pattern FLO-CONTROL VALVE Model SA as manufactured by B&G or approved equal. 2.03 - CHECKVALVE A. Body: Screw top, bronze, soldered end t3pe, 200 PSI rating, nonshock Model 113904 by HAMMOND or approved equal. B. Disc: ASTM B-62 bronze. 2.04 - DRAIN VALVE A. Provide drain valves with hose bib end at all low points of water systems, on strainers, and in all locations as shown on drawings. Drain valves shall be ball type with ~ inch hose connector. Mininmm 3/4 inch drain size shall be used up to 4-inch pil~e size. All drain and fill valves shall have caps or plugs with chain. SHAC Al-01 15110-3 11/30/2001 SECTION 151 l0 - VALVES & SPECIALTIES 2.05 - 2.06 - A. 2.07 - A. 2.08 - A. 2.09 - A. 2.10 - A. BASEBOARD DRAIN VALVE A. Provide a cast brass tee, 3/4"sweat connection x ½"threaded, rated at 150 psi, at the return end of the baseboard piping. Connected to each tee shall be a brass ½" globe valve with W' hose end as manufactured by NIBCO or approved equal. PRESSURE REDUCING VALVE Provide a pressure reducing fill valve with built in strainer for hot water heating system, with by-pass and all separation valves. The pressure reducing valve shall be Model FB- 38TU 7 (W') adjustable range 25 to 60 PSIG as manufactured by B&G. Bell & Gossett Provide complete pressure reducing assembly with isolation valves and by-pass. Pressure Reducing Valve shall be installed with unions on inlet and outlet to facilitate removal. DOUBLE CHECK VALVE Provide a backflow preventer, assembly. Back flow preventer shall be installed at cold water intake to hot water heating system and to domestic hot water system. B. The back flow preventer shall be double check assembly 40-100 Series as manufactured by Conbraco. PRESSURE RELIEF VALVE Shall be furnished by boiler supplier. The valve shall be set for 30 psi, to open. TEMPERATURE AND PRESSURE RELIEF VALVE Shall be use for domestic hot water system and it shall be No.340 Series manufactured by Watts. LUBRICATED PLUG VALVE Lubricated Plug Valves - Flanged - Screwed (For Gas piping only): 1. The lubricated plug valves indicated are manufactured by Rockwell International and represent design, materials and working features required. a. Working Pressure: 175 CW? No. 142. 2. Materials: a. ASTM A-126 Class B grey iron. b. Combination sealant screw and gun fittings. c. Enclosed sealant grooving systems. d. Tapered plug with low friction coat. e. Flexible sealing diaphragm and gasket. SHAC Al-01 15110-4 11/30/2001 SECTION 15110 - VALVES & SPECIALTIES 2.11 - A. g. Slotted gland and spring washers. O-ring holder and seals. STRAINERS Provide strainers ahead of all pumps, automatic control valves and at such other points shown on the drawings or required for proper functioning o£the equipment. B. Strainers shall be cast iron, designed for same working pressure as specified for fittings and valves. All strainers in water lines shall be Y-pattern set in horizontal or vertical downward run of the pipe. Perforations in strainer baskets shall be of a size and quantity suitable for the service. Each "Y" type strainer 2" and above, shall be provided with a blow-off valve. C. Approved Manufacturers: ARMSTRONG or approved equal. 2.12 A. - BALANCING VALVE General: Water balancing shall meet the specified flows with a maximum tolerance of 4-10%. Balancing Valve Characteristics 1. Alt balancing valves shall be of the "Y" pattern globe style design. All balancing valves must offer a minimum of seven (7) full rotations of the handwheel for positioning accuracy of + 1%. 2. All balancing valves shall have documented measuring accuracy of ±7% within the normal setting range of the valve. 3. All balancing valves shall have integral self-sealing ports for measuring differential pressure and fluid temperature using standard pressure and temperature test probes. Test ports shall be located in-line with the handwheel, on the same end of the valve and shall be removable to function as integral drain ports. 4. All balancing valxes must offer 100% positive, leakproof shutoffagainst the same fluid temperature and pressure ratings as the body. Minimum body ratings are 232 psi (PN16) at 300 degrees F (150 C). 5. All balancing valves must include a hidden memory stop to ensure return to the balanced position after shutoff. An enclosed anti-tamper lock feature shall prevent handwheel repositioning after setting. 6. All balancing valves 72" (DN15) through 12" (DN300) shall have digital/vernier adjustment for precise readout. 15110-5 SHAC Al-01 11/30/2001 SECTION 15110 - VALVES & SPECIALTIES 7. All balancing valves shall be manufactured by the company complying with international quality standard ISO 9001. C. Provide the following options: 1. All balancing valves in sizes V2" (DN15) through 8" (DN200) shall be capable of being enclosed within factory contoured insulation with ASTM flame spread of 25 or less and a rating of E-84. Insulation "R" value shall be 4.5. 2. A valved hose bib fitting shall be available for installation all '/2" (DN15) through 12" (DN300) sizes. The hose bib fitting shall be capable of being placed on either side of the valve plug to accommodate draining and filling of horizontal or vertical coils. D. Material Characteristics: All balancing valves in sizes 72" (DN15) through 2" (DN50) shall have bronze bodies and shall have either solder or NPT threaded connections to match the piping system. Valve bodies in sizes 1-1/2" (DN65) through 12" (DN300) shall be manufactured from cast iron equivalent to ASME/ANSI B16.5 and shall be flanged to 125 lb. standards. All wetted brass parts shall be alloyed to resist dezincification. No dielectric fittings shall be required for installation. E. Valve Sizing: All balancing valves shall be sized to perform in a normal operation range between 25% and 100% of the fnll open position, at a minimum differential pressure between 1 to 3 fi. WG. F. Acceptable Manufacturer: MEPCO (Marshall Engineered Product Company), Model MBV with listed options. 2.13 - A. 2.14 - A. AUTOMATIC AIR VENT Furnish and install as shown on p}ans, a float actuated high capacity air vent designed to purge free air from the system and provide shutoff at pressures up to 150 psig at a maximun~ temperature of 250 degrees F. The design of the high capacity air vent shall prevent air from entering the system if system pressure should drop below atmospheric pressure. The high capacity air vent shall purge free air at pressures up to 150 psig during normal system operation. The high capacity air vent shall be constructed of cast iron and fitted with components of stainless steel, brass, and EPDM. The high capacity air vent shall be ITT Bell & Gossett Model 107A or equal. EXPANSION TANK Bladder-Type Expansion Tanks as manufactured by TACO or approved equal. 1. Size and number as indicated on the drawings; constructed of welded carbon steel with heavy duty butyl rubber bladder, removable for inspection, for maximum 125 psig working pressure, and 240°F maximum operating temperature. Separate air charge from system water to maintain design expansion capacity, by means of a SHAC Al-01 15110-6 11/30/2001 SECTION 15110 - VALVES & SPECIALTIES flexible bladder securely sealed into tank. Provide taps for pressure gauge and air charging fitting and drain fitting. Support vertical tanks with steel legs or base; support horizontal with steel saddles. Tank, with taps and supports, shall be constructed, tested and labeled in accordance with ASME Pressure Vessel Code, Section VIII, Division I. Drain lines shall terminate at nearest floor drain. Install all accessories required, as per manufacturer's recommendation, for expansion tank including charging valve, gauges and drain valve. All necessary steel supporting members shall be provided to support the tank in an approved manner. 2.15 ~ CENTRIFUGAL AIR SEPA1La~TOR A. Air Separator as manufactured by B&G or approved equal. l. Furnish and install as shown on plans an external air separation unit consisting of a steel tank flanged or threaded taps and strainer. 2. The unit shall have flanged or threaded inlet and outlet connections and strainer removal cormection. The removable strainer shall be of stainless steel with 3/16 inch diameter perforations and a free area of not less than five times the cross sectional area of the connecting pipe. Installer shall remove and clean strainer after 24 hours operation and after 30 days operation. Unit shall have separate top fitting for air vent. There shall be a bottom connection for blowdown cleaning. Unit must be constructed in accordance with the ASME boiler and pressure vessel code and stamped 125 psig design pressure, Unit shall be sized according to inlet pipe size shown on plans. 3. The air separator shall receive make-up water directly from the cold water system. 4. The make-up ~'old water line shall be provided with pressure reducing valve assembly and double check valve. 2.16 - A. DIPTUBE AIR SEPARATOR Furnish and install as shown on plans, an external low velocity air separation unit with screwed piping connections and a tapping to connect an air vent directly to the air separator tank. The unit is to be constructed in accordance with Section VIII, Division l of the ASME Boiler and Pressure Vessel Code, and be registered with The National Board. The IAF - 2 (75 gpm max.) has cast iron body, the IAF - 3 (185 gpm max.) has a welded steel body, each has a steel dip tube. Each air separator shall be fitted with a B&G 107A high-capacity air vent. Each air vent shall be fitted with an isolation valve and a steel U-tube air vent line piped to within 3" of the floor. Each air separator shall be ITT Bell & Gossett Model No. IAF or equal. SHAC Al-01 15110-7 11/30/2001 SECTION 15110 - VALVES & SPECIALTIES 2.17 - LOW VELOCITY AIR SEPARATOR A. Furnish and install as shown on plans an external air separation unit consisting of a steel tank "dia. x "long. B. The unit shall have NPT or flanged inlet and outlet connections as indicated on the drawings and strainer removal connection. The removable strainer shall be of stainless steel with 3/16" diameter perforations and a free area of not less than five times the cross- sectional area of the connecting pipe. The Contractor shall remove and clean strainer after 24 hours operation and after 30 days operation. Unit shall have separate top fittings for connection to system expansion tank and for air vent. There shall be a bottom connection for blowdown cleaning. Unit must be constructed in accordance with the ASME boiler and pressure vessel code and stamped 125 psig design pressure. Each air separation unit shall be Taco, Inc. Model ACF or equal. See drawings for size and details. 2.18- DIFFERENTIAL PRESSURE REGULATOR Provide differential pressure regulators as indicated on the drawings. Differential pressure regulators up to and including I ~A" shall be Model D 146, by HONEYWELL or approved equal. 2.19 - TWO-WAY AND THREE-WAY CONTROL VALVES A. SEE SECTION 15970 Controls. 2.20 - PRESSURE REDUCING FILL VALVE Provide pressure reducing fill valve with built in strainer Model B7-12 as manufactured by Bell & Gossett. Provide complete pressure reducing assembly with isolation valves and by-pass. Pressure reducing valve shall be installed with unions on inlet and outlet to facilitate removal. 2.21 - AUTOMATIC WATER TEMPERING/MIXING VALVES A. Automatic hot water tempering valves shall be constructed completely of brass and tested to 300 pounds per square inch. B. The tempering valves shall be equipped with a long mixing chamber with vanes at an angle to the longitudinal axis of the valve to cause thorough mixing of hot and cold water. C. The thermostatic element shall be located in the mixing chamber, in the main body of the tempering valve. D. The then'nostatic element shall have a minimum length as per the following schedule: SHAC Al-01 15110-8 11/30/2001 SECTION 15110 - VALVES & SPECIALTIES SIZE LENGTH V2" Tempering Valve 7-1/4 inches V4" Tempering Valve 7-1/4 inches 1" Tempering Valve 1 l inches 1 ~ 1/4" Tempering Valve 18 inches 1-1/2" Tempering Valve 23 inches 2" Tempering Valve 23 inches 2-1/2" Tempering Valve 27 inches 3" Tempering Valve 27 inches 4" Tempering Valve 27 inches E. The tempering valves shall be adjustable to deliver water within close tolerances of any temperature between 120 degrees and 200 degrees Fahrenheit. F. The tempering valves shall be as manufactured by the HOLBY VALVE CO., 1NC., NEW YORK, NY 10021. PART 3 - EXECUTION 3.01 - A. INSTALLATION Valves shall be installed so they shall be readily accessible. No valve shall be installed with the handle pointing downward. If, in the opinion of the Architect/Engineer, valves have been installed so as to create a hazardous and unsafe condition, Contractor shall make corrections as directed, without additional charge. B. The entire system shall be supplied with valves so located, arranged and operated as to give a complete regulating control to all fixtures and apparatus. Shutoff valves shall be provided on all branch lines from mains, and at each piece of equipment or fixture. Every section of branch supply and return piping and all risers of all services shall be controlled by a valve at the main. Every item of equipment shall be independently isolated by means of valves. C. Valves, except as noted, shall be suitable for a working pressure of not less than 125 psi. D. Valves in copper tubing shall have soldered ends for 95-5 tin-antimony solder. E. Valve manufacturer's representative shall instruct building operating personnel in proper maintenance of plug valves. Furnish equipment and lubricant for one (1) year service. F. Furnish and connect to all valves, brass tags, polished or lacquered, with stamp lettering or numbers filled in with black paint. Identify each zone. SHAC Al-01 15110-9 11/30/2001 SECTION 15110 - VALVES & SPECIALTIES G. Strainers shall be installed so they shall be readily accessible. If, in the opinion of the Engineer, relief valves, vents and drains have been installed so as to create a hazardous and unsafe condition, contractor shall make corrections as directed without additional charge. H. Furnish and connect to all relief valves, etc., brass tags with stamp lettering or numbers filled in with black paint indicating the working pressure or set pressure. I. Clean the valves, provide them with identification numbers and place them in final operating position J. Do not use any of the existing valves and other devices, all valves and devices mentioned above must be new. END OF SECTION SHAC Al-01 15110-10 11/30/2001 SECTION 15122 - THERMOMETER, PRESSURE & VACUUM GAUGES DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is perrnitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or itern is not permitted or will not be required. The designer and contractor are to verify that alt specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - A. 1.02 - A. QUALITY ASSURANCE Acceptable Manufacturers: 1. WEKSLER INSTRUMENTS CORP. 2. H.O. TRERICE CO. 3. TAYLOR INSTRUMENT CO~ 4. MOELLER INSTRUMENT CO. Requirements of Regulatory Agencies: In all cases where Federal, NSF, ASME or other standards are indicated or required, products shall meet or exceed the standards established for material, quality, manufacture and performance. SUBMITTALS Product Data: Submit manufacturer's catalog sheets and specifications. PART 2 - PRODUCTS 2.01 - GENERAL DESIGN FEATURES SHAC Al-01 15122-1 11/30/200l SECTION 15122 - THERMOMETER, PRESSURE & VACUUM GAUGES 2.02 - A. 2.03 - A. 2.04 - A. A. Thermometer Scale Ranges: Provide thermometers, with scale range 1-1/2 times the actual working temperature required for the particular application, as approved. Provide maximum of 2 degrees between graduations and 10 degrees between numerals. When scale ranges are in excess of 100 degrees, the maximum range between numerals may be 20 degrees, or as otherwise approved for the particular application. Direct Reading Thermometers: Mercury-in-glass industrial column type. THERMOMETERS FOR MEASURING LIQUID TEMPERATURE Mercury-in-Glass Thermometers: Provide red reading or magnified column industrial type, with wide angle of vision and high magnification of mercury, of design and materials as £ollows: 1. Case: Heavy one piece cast aluminum or extruded brass construction, with a clear acrylic plastic or glass lens. (Adjustable Angle) 2. Scale: White enamel background with bold black figures and graduations. Provide 7 inch scale length for installation in piping and 9 inch length for installation in tanks and similar equipment. 3. Separable Socket: Provide brass or bronze for use at temperatures up to 400°F. 4. Stem: Each thermometer shall be of the swivel neck design capable of 180 degrees of swing. PRESSURE AND VACUUM GAUGES Gauges: 3-1/2 inch dial type, with a micrometer type pointer or an external recalibration device, bronze bourdon tube, bronze bushed rotary movement; cast aluminum, brass or black finished phenol case, with a guaranteed accuracy of within 1% in the middle third of the dial range. Provide case with a white enameled background, with bold black graduations, nameral, ,,nd pointer. Provide scale range double the operating pressure for standard gauges and from 30 inch Hg vacuum to double operating pressure for compound gauges. B. Typical Ranges for Tbemaometer and Pressure Gauges: 1. Thermometer: Hot Water 50° to 220°F 2. Pressure Gauges: [tot Water 0 to 60 psi PRESSURE SNUBBERS AND IMPULSE DAMPERS Pressure Snubbers: H.O. Trerice Co. Model 872. PART 3 - EXECUTION 3.01 - INSTALLATION SHAC Al-01 15122-2 11/30/2001 I1~,~ QP~OUP SECTION 15122 - THERMOMETER, PRESSURE & VACUUM GAUGES A. Thermometers: Install thermometers of type, scale range, and with case style, as required for the particular application, at locations indicated on the drawings or specified. Angle each thermometer so that it can be easily mad from a standing position at floor level. Pressure and Vacuum Gages: 1. Install gages, of type and scale range as required for the particular application, at locations indicated on the drawings or specified. 2. For measuring liquid pressure, install gages complete with stop cocks and drain cocks. C. Pressure Snubbers and Impulse Dampers: Install "pressure snubbers" in the piping connections to all gages installed in the suction and discharge piping connections to close coupled and base mounted circulating pumps driven by motors under 10 HP. END OF SECTION SHAC AI-O1 15122-3 11/30/2001 SECTION 15132 - HVAC PUMPS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART1-GENERAL 1.01 - DESCRIPTION OF WORK A. Provide centrifugal HVAC pumps as specified herein, as shown of the Drawings and as needed for a complete and proper installation. The types of pumps specified in this section include the following: Vertical In-line. 1.02 - RELATED SECTIONS A. Piping and Fittings B. Duct and Equipment Identification C. HVAC Controls D. Cleaning and Testing E. Balancing of Systems 1.03 - SUBMITTALS A. Product Data 1. Section 15060 Section 15193 Section 15970 .Section 15992 .Section 15993 Submit manufacturer's pump specifications, installation and start-up instructions, and current accurate pump characteristic performance curves with selection points clearly indicated. SHAC Al-01 15132- 1 11/30/2001 ~t~,~ Gq©UP SECTION 15132 - HVAC PUMPS B. Shop Drawings 1. Submit manufacturer's assembly-type shop drawings indicating dimensions, weight loading, required clearances and methods of assembly of components. C. Wiring Diagrams l. Submit manufacturer's electrical requirements for power supply wiring to HVAC pumps. Submit manufacturer's wiring diagrams for interlock and control wiring. Clearly differentiale between portions of wiring that are factory-installed and portions to be field-installed. D. Maintenance Data 1. Submit maintenance data and parts lists for each type of pump, control, and accessory; including "trouble-shooting" maintenance guide. Include this data, product data, shop drawings and wiring diagrams in maintenance manual; in accordance with requirements of Division 1. E. Warranty 1. Submit xvarranty for each pomp with complete description of the warranty procedures. 1.04 - QUALITY ASSURANCE A. Manufacturer's Qualifications B. Firms regularly engaged in manufacture of centrifugal pumps with characteristics, sizes and capacities required, whose products have been in satisfactory use in similar service for not less than five (5) years. C. Codes and Standards H1 Compliance: Design, manufacture and install HVAC pumps in accordance with HI "Hydraulic Institute Standards". UL Compliance: Design, manufacture and install HVAC pumps in accordance xxith UL 778 "Motor Operated Water Pumps". UL and NEMA Compliance: Provide electric motors and components which are listed and labeled by Underwriters Laboratories and comply with NEMA Standards. D. Certification, Pump Performance E. Supply name plate data on pumps and drives: Each pump shall be provided with the following data: GPM, FT of Head, HP and actual Voltage. SHAC Al-01 15132- 2 11/30/2001 IJ~,~ GF,?©UP SECTION 15132 - HVAC PUMPS 1.05 - DELIVERY, STORAGE AND HANDLING A. Handle HVAC pumps and components carefully to prevent damage, breaking, denting and scoring. Do not install damaged HVAC pumps or components; replace with new. B. Store HVAC pumps and components in clean dry place. Protect from weather, dirt, fumes, water, construction debris and physical damage. C. Comply with Manufacturer's rigging and installation instructions for unloading HVAC pumps and moving them to final location. PART2-PRODUCTS 2.01 A. B. MATERIALS AND MANUFACTURERS General Provide factory-tested centrifugal pumps, thoroughly cleaned and painted prior to shipment. Type, size and capacity of each pump shall be listed on the pump schedule on the Construction Drawings. Provide pumps of the same type by the same manufacturer. Vertical in-Line Pumps 1. General: Provide vertical in-line pumps where indicated on the Drawings and of capacities as listed on the pump schedules. a. Type: Vertical mount, in-line, close-coupled, single stage, designed for 125 psi working pressure. b. Body: Cast iron, 125 psi ANSI flanges of equal size, tappings for gage and drain fittings. c. Shaft: Steel with replaceable shaft sleeve. d. Seal: Mechanical seal witb ceramic seal seat. e. Motor: Non-overloading at any point on pump curve, open, drip-proof, ball bearings, with lifting lug on top of motor. f. Impeller: Shall be of Bronze, enclosed type, hydraulically and dynamically balanced, keyed to shaft and secured with locking screw. 2. Manufacturers: Bell & Gossett ITT; Fluid Handling Div. or approved equal. Subject to compliance with requirements of this specification. Other manufacturers offering vertical in-line pumps which may be incorporated in the work include the following: Armstrong Pumps, Inc. Weirmmn Pump LFE Corp.; Fluids Control Div. Vibration Isolation SHAC Al-01 15132 - 3 11/30/2001 I~ QF~©UD SECTION 15132 - HVAC PUMPS G. Provide vibration isolation. Consult with the supplier of vibration isolation devices concerning the selection of the types required 2.02 - SHOP TESTS A. General B. Manufacturer's standard shop tests shall be performed on pumps, motors, controllers, and appurtenances in conformance to the requirements of this Section and Section for Cleaning and Testing. C. Performance Tests D. Each pump shall be performance tested in accordance with the procedures of the Hydraulic Institute Standards. PART 3 - EXECUTION 3.01 - INSPECTION A. Examine areas and conditions under which HVAC pumps are to be installed. Do not proceed with work until unsatisfactory conditions have been corrected in manner acceptable to the Engineer, 3.02 - INSTALLATION A. General 1. Install HVAC pmnps where indicated on the Drawings, in accordance with manufacturer's installation instructions, complying with recognized industry practices to ensure that HVAC pumps comply with requirements and serve intended purposes. 2. Access: Provide access space around HVAC pumps for service as indicated on the Drawings, but in no case less than that recommended by the manufacturer. 3. Install in-line pumps in piping system with supports and vibration isolators recommended by the manufacturer. B. Electrical Wiring 1. Install electrical devices furnished by manufacturer but not specified to be factory- mounted. Furnish copy of manufacturer's wiring diagram submittal to Electrical Contractor. 2. Provide the control wiring between field-installed controls, indicating devices, and pump control panels and the control wiring specified in "HVAC Controls" section. 3. Interlock wiring between pumps; and between pumps and field-installed control devices which are not factory installed. SHAC A1-0I 15132 - 4 11/30/2001 Iq~,~ G ~c)LjI-> SECTION 15132 - HVAC PUMPS C. Verify that electrical wiring installation is in accordance with manufactm'er's submittal and installation requirements of Division-16 sections. Do not proceed with equipment start-up tmtil wiring installation is acceptable to equipment manufacturer. D. Piping Connections 1. Provide piping, valves, accessories, gauges, supports, and flexible connections as indicated on the Drawings and as specified in other sections. 3.03 - TEST AND BALANCE A. Refer to the "Balancing System" Section. 3.04 - ADJUSTING AND CLEANING A. Alignment B. Check alignment, and where necessary, realign shafts of motors and pumps within tolerances recommended by the manufacturer and in presence of manufacturer's service representative and the Engineer. C. Start-Up D. Lubricate pumps before start-up. Start-up in accordance with manufacturer's instructions and in presence of manufacturer's service representative. E. Cleaning: Clean factory-finished surfaces. Repair any marred or scratched surfaces with manufacturer's touch-up paint. END OF SECTION SHAC Al-01 15132 - 5 11/30/2001 I~M Q~.OUP SECTION 15141 - PLUMBING PIPING DESIGN / BUILD SPECIFICATION The design/build teams are to furuish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set: forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Pipe, pipe fittings, valves, and connections for piping systems. l. Sanitary sewer. 2. Domestic xvater. 3. Storm water. 1.02 - RELATED SECTIONS A. Section 08305 - Access Doors. B. Section 15061 - Supports and Anchors C. Section 15075 - Mechanical Identification D. Section 1508 l - Plumbing Piping Insulation. E. Section 15142 - Backflow Prevention Device SHAC Al-01 15141-1 10/31/0l SECTION 15141 - PLUMBING PIPING 1.03 ~ REFERENCES A. Section 01400 - Quality Control: Requirements for references and standards. B. ASME B16.3 - Malleable Iron Threaded Fittings. C. ASME B 16.18 - Cast Copper Alloy Solder Joint Pressure Fittings. D. ASME B 16.22 - Wrought Copper and Bronze Solder Joint Pressure Fittings. E. ASME B16.23 - Cast Copper Alloy Solder Joint Drainage Fittings - DWV. F. ASME B16.29 - Wrought Copper and Wrought Copper Alloy Solder Joint Drainage Fittings - DWV. G. ASME-B31.1 - Power Piping. H. ASME B31.9 - Building Service Piping. I. ASME SEC IV - Construction of Heating Boilers. J. ASME SEC IX - Welding and Brazing Qualifications. K. ASTM A53 - Pipe, Steel, Black and Hot-Dipped Zinc Coated, Welded and Seamless. L. ASTM A74 - Cast Iron Soil Pipe and Fittings. M. ASTM A234/A234M - Pipe Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures. N. ASTM B32 - Solder Metal. O. ASTM B42 - Seamless Copper Pipe. P. ASTM B88 - Seamless Copper Water Tube. Q. ASTM B306 - Copper Drainage Tube (DWV). R. ASTM C564 - Rubber Gaskets for Cast Iron Soil Pipe and Fittings. S. AWWA C651 - Disinfecting Water Mains. T. CISPI 301 - Cast Iron Soil Pipe and Fittings for Hubless Cast Iron Sanitary Systems. U. CISPI 310 - Joints for Hubless Cast Iron Sanitary Systems. V. MSS SP-80 - Bronze Gate, Globe, Angle and Check Valves. 1.04 - SUBMITTALS FOR RFVlEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide data on pipe materials, pipe fittings, valves, and accessories. Provide manufacturers catalog information. Indicate valve data and ratings. SHAC Al-01 15141-2 10/31/01 · t~,~ QF40U P 1.05 - QUALITY ASSURANCE A. Perform Work in accordance with State of New York and Town code. B. Valves: Manufacturer's name and pressure rating marked on valve body. C. Welding Materials and Procedures: Conform to ASME SEC IX and applicable state labor regulations. D. Welders Certification: In accordance with ASME SEC IX. E. Identify pipe with marking including size, ASTM material classification, ASTM specification, potable water certification, water pressure rating. 1.06 - REGULATORY REQUIREMENTS A. Perform Work in accordance ~vith the State of Nexv York and tim Toxvn code. B. Conform to applicable code for installation ofbackflow prevention devices. C. Provide certificate of compliance from authority having jurisdiction indicating approval of installation ofbackflow prevention devices. 1.07 - DELIVERY, STORAGE, AND PROTECTION A. Section 01600 - Material and Equipment: Transport, handle, store, and protect products. B. Accept valves on site in shipping containers with labeling in place. Inspect for damage. C. Provide temporary protective coating on cast iron and steel valves. D. Provide temporary end caps and closures on piping and fittings. Maintain in place until installation. E. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the work, and isolating parts of completed system. 1.08 - ENVIRONMENTAL REQUIREMENTS A. Section 01600 - Material and Equipment: Environmental conditions affecting products on site. B. Do not install underground piping when bedding is wet or frozen. PART2-PRODUCTS 2.01 - SANITARY SEWER PIPING, BURIED WITHIN 5 FEET (1500 mm) OF BUILDING A. Cast Iron Pipe: ASTM A74 extra heavy weight. SHAC Al-01 15141-3 10/31/01 SECTION 15141 - PLUMBING PIP1NG 1. Fittings: Cast iron. 2. Joints: Hub-and-spigot, CISPI HSN compression type with ASTM C564 neoprene gaskets or lead and oakum. 2.02 - SANITARY SEWER PIPING, ABOVE GRADE A. Cast Iron Pipe: ASTM A74, service weight. 1. Fittings: Cast iron. 2. Joints: ASTM C564, neoprene gasket system or lead and oakum. B.Cast Iron Pipe: CISPI 301, hubless, service weight. 1. Fittings: Cast iron. 2. Joints: CISPI 310, neoprene gaskets and stainless steel clamp-and-shield assemblies. C. Copper Tube: ASTM B306, DWV 1. Fittings: ASME Bl 6.23, cast bronze, or ASME B 16.29, wrought copper. 2. Joints: ASTM B32, solder, Grade 50B. 2.03 - WATER PIPING, ABOVE GRADE A. Copper Tubing: ASTM B88, Type K, hard drawn. 1. Fittings: ASME B16.18, cast copper alloy or ASME Bl6.22, wrought copper and bronze. 2. Joints: ASTM B32, solder, Grade 95TA. 2.04 - STORM WATER PIPING, BURIED WITHIN 5 FEET (1500 mm) OF BUILDING A. Cast Iron Pipe: ASTM A74 extra heavy weight. 1. Fittings: Cast iron. 2. Joints: ASTM C564, neoprene gasket system or lead and oakum. 2.05 - STORM WATER PIPING, ABOVE GRADE A.Cast Iron Pipe: ASTM A74 extra heavy weight. 1. Fittings: Cast iron. 2. Joints: ASTM C564, neoprene gasket system or lead and oakum. B. Cast Iron Pipe: CISPI 301, hubless, service weight. 1. Fittings: Cast iron. SHAC Al-01 15141-4 10/31/01 15~4 C-P. OUP SECTION 15141 - PLUMBING PIPING 2. Joints: Neoprene gaskets and stainless steel clamp-and-shield assemblies. C. Copper Tube: ASTM B306, DWV. 1. Fittings: ASME B16.23, cast bronze, or ASME B16.29, wrought copper. 2. Joints: ASTM B32, solder, Grade 50B. 2.06 - FLANGES, UNIONS, AND COUPLINGS A. Pipe Size 3 inches (80 mm) and Under: 1. Ferrous pipe: Class 150 malleable iron threaded unions. 2. Copper tube and pipe: Class 150 bronze unions with soldered joints. B. Pipe Size Over 1 inch (25 mm): 1. Ferrous pipe: Class 150 malleable iron threaded or forged steel slip-on flanges; preformed neoprene gaskets. 2. Copper tube and pipe: Class 150 slip-on bronze flanges; preformed neoprene gaskets. C. Dielectric Connections: Union with galvanized or plated steel threaded end, copper solder end, water impervious isolation barrier. 2.07 - GATE VALVES A. Up To and Including 3 inches (80 mm): 1. Manufacturers: a. Stockham. b. Watts. c. Nibco 2. MSS SP-80, Class 125, bronze body, bronze trim, rising stem, handwheel, inside screw, solid wedge disc, solder or threaded ends. 2.08 - BALL VALVES A. Manufacturer: Apollo Model 70-200 Series. B. Construction, 4 inches (100 mm) and Smaller: MSS SP-ll0, Class 150, 600 psi (4140 kPa) CWP, bronze, two piece body, chrome plated brass ball, regular port, TFE seats and stuffing box ring, blow-out proof stem, lever handle, solder ends. 2.09- SPRING LOADED CHECK VALVES A. Manufacturer: Stockham. SHAC Al-01 15141-5 10/31/01 SECTION 15141 - PLUMBING PIPING B. Other acceptable manufacturers offering equivalent products. 1. Watts. C. Bronze body, bronze trim, bronze disc, solder ends. 2.10 - WATER PRESSURE REDUCING VALVES A. Up to 2 inches (50 mm): 1. MSS SP-80, bronze body, stainless steel and thermoplastic internal parts, fabric reinforced diaphragm, strainer, threaded ends, KECKLEY Type 10. 2.11 - STRAINERS A. Size 2 inch (50 mm) and Under: 1. Manufacturers: a. Watts 2. Threaded brass body for 175 psi (1200 kPa) CWP Y pattern with 1/32 inch (0.8 mm) stainless steel perforated screen. 2.12 - ESCUTCHEONS A. Chrome slip-on type, one piece. 2.13 - EXPANSION LOOPS A. Stainless steel hose and braid. METRAFLEX CO. Metraloop, min. 125 psig pressure rating. 2.14 - BALANCE VALVES A. Up to 3/4 inches (19mm) l. Bronze body, brass ball, EPDM stem o-ring, sweat ends, glass and carbon filled TFE seat rings, BELL & GOSSETT Cimuit Setter RF. PART 3 - EXECUTION 3.01 - EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. 3.02 - PREPARATION A. Ream pipe and tube ends. Remove burrs. Bevel plain end ferrous pipe. SHAC Al-01 15141-6 10/31/01 I~ Q-- P..OUP SECTION 15141 - PLUMBING PIPING R. S. T. U. SHAC Al-01 10/31/01 B. Remove scale and dirt, on inside and outside, before assembly. C. Prepare piping connections to equipment with flanges or unions. 3.03 - INSTALLATION A. Install in accordance with manufacturer's instructions. B. Provide non-conducting dielectric connections wherever jointing dissimilar metals. C. Route piping in orderly manner and maintain gradient. Route parallel and perpendicular to walls. Effect changes in size with reducing fittings. D. Install piping to maintain headroom, conserve space, and not interfere with use of space. E. Group piping whenever practical at common elevations. F. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment. Provide loops, pipe offsets or expansion loops. G. Provide clearance in hangers and from structure and other equipment for installation of insulation and access to valves and fittings. Refer to Section 15081. H. Provide access where valves and fittings are not exposed. Coordinate size and location of access doors with Section 08305. I. Establish elevations of buffed piping outside the building to ensure not less than 4 feet of cover. J. Install vent piping penetrating roofed areas to maintain integrity of roof assembly. K. Where pipe support members are welded to structural building framing, scrape, brush clean, and apply one coat of zinc rich primer to welding. L. Provide support for utility meters in accordance with requirements of utility companies. M. Prepare exposed, unfinished pipe, fittings, supports, and accessories ready for finish painting. Refer to Section 09900. N. Install bell and spigot pipe with bell end upstream. O. Install valves with stems upright or horizontal, not inverted. P. Pipe vents from gas pressure reducing valves to outdoors and terminate in weather proof hood. Install water piping to ASME B31.9. Sleeve pipes passing through partitions, walls and floors. Provide inserts for placement in concrete formwork. Provide support for utility meters in accordance with utility company requirements. Identify piping under provisions of Section 15075. 15141-7 Iq~ QI~OUP SECTION 15141 - PLUMBING PIPING 3.04 - APPLICATION A. Install unions downstream of valves and at equipment or apparatus connections. B. Install brass male adapters each side of valves in copper piped system. Solder adapters to pipe. C. Install gate or ball valves for shut-off and to isolate equipment, part of systems, or vertical risers. D. Install ball or gate valves for throttling, bypass, or manual flow control services. 3.05 - ERECTION TOLERANCES A. Section 01400 - Quality Control: Tolerances. B. Establish invert elevations, slopes for drainage to tA inch per foot minimum. Maintain gradients. C. Slope water piping minimum 0.25 percent and arrange to drain at iow points. 3.06 - DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Prior to starting work, verify system is complete, flushed and clean. B. Ensure pH of water to be treated is between 7.4 and 7.6 by adding alkali (caustic soda or soda ash) or acid (hydrochloric). C. Inject disinfectant, free chlorine in liquid, powder, tablet or gas form, throughout system to obtain 50 to 80 mg/L chlorine residual. D. Bleed water from outlets to ensure distribution and test for disinfectant residual at minimum 15 percent of outlets. E. Maintain disinfectant in system for 24 hours. F. If final disinfectant residual tests less than 25 mg/L, repeat treatment. G. Flush disinfectant from system until chlorine residual equal to that of incoming water or 1.0 mg/L. Dechlorinate water flushed from system to a chlorine residual of less than 1.0 mg/l. H. Take samples no sooner than 24 hours after flushing, from 5 percent of outlets and from water entry, and analyze in accordance with AWWA C651. 3.07 - SERVICE CONNECTIONS A. Provide approved double check backflow preventer and strainer on water service. SHAC Al-01 15141-8 10/31/01 I~ QF~OU P SECTION 15141 - PLUMBING PIPING 3.08 - A. FIELD QUALITY CONTROL Pressure test piping with air upon completion of rough-in. Check all joints for leakage by swabbing with a soap and water solution while under test pressure. Repair leaks and retest until acceptable results are obtained. Pressure during test shall be at least 50% greater than normal water supply pressure and held for a period of one hour. After test, purge entire system of test gas. Pressure test gas piping in accordance with utility company requirements. Drainage and Vent System: Test plug opening to permit system to be filled with water and subject system to 10 foot head of water pressure. System shall hold water for 30 minutes with a drop-in water level not to exceed 4 inches in a 4-inch diameter standpipe, and without visible leakage. Test backflow prevention device in accordance with regulatory authority requirements. Pressure test compressed air piping at 150 psi for 24 hours. Check all joints for leakage by swabbing with a soap and water solution while under test pressure. END OF SECTION SHAC Al-01 15141-9 10/31/01 Id~ GF-aOUP SECTION 15142 - BACKFLOW PREVENTION DEVICE DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the REP and are compatible with the final design documents provided by the design build team. Shouldthe useofan alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Backflow preventer. 1.02 ~ RELATED SECTIONS A. Section 15141 ~ Plumbing Piping. 1.03 - REFERENCES A. ANSI/ASSE 1015 - Backflow Preventers, Double Check Valve Type. B. AWWA C506 - Backflow Prevention Devices - Reduced Pressure Principle and Double Check Valve Types. 1.04 - QUALITY ASSURANCE A. All devices shall meet the requirements of ASSE Standard 1015, AWWA Standard C506 and University of Southern California Foundation for Cross Connection Control and Hydraulic Research, Sixth Edition B. The unit shall be tested by a certified backflow prevention device company. Submit certificate of test for record purposes. SHAC Al-02 15142-1 10/31/2001 SECTION 15142 - BACKFLOW PREVENTION DEVICE (CONT'D.) 1.05 - SUBMITTALS A. Submit manufacturer's shop drawings and operation and maintenance instructions for each device that is being installed under provisions of Section 01300. PART 2 - PRODUCTS 2.01 - MANUFACTURERS A. CONBRACO Series 40-200 B. WATTS 709-S-QT C. APPROVED EQUAL 2.02 - MATERIALS A. The backflow preventer shall be a Reduced Pressure Principle device and shall include a tightly closing resilient-seated shut-off valve at each end of the body. The assembly shall be fitted with four (4) properly located resilient-seated test cocks. B. The assembly shall have two (2) independent and internally loaded check valves and a pressure differential relief valve located between the check valves. The seat of each check valve and the relief valve shall be replaceable. C. Check valve internal parts shall be easily accessible from the top of the device without removing the check valve body from the line. The device shall be installed in horizontal position. D. The assembly shall be rated to 175 psi working pressure and shall withstand water temperatures to 180 deg F. E. All parts shall be made of corrosion resistant materials and shall be 100% made in the USA. F. Strainer: body and cover shall be of ASTM B-63 bronze, screen shall consist of ASTM A478, Type 304 stainless steel. Strainer includes body, cap, gasket and plug. Working pressure shall be 150 psi. Strainers shall have self-cleaning blow-off plug with NPT threads. Stainless steel screens shall be standard 20 mesh. PART 3 - EXECUTION 3.01 - INSTALLATION A. Install backflow prevention device in conformance with clearances as required by the Suffolk County Department of Health (SCDH) and local water utility. B, Provide closure plug in strainer leg outlet. SHAC A 1-02 15142-2 10/31/2001 gt~ Gr~oLJP ~ SECTION 15142 - BACKFLOW PREVENTION DEVICE (CONT'D.) C. No connections are allowed upstream of the backflow preventer. END OF SECTION SHAC A 1-02 15142-3 10/31/2001 SECTION 15255 - PAINTING OF MECHANICAL PIPING SYSTEMS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Surface preparation and field application of paints and coatings. 1.02 - RELATED SECTIONS A. Section 15060 - Piping & Fittings. B. Section 15100 - Valves & Specialties. C. Section 15190 - Mechanical Identification. 1.03 - REFERENCES A. ASTM D16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. B. NACE (National Association of Corrosion Engineers) - Industrial Maintenance Painting. C. NPCA (National Paint and Coatings Association) - Guide to U.S. Government Paint Specifications. SHAC Al-01 15255-1 11/30/2001 SECTION 15255 - PAINTING OF MECHANICAL PIPING SYSTEM D. PDCA (Painting and Decorating Contractors of America) - Painting -Architectural Specifications Manual. E. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual. 1.04 - DEFINITIONS A. Conform to ASTM D 16 for interpretation of terms used in this section. 1.05 - SUBMITTALS B. Submit product data under provisions of Section 01330. C. Product Data: Provide data on all finishing products. D. Submit manufacturer's certificate certifying that products meet or exceed specified requirements. E. Manufacturer's Instructions: Indicate special surface preparation procedures and substrata conditions requiring special attention. F. Submit Material Safety Data Sheets. 1.06 - QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing the products specified in this section with minimum 5 years documented experience. B. Applicator: Company specializing in performing the work of this section with minimum 5 years documented experience and approved by manufacturer. 1.07 - REGULATORY REQUIREMENTS A. Conform to applicable code(s) for flame and smoke rating requirements for finishes. B. Conform to New York State Code for Volatile Organic Compound (VOC) Content. 1.08 - DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle products to site under provisions of Section 01650. B. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. C. Container label to include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. D. Store paint materials at minimum ambient temperature of 45 degrees F (7 degrees C) and a maximum of 90 degrees F (32 degrees C), in ventilated area, and as required by manufacturer's instructions. SHAC A 1-01 15255-2 11/30/2001 I~,~GY4OUP SECTION 15255 - PAINTING OF MECHANICAL PIPING SYSTEM 1.09 - ENVIRONMENTAL REQUIREMENTS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. B. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity ranges required by the paint product manufacturer. Do not apply exterior coatings when unfavorable weather conditions are forecast to occur within 24 hours of application. C. Minimum Application Temperatures for Paints: 45 degrees F (7 degrees C) for interiors; 50 degrees F (10 degrees C) for exterior; unless required otherwise by manufacturer's instructions. D. Provide minimum lighting level of 80 ft candles (860 Ix) measured mid-height at substrata surface. 1.10 - EXTRA MATERIALS A. Furnish under provisions of Section 01780. B. Provide extra material of each color to Owner in sealed cans capable of covering 5 pement of covered area; minimum of 1 gallon per color. C. Label each container with color, type, texture and room locations, in addition to the manufacturer's label. PART 2 - PRODUCTS 2.01 - MANUFACTURERS A. Primer: SHERWIN WILLIAMS, Kem Kromik Universal Metal Primer, Low VOC. 1. Coverage: Dry Mils 3-4 mils. 2. Color: Off White. B. Paint: SHERW1N WILLIAMS, Industrial Enamel, VOC complying. 1. Coverage: Dry Mils 3-4 mils each coat. Two coats minimum required. 2. Color: See color schedule. C. Substitutions shall be permitted only after receiving written approval from the Engineer. 2.02 - MATERIALS D. Coatings: Ready mixed, except field catalyzed coatings. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating; good flow and brushing properties; capable of drying or curing free of streaks or sags. SItAC Al-01 15255-3 11/30/2001 I~I~GY~OUP SECTION 15255 - PAINTING OF MECHANICAL PIPING SYSTEM Accessory Materials: Materials not specifically indicated but required to achieve the finishes specified, of commercial quality, and as recommended by coating manufacturer. 2.03 - MIXES A. Mixing or tinting shall be done at the factory. PART 3 - EXECUTION 3.01 - EXAMINATION B. Verify that surfaces and substrate conditions are ready to receive work as instructed by the product manufacturer. C. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. D. Test shop applied primer for compatibility with subsequent cover materials. E. Beginning installation means installer accepts existing substrata and surface conditions. 3.02 - PREPARATION A. Surface Preparation: SSPC-SP6 commercial blast cleaned. B. Protect finished surfaces and equipment covering. C. Correct defects and clean surfaces which affect work of this section. Remove any existing coatings that exhibit loose surface defects. D. Impervious Surfaces: Remove mildew by scrubbing with solution of tri-sodiumphosphate and bleach. Rinse with clean water and allow surface to dry. E. Iron Surfaces: Remove grease, mill scale, weld splatter, dirt and mst. Where heavy coatings of scale are evident, remove by wire brushing, powertool cleaning and sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts and nuts are similarly cleaned. Spot prime paint after repairs. 3.03 - APPLICATION A. Apply products in accordance with manufacturer's instructions. B. Do not apply finishes to surfaces that are not dry. C. Apply each coat to uniform finish and thickness. Apply finish to all areas damaged or modified by construction. D. Apply each coat of paint slightly darker than preceding coat unless otherwise approved. SHAC Al-01 15255-4 11/30/2001 SECTION 15255 - PAINTING OF MECHANICAL PIPING SYSTEM E. Vacuum clean surfaces free of loose particles. Use tack cloth just prior to applying next coat. F. Allow applied coat to dry before next coat is applied. G. Identify piping in accordance with provisions of Section 15190. 3.04 - FIELD QUALITY CONTROL A. Field inspection and testing will be performed under provisions of Section 01450. 3.05 - CLEANING A. Clean work under provisions of 01740. B. Collect waste material which may constitute a fire hazard, place in closed metal containers and remove daily from site. C. Clean adjacent areas of any paint not scheduled to receive painted coating. 3.06 - PROTECTION A. Protect adjacent areas from splattering of paint. B. Protect painted coating from damage or discoloration until project is accepted by the Owner. 3.07 - SCHEDULES A. Equipment - Bare and Insulated (except factory finish painted): 1. Expansion Tanks: White 2. Air Separators: White B. All exposed hangers, supports and accessories located in the boiler rooms and apparatus room shall be painted to match adjacent piping or pipe insulation. END OF SECTION SHAC Al-01 15255-5 11/30/2001 Id~M,C-I~OU P ~-~ SECTION 15410 - PLUMBING FIXTURES PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Water closets. B. Lavatories. C. Mops Sinks. D. Showers. E. Service sinks. F. Hose Stations. 1.02 - RELATED SECTIONS A. Section 07900 - Joint Sealers: Seal fixtures to walls and floors. B. Section 15061 - Supports and Anchors. C. Section 15141 - Plumbing Piping. D. Section 15430 - Plumbing Specialties. E. Section 15480 - Domestic Water Heater. 1.03 - REFERENCES A. ARI 1010 - Drinking Fountains and Self-Contained Mechanically Refrigerated Drinking Water Coolers. B. ASME A112.6.1 - Supports for Off-the-Floor Plumbing Fixtures for Public Use. C. ASME A 112.18. I - Finished and Rough Brass Plumbing Fixture Fittings. D. ASME A112.19.2 - Vitreous China Plumbing Fixtures. E. NFPA 70 - National Electrical Code. 1.04 - SUBMITTALS FOR REVIEW A. Section 01300 - Submittals: Procedures for submittals. B. Product Data: Provide catalog illustrations of fixtures, sizes, rough-in dimensions, utility sizes, trim, and finishes. SHAC Al-01 15410-1 11/30/01 SECTION 15410 - PLUMBING FIXTURES (CONT'D) 1.05 - SUBMITTALS FOR INFORMATION A. Section 01300 - Submittals: Procedures for submittals. B. Manufacturer's Instructions: Indicate installation methods and procedures. 1.06 - SUBMITTALS AT PROJECT CLOSEOUT A. Section 01700 - Contract Closeout: Procedures for submittals. B. Maintenance Data: Include fixture trim exploded view and replacement parts lists. C. Warranty: Submit manufacturer warranty and ensure forms have been completed in Owner's name and registered with manufacturer. 1.07 - REGULATORY REQUIREMENTS A. Products Requiring Electrical Connection: Listed and classified by Underwriters Laboratories Inc., as suitable for the purpose specified and indicated. B. Plumbing fixtures shall be on NYSDEC list of Certified Water-Saving Plumbing Fixtures as issued in accordance with ECL Section 15-0314. 1.08 - DELIVERY, STORAGE, AND PROTECTION A. Section 01600 ~ Material and Equipment: Transport, handle, store, and protect products. B. Accept fixtures on site in factory packaging. Inspect for damage. C. Protect installed fixtures from damage by securing areas and by leaving factory packaging in place to protect fixtures and prevent use. 1.09 - WARRANTY A. 01740 - Warranties B. Provide five year manufacturer warranty for electric water cooler. 1.10 EXTRA MATERIALS A. Section 01700 - Contract Closeout. B. Supply two flush valve service kits. SHAC Al-01 15410-2 11/30/01 Id~Q B.O U P SECTION 15410 - PLUMBING FIXTURES (CONT'D) PART 2 - PRODUCTS 2.01 - WATER CLOSETS A. Tank & Bowl: B. Seat 1. Manufacturer: American Standard Model 2216.70 or approved equal. ASME A 112.19.2; floor mounted, vitreous china, low consumption (1.6 gPO, 17" rim height, elongated siphon action bowl, fully glazed trapway, close coupled tank, color matched trip lever, 2 bolt caps, 100% factory flush tested, ADA compliant. Solid white plastic, open front, extended back, self-sustaining hinge, brass bolts, without cover. 2.02 - LAVATORIES A. Wall Hung Lavatory: 1. Manufacturer: American Standard Model 0124.024 or approved equal. B. ASME Al12.19.2; vitreous china, rear overflow, 20 x 18-1/4 inches, wall hanger, drillings on 4 inch (100 mm) centers, seal of putty, caulking, or concealed vinyl gasket, ADA compliant. C. Supply Fitting: 1. Manufacturer: Sloan Valve Co. Optima Plus EBF-650-B. 2. ASME Al12.18.1; chrome plated supply fitting with open grid strainer, water economy aerator with maximum 2.0 gpm (7.5 L/m) flow. D. Accessories: 1. Chrome plated 17 gage (1.3 mm) brass P-trap with clean-out plug and arm with escutcheon. 2. Offset waste with perforated open strainer. 3. Wheel handle stops. 4. Rigid supplies. 2.03 - MOP SINKS A. Bowl: 1. Manufacturer: Advance Tabco Model 9-OP-40. SHAC Al-01 15410-3 11/30/01 SECTION 15410 - PLUMBING FIXTURES (CONT'D) B. Trim: 1. 2. 16 inch x 20 inch x 12 inch bowl with 16 inch overall height, 1-1/2 inch free flow drain with stainless steel strainer, stainless steel retaining ring, fiber washer and robber waste gland. Manufacturer: Advance Tahco Model K-240. Other acceptable manufacturers offering equivalent products. a. T&S B-665 BSTR. b. American Standard 8341.075. 3. ASME A112.18.1 exposed wall type supply with lever handles, spout wall brace, vacuum breaker, hose end spout, strainers, eccentric adjustable inlets, integral screwdriver stops with covering caps and adjustable threaded wall flanges. C. Accessories: 1. 5 feet (1.5 m) of 1/2 inch (13 mm) diameter plain end reinforced robber hose. 2. Hose clamp hanger. 3. Mop hanger, Advance Tabco Model K-242. 2.04 - SHOWER A. Floor: Florestone Products Co. Model 400, terrazzo shower receptor, integral tiling flange on three sides, threshold shall not be more than V2 inch above receptor floor, brass drain body cast integral and removable type stainless steel strainer plate. B. Faucet Trim: 1. Manufacturer: American Standard Model 1311SS.120 or approved equal. 2. ASME Al12.18.1M, ADA compliant, pressure balancing single-control, brass construction, lever handle, faceplate. 3. Pressure balancing diaphragm design valve with high temperature limit stop, one- piece diaphragm cartridge for ease of maintenance, screwdriver stops, in-line vacuum breaker. C. Handshower: 1. Manufacturer: American Standard Model 1660.505 or approved equal. 2. Adjustable height handshower with slide bar, and 60" metal shower hose, polished chrome finish. SHAC Al-01 15410-4 11/30/01 Idl:g~C-FqOU P SECTION 15410 - PLUMBING FIXTURES (CONT'D) 2.05 - SERVICE SINKS A. Double Bowl: 1. Manufacturer: Advance Tabco Model DI-2-1410 or approved equal. 2. 14" x 16" x 10" double bowl (33-1/2"x20-1/2" overall), drop-in style, self- rimming, seamlessly drawn in 18 gauge type 304 18-8 stainless steel. Interior and top surfaces polished to a fully blended just finish with highlighted rim. Thoroughly sound deafened with non-abrasive type sound deadening. ADA Compliant. Drain located center rear. B. Supply Fitting: 1. Manufacturer: Advance Tabco Model K-55, deck mounted, 8-1/2" gooseneck spout, chrome plated, with indexed handles, and strainer. C. Accessories: 1. Chrome plated 17 gauge (1.3 mm) brass P-trap with clean out plug and ann with escutcheon. 2. Offset waste with perforated strainer. 3. Wheel handle stops. 4. Rigid supplies. 2.06 - HOSE STATION A. Manual Water Blender: 1. Manufacturer: Leonard Water Temperature Controls Model sw-75-EVBD or approved equal. 2. 3A" IPS hot water and cold water inlets, two stop and check valves with color coded heat resistant handles on inlets, stainless steel internal parts on valves, stainless steel mixing chamber with stream jet, %" outlet to dial thermometer (20 to 240 deg F), vacuum breaker, chrome plated finish, hose connection, and stainless steel hose rack. PART 3 - EXECUTION 3.01 - EXAMINATION A. Section 01039 - Coordination and Meetings: Verification of existing conditions before starting work. B. Verify that walls and floor finishes are prepared and ready for installation of fixtures. SHAC Al-01 15410-5 11/30/01 Id~,~Ql~OU D SECTION 15410 - PLUMBING FIXTURES (CONT'D) C. Verify that electric power is available and of the correct characteristics. D. Confirm that millwork is constructed with adequate provision for the installation of counter top lavatories and sinks. 3.02 - PREPARATION A. Rough-in fixture piping connections in accordance with minimum sizes indicated in fixture rough-in schedule for particular fixtures. 3.03 - INSTALLATION A. Install each fixture with trap, easily removable for servicing and cleaning. B. Provide chrome plated rigid or flexible supplies to fixtures with screwdriver stops, reducers, and escutcheons. C. Install components level and plumb. D. Install and secure fixtures in place with wall support and bolts. E. Seal fixtures to wall and floor surfaces with sealant as specified in Section 07900, color to match fixture. F. Lead flashing is not intended hold Solidly attach water closets to floor with lag screws. fixture in place. 3.04 - INTERFACE WITH OTHER PRODUCTS A. Review millwork shop drawings. before rough-in and installation. 3.05 - ADJUSTING A. Confirm location and size of fixtures and openings Section 01650 - Starting of Systems: Adjusting installed work. B. Adjust stops or valves for intended water flow rate to fixtures without splashing, noise, or overflow. 3.06 - CLEANING A. Section 01700 - Contract Closeout: Cleaning installed work. B. Clean plumbing fixtures and equipment. 3.07 - PROTECTION OF FINISHED WORK A. Section 01700 - Contract Closeout: Protecting installed work. B. Do not permit use of fixtures. SHAC Al-01 15410-6 11/30/01 SECTION 15410 - PLUMBING FIXTURES (CONT'D) 3.08 - SCHEDULES A. Fixture Heights: Install fixtures to heights above finished floor as indicated. 1. Water Closet: a. Standard: 15 inches (380 mm) to top of bowl rim. b. Accessible: 17 to 19 inches (430 to 485 mm) to top of seat. Lavatory: Standard: 31 inches (785 mm) to top of basin rim. Accessible: 32 inches (810 mm) to top of basin rim. Accessible: 42 inches (1067 mm) to centerline of control. Fixture Rough-In Fixture Hot Cold Waste Vent Water Closet: 1/2 inch (Flush Tank) Lavatory: 1/2 inch 1/2 inch Mop Sink: 1/2 inch 1/2 inch Service Sink: 1/2 inch 1/2 inch Shower: 1/2 inch 1/2 inch 4 inch 2 inch 1-1/2 inch 1-1/4 inch 2 inches 1-1/2 inch 1-1/2inch l-1/4inch 1-1/2inch 1-1/4inch END OF SECTION SHAC Al-01 15410-7 11/30/01 Ifl~,~ GF~OUP SECTION 15812 - SHEET METAL WORK DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - A. B. C. D. 1.02 - E. 1.03 - F. G. H. WORK INCLUDED Ductwork. Supports. Dampers. Accessories. RELATED WORK Section 15993 - Balancing of system. REFERENCES ASHRAE - Handbook Fundamentals; Latest Edition. SMACNA - HVAC Duct Construction Standards 1985 or latest issue. ASTM A 525 - General Requirements for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process. SHAC Al-01 15812-1 11/30/2001 SECTION 15812 - SHEET METAL WORK K. 1.04 - L. 1.05 - M. ASTM A 527 - Steel Sheet, Zinc-Coated (Galvanized) by Hot-Dip Process, Lock Forming Quality. NFPA 90A - Installation o£ Air Conditioning and Ventilating Systems. UL 555 S - Fire Dampers & Smoke Dampers. REGULATORY REQUIREMENTS Construct ductwork to NFPA 90A standards. SUBMITTALS Ductwork shop drawings for approval: 1. Coordinate layout duct drawings that differ £rom ductwork shown on contract drawings. 2. Plans and section showing all equipment and accessories. 3. Minimum 3/8 in. scale, double line, showing sizes, transverse joints, transitions, elevations, clearances and accessories; sections where required. Shop details and catalog cuts of: 2. 3. 4. 5. 6. 7. 8. Ductwork construction, including gauge and bracing schedule. Supports. Dampers. Turning vanes. Fire damper. Access doors. Flexible connections. Other accessories. PART 2 - PRODUCTS 2.01 - MATERIALS O. General: Non-combustible or conforming to requirements for Class 1 air duct materials, or UL 181. P. Steel Duct: ASTM A525 or ASTM A527 galvanized steel sheet, lock-forming quality, having zinc coating of 1.25 oz. per sq. ft. for each side in conformance with ASTM A90. Q. Fasteners: Rivets, bolts, or sheet metal screws of same material as ductwork. SHAC Al-01 15812-2 11/30/2001 Ifl~ G~OUP SECTION 15812 - SHEET METAL WORK 2.02 - V. 2.03 - CC. DD. EE. FF. 2.04 - GG. R. Flexible Duct: shall be of aluminum only, and it shall be used only when rectangular ductwork cannot be used. Maximum length of the flexible duct shall be 5'-0"FT. S. Sealant: Non-hardening, water resistant, fire resistive, compatible with mating materials; liquid used alone or with tape, or heavy mastic. T. Hangers: Steel, galvanized. U. 2 Hr. rated wall penetration: Where small size duct ( up to 6 x 6 )is penetrating the 2 Hr wall the duct shall be constructed of 16 gauge galvanized sheet metal. DUCT CONSTRUCTION Fabricate and support all ductwork in accordance with SMACNA Standards for 2" w.c. pressure classification. Provide ductwork with the flange type joints and Pittsburgh lock longitudinal seam. Provide duct gauges, transverse, for the pressure classification as indicated in the corresponding SMACNA Tables of Rectangular Duct Reinforcement. All ductwork shall be sealed with SMACNA Class B seal. W. Construct Tees and bends, and elbows with radius of not less than 1-1/2 times width of duct on centerline. Where not possible and where rectangular elbows are used, provide air foil turning vanes. X. Increases duct sizes gradually, not exceeding 15 degrees divergence wherever possible. Divergence upstream of equipment shall not exceed 30 degrees; convergence downstream shall not exceed 45 degrees. Y. Connect flexible ducts to metal ducts with adhesive plus stainless steel clamps. Z. Use double nuts and lock washers on threaded rod supports. AA. All ductwork located on the top of the roof shall be of galvanized sheet metal of minimum 18 gauge with the flange type joints and Pittsburgh lock longitudinal seam. BB. Where the Flexible ductwork will be used, then the connection to the diffuser shall be with a rigid galvanized steel elbow. TURNING VANES Galvanized steel ductwork: galvanized steel. Other ductwork: same materials as ductwork. Pressure Class 2 in. w.c.: SMACNA HVAC Duct Construction Standards. Install at square duct elbows and as noted on drawings. ACCESS DOORS Fabricate in accordance with SMACNA Duct Construction Standards and as indicated. SHAC Al-01 15812-3 11/30/2001 I~ GFqO©P SECTION 15812 - SHEET METAL WORK HH. Review locations prior to fabrication. II. Access doors should meet the following criteria: 1. Insulated same as duct. 2. Two 2 in. x 2 in. butt hinges, except where sliding or 4 latch removable type is required. Latch, similar to Ventlok No. 100. 3.Size: 18 in. x 18 in. 4.Provide access doors in following locations: a. Electric heaters in ducts: entering and leaving side. b. Automatic dampers: linkage side. c. Main balancing dampers. d. Fire damper, on both sides of ducts. e. Smoke detection heads. f. On both sides of ducts where necessary to provide maintenance accessibility to equipment on the other side. Where duct access doors are concealed this contractor shall furnish and pay for installation of access doors to be mounted in the tim rated walls and ductwork enclosures. The access doors must be fire resistive and minimum 6" larger on each side then the duct access door for the above mentioned applications. Wall type access doors shall be installed by Contract No. 1. JJ. 2.05 - KK. KITCHEN EXHAUST Kitchen range exhaust ducts shall be constructed fi.om No. 16 black iron. All longitudinal seams shall be continuously welded. Transverse joints made in the shop shall also be made with a continuous weld. LL. Gasketed cleanout doors shall be installed in range exhaust ducts to allow cleaning of the entire duct. Cleanout doors shall be double panel type for 2-inch thick insulation and shall be fabricated from No. 16 gauge black iron and set in No. 10 gauge angle frame welded to the duct. The angle frame shall project at least 2 inches from the duct to permit the leg of the angle to overlap the duct insulation. MM. Doors shall be gasketed with heat and grease resistant gaskets and installed with steel hinges and heavy duty latches. Provide access door at each mm and as required by Code. This contractor shall provide all wall mounted access doors to the General Contractor for installation. NN. All elbows shall be radius type with centerline radius to 1-1/4 times the duct width. SHAC Al-01 15812-4 11/30/2001 ld~/~ GF~O©P SECTION 15812 - SHEET METAL WORK OO. Locate the ductwork with the minimum clearances to combustible material required by NFPA 96 Chapter 4, Duct systems. 2.06 - FLEXIBLE CONNECTIONS PP. SMACNA HVAC Duct Construction Standards, Metal and Flexible. QQ. With metal collars. RR. 2 in. slack in fabric. SS. Installed to allow minimum movement of I in. TT. Shall be installed at duct connections to all gas fired AC unit and to all fans. UU. Materials: 1. Neoprene coated glass fabric, 30 oz. per sq. yd. with sewn and cemented seams, similar to Vent Fabrics, Inc. 2.07 - FIRE DAMPERS and VOLUME DAMPERS VV. ACCEPTABLE MANUFACTURERS 1. Ruskin Mfr. Co. Type IBD 23 2. Arrow Damper & Louver. 3. Imperial Damper Co. 2.08 - 2 HR RATED FIRE DAMPERS WW. Fabricate and install in accordance with NFPA 90A and UL Safety Standard 555, and AMCA Standard 500. Damper shall have a 2 hour fire protection rating. XX. Fabricate curtain type dampers of galvanized steel with interlocking blades. Provide stainless steel closure springs and latches for horizontal installations. Configure with blades in air stream. Fabricate fire dampers for vertical and horizontal position. YY. Fabricate multiple blade fire dampers with 16 gage (1.5 mm) galvanized steel frame and blades, oil-impregnated bronze or stainless steel sleeve bearings and plated steel axles, 1/8 x 1/2 inch (3.2 x 12.7 mm) plated steel concealed linkage, stainless steel closure spring, blade stops, and lock. ZZ. Fusible links, UL 33, shall separate at 212 degrees F. 2.09 - VOLUME DAMPER AAA. Fabricate in accordance with SMACNA Duct Construction Standards, and as indicated, BBB. Fabricate single blade dampers for duct sizes up to 6 inches in height. SHAC Al-01 15812-5 11/30/2001 Iq~ GROUP SECTION 15812 - SHEET METAL WORK CCC. Fabricate multi-blade damper of opposed blade pattern with maximum blade sizes of 4 inches for ducts above 6 inches in height. Assemble center and edge crimped blades in prime coated or galvanized channel frame with suitable hardware. DDD. Except in round ductwork 12 inches and smaller, provide end bearings. On multiple blade dampers, provide oil-impregnated nylon or sintered bronze bearings. EEE. Provide locking, indicating quadrant regulators on single and multi-blade dampers. Where rod lengths exceed 30 inches, provide regulator at both ends. FFF. On insulated ducts mount quadrant regulators on stand-off mounting brackets, bases, or adapters. GGG. Volume damper shall be provided at each duct branch and also where is shown on the drawing. The volume dampers must be installed at each branch even if they are not shown on the drawing. 2.10 - ACCESSORIES HHH. Connection to louvers furnished under this work. IIL Duct-mounted automatic controls and monitoring devices: 1. Mount on mechanical equipment all devices related to automatic controls, monitoring and fire protection work. 2. Automatic dampers. 3. Fire dampers. JJJ. Coordinate with other trades to obtain devices provided by other contractors but installed under this contract. Devices shall include, but not be limited to: 1. Duct Smoke Detectors. 2.11 - MOTORIZED DAMPERS. KKK. For motorized dampers see Section 15970 Temperature controls. 2.12 - DUCT TEST HOLES LLL. Cut or drill temporary test holes in ducts as required. Cap with neat patches, neoprene plugs, threaded plugs, or threaded or twist-on metal caps. MMM. Permanent test holes shall be factory fabricated, air tight flanged fittings with screw cap. Provide extended neck fittings to clear insulation. 2.13 - DUCT SUPPORTS NNN. Provide all miscellaneous structural steel necessary to support the ductwork. SHAC Al-01 15812-6 11/30/2001 I~ C-P. OUP SECTION 15812 - SHEET METAL WORK PART 3 - EXECUTION 3,01 - INSTALLATION, APPLICATION, ERECTION OOO. Support ductwork with suitable sheared strips of galvanized metals or 1-inch by 1/8- inch galvanized steel band iron hangers, on each side of the duct. PPP. Attach hangers to the duct work using sheet metal screws. QQQ. Space hangers approximately eight feet along the duct except as noted below. RRR. Obstructions may be located within ducts, but only with the permission of the Engineer for each instance. SSS. Ease obstructions in accordance with the recommendations of the SMACNA "Duct Manual". TTT. Do not exceed 45 for easement transition angle. UUU. Seal transverse joints with approved sealer in accordance with manufacturer's directions. VVV. Insulation: Where drawings and insulation specifications indicate that ducts are to be insulated make provisions for neat insulation finish around damper operating quadrants, splitter adjusting clamps, access doors, and similar operating devices. Metal collar equivalent in depth to insulation thickness and of suitable size to which insulation may be finished to be mounted on duct. WWW. Pilot Ports: Locate pilot ports for measuring airflow in each main supply duct at the downstream end of the straightest run of the main and before the first branch take-off. Form pilot ports by drilling 7/16 inches holes in the duct, lined up perpendicular to airflow on maximum 8-inch centers and at least three to a duct, evenly spaced. Holes to be plugged with plastic plugs. Provide access to these for future rebalancing. SHAC Al-01 15812-7 11/30/2001 Idem GflqOUP SECTION 15812 - SHEET METAL WORK 3.02 - DUCT CONSTRUCTION XXX. General: I. In accordance with SMACNA HVAC Duct Construction Standards, except as noted. 2. All duct joints shall be made with companion bolted angles with 1/8" neoprene gaskets which are shop fabricated and machine attached to ductwork. a. Installation in accordance with manufacturer's recommendations, except as noted. b. Metal clips only; PVC not permitted. c. Ductmate or similar joints system. 3. Hangers a. Horizontal ducts: (1) Galvanized steel hangers. See detail on the drawing. (2) Follow the SMACNA manual For sizing and fabrication o£ duct hangers. 4. Kitchen exhaust shall be welded. YYY. Provide fire damper at locations indicated, and where outlets pass through fire rated components and where required by authorities having jurisdiction. Install with required perimeter mounting angles, sleeves, breakaway, duct connections, corrosion resistant springs, bearings, bushings and hinges. ZZZ. Demonstrate re-setting o£fire dampers to authorities having jurisdiction and Engineer. AAAA. Provide flexible connections immediately adjacent to equipment in ducts associated with motorized equipment. Cover connections to medium pressure tans with leaded vinyl sheet, held in place with metal straps. BBBB. Provide access doors for inspection and cleaning automatic dampers, at fire dampers, and elsewhere as indicated. Provide minimum 18 x 18 inch size for shoulder access and as indicated. CCCC. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. DDDD. All patching and repairing shall be performed under this Contract. SHAC Al-01 15812-8 \ 11/30/2001 l~,~ QI~OUP SECTION 15812 - SHEET METAL WORK 3.03 - DUCTWORK APPLICATION SCHEDULE AIR SYSTEM MATERIAL Supply Galvanized Return Galvanized Exhaust Galvanized Kitchen exhaust Black iron welded 3.04 - ADJUSTING, TESTING AND CLEANING EEEE. Air Filters 1. The specification shall require that air filters be used during the construction period and that they shall be removed and replaced with clean filters upon final completion of project. 2. A spare set of filters shall be provided for each unit. 3. Operation of system fan(s) without filters in place shall not be permitted. 4. Filters shall be UL Class I and their installation shall conform to NFPA 90A and 90B. 3.05 - LEAKAGE TESTING FFFF. Provide Leakage Testing in accordance with procedures stated in the SMACNA Manual for Air Duct Leakage Testing, consistent with Leakage Class 3 classification. GGGG. Air testing during erection shall include separate leakage air tests of horizontal distribution system sections, and final test of entire ductwork system. HHHH. Tests shall be made prior to insulation of system using suitable test equipment including test blower, "U" tube, orifice, tubing and cocks, arranged to indicate the amount of air leakage. IrlI. The leakage tests of the ductwork shall be made with pressure in the header maintained at approximately 6 inches, obtained by operation of the test blower. JJJJ. All joints shall be inspected and checked for audible leakage, repaired if necessary and retested. Duct leakage shall be limited to the following: Average Size of Run Diameter or Equivalent 100 ft. Run (A B) 12 inches or less 10 1" 20 inches or less 15 2" 30 inches or less 25 6" SHAC Al-01 15812-9 11/30/2001 SECTION 15812 - SHEET METAL WORK 40 inches or less 30 9" Note: (A.) Permissible loss in cfm. (B.) Corresponding differential gauge reading (0.875 inch diameter orifice plate). KKKK. Total system leakage shall not exceed 1 percent of the scheduled design capacity of the system when tested as per SMACNA testing methods. LLLL. Test leakage shall include all ductwork from fan outlet to the last air outlets. 3.06 - ADJUSTMENTS TO EXISTING DUCTWORK A. Provide all adjustments to existing ductwork to accept new ductwork. Provide new thermal insulation with vapor barrier to existing ductwork. END OF SECTION SHAC Al-01 15812-10 11/30/2001 Ifl~/~ GI~.OU P SECTION 15832 - CENTRIFUGAL EXHAUST FANS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - A. B. 1.02 - A. 1.03 - A. B. 1.04 - A. B. SHAC Al-01 11/30/2001 PROVISIONS Requirements of the General Provisions apply to all work under this Section. Throughout the specifications, types of materials may be specified by manufacturer's name and catalogue number in order to establish standards of quality and performance and not for the purpose of limiting competition. WORK INCLUDED Provide centrifugal exhaust fans, as specified herein, of sizes and capacities scheduled and in locations shown on drawings. PERFORMANCE ACMA Seal for Certified Air and Sound Performance. UL listed and labeled. RELATED WORK Section 15193: Duct and Equipment indentification. Section 15993: Balancing of system 15832-1 14~M QF~OU P SECTION 15832 - CENTRIFUGAL EXHAUST FANS 1.05 - A. SUBMITTALS Submit product data on all fans and accessories. 1. Provide fan curves with specified operating point clearly plotted. 2. Submit sound power levels for both fan inlet and outlet at rated capacity. PART 2 - PRODUCTS 2.01 - A. B. C. ACCEPTABLE MANUFACTURERS Penn Ventilator, Greenheck, Cook. 2.02 - ROOF MOUNTED FANS (mushroom type) A. Drives: Variable pitch V-belt drives or direct driven as scheduled. B. Housings: Heavy gauge aluminum enclosing motor outside airstream. Hinged housing for ready access to motor. Nameplate with all data necessary to identify the model, motor, electrical power and horsepower. C. Motor: Ball bearing type, designed for heavy duty vertical mounting. Isolate motors and fans from base with rubber isolators. Provide thermal overload protection. Motor BHP not to exceed nameplate at rated conditions. D. Fans: Centrifugal type, statically and dynamically balance. E. Provide fans complete with the following: 1. Lubricated lifetime sealed ball bearings. 2. Gravity dampers. 3. Motorized backdraft dampers where specified. 4. Integral electrical disconnect switch. 5. Bird screen around fan discharge. 6. Prefabricated, 1" thick fiberglass insulated, roof curb of same material as fan housings and manufactured by the fan manufacturer. Curb to be minimum of 18" high. 2.03 - UPBLAST CENTRIFUGAL ROOF MOUNTED FAN (Kitchen Hood Exhaust) A. Upblast centrifugal roof fans shall be V-belt or direct (see equipment schedule) drive. SHAC Al-01 15832-2 11/30/2001 l~M C-~C)UP SECTION 15832 - CENTRIFUGAL EXHAUST FANS B. Housings shall be constructed of heavy gauge spun aluminum, prestressed and work hardened in three axis for maximum strength. Spun parts shall include a large diameter bead for increased strength. C. Base assembly shall be high temperature 3003 aluminum alloy with welded comers for weather resistance. Mounting holes shall be prepunched for ease of installation. D. An electrical conduit chase shall be provided through the curb cap and into the motor compartment for ease of wiring. A second electrical conduit from the outside of the unit into the motor compartment shall be provided for external mounted disconnect switches. E. Centrifugal wheel shall be non-overloading backward inclined design. All wheel components shall be die formed for repeatability and precision. Wheels shall be robotically welded for maximum reliability. Hubs shall be precision machined. Wheel load shall be carried by patented low stress mating drive. Blades shall be high strength 5052 aluminum alloy curved to provide maximum operating efficiency and beam strength. Wheels shall be statically and dynamically balanced in accordance with ISO 1940 standards, ANSI S2.19, Level G6.3. Overall runout shall be less than .032". F. The wheel and inlet shall be aerodynamically designed and constructed to provided maximum performance and efficiency. G. The bearings shall be heavy duty, self-aligning ball bearings, grease lubricated and selected for minimum life (L5) of 200,000 hours at maximum operating speed. Shafts shall be turned, ground, polished and mst protected. Shafts shall be sized so that the first critical speed is at least 30% over the maximum operating speed. Close tolerances shall be maintained along the length of the shaft. H. Pulleys shall be adjustable, cast iron, machined, keyed, balanced and securely attached. Belts and pulleys shall be sized for a minimum of 150% of the installed motor horsepower. Pulleys shall be installed and adjusted to specified RPM. I. Motors shall be mounted on suitable vibration isolators. Motor shall be cooled by positive ventilation, using the wheel to draw air through the motor compartment. J. The suitable roof curb shall be prefabricated with grease trap and vented curb extension to comply with NFPA 96 requiring minimum discharge height above the roof of 40". Curb shall be supplied by fan manufacturer. K. Disconnect switch factory mounted and wired shall be NEMA 3R. Switch shall be externally mounted. The wire shall be in the breather tube. CENTRIFUGAL IN-LINE FANS Centrifugal in-line fans shall be belt driven. Housing framework and panels shall be heavy gauge galvanized steel. equipped with three removable access panels. Unit shall be SHAC A 1-01 15832-3 11/30/2001 SECTION 15832 - CENTRIFUGAL EXHAUST FANS C. Fan wheel shall be aluminum, non-overloadong, backwardly inclined, centrifugal type. Wheels shall be dynamically balanced in accordance with ANSI S2.19, level G6.3. D. Motor shall be mounted out of the main airstream and positively cooled by drawing air through the motor compartment. Motor shall be easily accessible for service. E. Units shall be equipped with a U.L. safety disconnect switch factory wired to a junction box on the exterior. F. Bearings shall be heavy duty, self-aligning ball bearings, grease lubricated and selected for a minimum life of 200,000 hours. G. Provide integral gravity type backdraft damper. H. Provide motor cover of same materials as housing, by fan manufacturer. I. Fan manufacturer shall provide spring type vibration isolators rated for weight of fan. Support rods to be provided and installed by Contract No. 2. 2.05 - CEILING EXHAUST FAN A. Fan shall have acoustically insulated galvanized steel housing and shall not exceed sound level ratings shown on schedule. B. Fan shall be equipped with an integral, chatter proof backdraft damper. C. Fan: Centrifugal type, statically and dynamically balanced. D. Fan shall be provided with cord, plug, and receptacle inside the housing. E. Fan shall be direct driven and motor speed shall not exceed RPM of specified model. F. Fan motor shall be suitably grounded and mounted on vibration isolators. G. Fan shall be equipped with unit mounted disconnect switches. H. Refer to contract drawings for fan capacity. I. Manufacturer shall provide block vent accessory (as manufactured by Penn Ventilator or approved equal). PART 3 - EXECUTION SHAC Al-01 11/30/2001 15832-4 · t~M, QP~OkJP SECTION 15832 - CENTRIFUGAL EXHAUST FANS 3.01 - ROOF MOUNTED FANS A. Secure fans to curbs with stainless steel screws. B. Connect duct to fans to allow for straight and smooth airflow. C. Provide flexible connections (minimum of 4") between fan and duct. D. Install fan level: +5° in vertical. Final installation shall be free of all leaks both from fan interior and roof-to-curb interface. 3.02 - IN LINE FANS A. Support fan from structural steel above, with vibration isolators and threaded hanger rods. B. Connect duct to fans to allow for straight and smooth air flow. C. Provide flexible connections (minimum of 4") between fan and duct. D. Install fan level: +/- 5 degrees vertical. Final installation shall be free of all leaks from both fan and associated ductwork. 3.03 - A. B. C. D. START-UP, TESTING, DEMONSTRATION Start-up fans after checkout to insure proper alignment and phased electrical connections. Test fans individually and as part of system. Insure fans are properly interlocked with supply fans and with control system. Demonstrate operation to Owner and instruct maintenance personnel in operation of equipment. END OF SECTION SHAC A 1-01 15832-5 11/30/2001 SECTION 15852 - DIFFUSERS, REGISTERS AND GRILLES DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - A. B. 1.02 - A. 1.03 - A. 1.04 - A. PROVISIONS Requirements of the General Provisions apply to all work under this Section. Throughout the specifications, types of materials may be specified by manufacturer's name and catalogue number in order to establish standards of quality and performance and not for the purpose of limiting competition. WORK INCLUDED Provide the following equipment as specified herein and in locations shown on drawings: 1. Air distribution registers, grilles and diffusers. RELATED WORK Section 15890: Sheet Metal Ductwork QUALITY CONTROL Air diffusers, grilles, and registers to have ratings certified by Air Diffusion Council and tested per ADC Equipment Test Code 1062R2 and ASHRAE Standard 36B-63. SHAC Al-01 15852-1 11/30/2001 1fl~4C- P. OU P SECTION 15852 - DIFFUSERS, REGISTERS AND GRILLES 1.05 - SUBMITTALS A. Submit product data to Engineer for approval. PART 2 - PRODUCTS 2.01 - A. CEILING DIFFUSERS Acceptable manufacturers: 1. Nailor, 2. Titus, 3. Anemostat Plenum Slot Diffuser: Slot width and quantity plus diffuser length shall be as indicated on the drawings. Unit for hung ceiling application shall be designed for standard lay-in T- Bar ceiling grid application. Pattern controller shall be "ice-tong" type. Directional airflow shall be adjustable through a full 180 deg. From the face of the diffuser and pattern controllers may also be adjusted for volume control. Standard unit is 11" in height. Factory installed center tees on multi-slot models are standard. They are dropped slightly below the diffuser face to align flush with the ceiling grid. Pattern controller is split mid-way on units' 48" and longer, permitting 2-way opposite blow pattern from a single slot. Provide all ceiling diffusers with internal insulation. Material is of corrosion- resistant steel plenum and pattern controllers. Center tees are alumifit~n~ Finish shall be white (unless otherwise noted on drawings) on all center tees, and black on pattern controllers and exposed surfaces. Provide accessories such as supplementary T-Bars, and inlet damper for each diffuser. Diffuser shall be Nailor Industries Inc, Model Series5800 or equal. Linear Slot Diffuser: Slot width and quantity plus diffuser length shall be as indicated on the drawings. Units shall be applicable for direct duct connection with or without ceilings. The volume and direction of the discharge air can be adjusted by moving the pattern controllers. Available with 1 to 8 slots. See drawings for number and size of slots. The maximum length of the pattern controller is 36 inches. Diffusers longer than 36 inches shall be provided with multiple pattern controller sections. Provide frames and mounting sub-frames to suit ceiling in each room. See the Architectural drawings to coordinate the frames and sub-frame application for type of ceiling being utilized in each room. Diffusers are supplied in lengths of up to 6 feet in a single section. Multiple- sections are provided with alignment strips on the frames and sub-frames to provide positive field alignment. Mounting sub-frames are cut to length and assembled in the field. Provide extruded aluminum frame with corrosion resistant steel "icetong" pattern controllers. Finish shall be as indicated on the drawings. Diffuser shall be Nailor Industries Series 5000 or 5000R (preeut from factory), Series 5000F or 5000FR (designed for field cutting). SHAC Al-01 15852-2 11/30/2001 SECTION 15852 - DIFFUSERS, REGISTERS AND GRILLES SHAC Al-01 11/30/2001 D. Architectural Ceiling Diffusers: Manufactured of heavy gauge galvanized steel with a double skinned face panel and hemmed edges. Units have 2 cones in all sizes and a removable inner core. Face panel is flush with the ceiling line. Square face with a round neck, 360-degree diffusion pattern, low NC levels at high volume output. Provide an opposed blade redial volume damper, Model 4275-OA with an operating arm to adjust the damper without removing the core. Units collar is 1 ~A" in height. Unit is suitable for T-Bar lay-in tile installation. The standard finish is white baked enamel face. Ceiling diffusers shall be Model UNI as manufactured by Nailor or equal. E. Architectural Ceiling Tile Slot Diffusers: Extruded aluminum frame (square face), roll- formed steel pattern controllers and a galvanized steel plenum with round neck.. Units have factory welded mitered comer construction. The pattern controllers (ice tong design) shall be individually adjustable for each slot with 180-degree air pattern adjustment from horizontal to vertical. Provide volume control damper. Discharge patterns are fully field adjustable from 1 way, 2 way opposite, 2 way comer, 3 way, and 4 way patterns. Center ceiling tile not provided by manufacturer. Nominal diffuser size of 24" x 24" for exposed grid suspended ceiling systems, for use with 15/16" lay-in and narrow 9/16" flat lay-in T- Bar ceiling systems. Units are available in 1,2, 3, or 4 slots with Y4" or 1" slot widths. The standard finish is white baked enamel face and black pattern controllers. Ceiling diffusers shall be Model 5010CTD as manufactured by Nailor or equal. F. Square Modular Core Ceiling Diffusers: Galvanized steel with square neck or round neck with a transition adapter. Unit features four individual spring-loaded 'modular' pattern controllers mounted in the neck. Modules can be adjusted to provide discharge patterns of 1 way, 2 way opposite, 2 way comer, 3 way, and 4 way patterns. Modular core shall be adjustable with out the use of tools. Units collar has 1 V2" depth. Diffusers shall be provided with galvanized opposed blade damper with screwdriver slot operator that is adjustable from the diffuser face by removing a modular core. Unit suitable for a concealed spline ceiling systems. The standard finish is white baked enamel face. Ceiling diffusers shall be Model 7500 as manufactured by Nailor or equal. G. Curved Blade Diffusers: The diffusers have individually adjustable curved blades arranged to provide one to four way air patterns. The air pattems can be adjusted to full or partial down-blow positions. The curved blades are adjusted to a uniform partially closed position to deflect the air path horizontally while retaining an effective area capacity of 35% of the neck area. In the full down-blow position, the effective area is increased to 75%. Total the diffuser is of total extruded aluminum construction. Extruded blades are aluminum on 1' centers. Blades formed with tenons to fit snugly into the side margin, friction loaded to firmly hold deflection settings. The integral opposed blade volume dampers are of all aluminum construction with a screwdriver slot operator, accessible through the face of the diffuser. Diffusers are mounted into a modular sized extended panel to integrate with various types of ceiling systems. Panels may have to be modified in the field so a to fit into non-standard ceiling grid sections. Frame/border style to suit the ceiling system in which the diffusers are being mounted. Baked white enamel finish. Ceiling diffusers shall be Model 51 CCD as manufactured by Nailor or equal. 15852-3 I-t~,~ Q I~0 U P SECTION 15852 - DIFFUSERS, REGISTERS AND GRILLES 2.02 - A. GRILLES AND REGISTERS Return Air Ceiling Registers: Each unit shall have fixed horizontal blades on ½" centers with 45 deg fixed deflection. Blades shall be roll-formed with concealed reinforcing mullion supports. The face shall have a continuous louvered blade appearance with no visible face mullions on all single section sizes. The minimum effective free area shall be 40% of the face area. Construction shall be of corrosion-resistant steel. 1 W' wide face border with a 1" overlap margin standard. Rigid, roll-formed frames with reinforced mitered corners. Provide integral dampers of roll-formed steel blades of Opposed-blade design with screwdriver slot. Finished shall be baked white enamel. Provide optional concealed mounting with using concealed mounting straps or concealed screw holes in neck. Countersunk screw holes in the frame face are not acceptable or frame face- mounting screws. Unit shall be designed for a standard lay-in T-Bar ceiling grid application.. Units smaller than 22" x 22" shall be mounted in 24" x 24" panels. When required, panels shall be field cut to fit ceiling grids that are smaller than 24" in any direction. Each unit shall be installed with the view of the blade direction away from the line of site. Registers shall be Nailor Industries Inc, Model Series 6155 or equal. B. Transfer Grilles and Return Air Registers: Each unit shall be manufactured of galvanized steel and shall have fixed horizontal roll-formed 'tear-drop' blades on ~A" centers with a 45 degree deflection. Units have 1 ¼" wide face border with a 1" overiap margin standard, furnished with countersunk screw holes and mounting screws. Frames are rigid roll-formed with reinforced mitered comers. Grilles and registers shall have a semi- concealed blade support mullion providing a continuous louvered blade appearance. Register dampers shall be made of galvanized steel, roll-formed blades and be screwdriver slot operable through the face of the grille. The standard finish is white baked enamel face. Registers and grilles shall be Model 6145H as manufactured by Nailor or equal. C. Eggcrate Ceiling Grills: Each unit shall be designed for standard Lay-in T-Bar ceiling modules and is supplied less screw holes for ducted exhaust and non-ducted exhaust and return air plenum applications. Made of aluminum cube cores constructed of thin, interlocked aluminum strips assembled in a square grid fashion and match in appearance the grid louvers on parabolic light fixtures. Frame is of extruded aluminum. Aluminum grid core shall be ½" x ½" x ½" unless other wise noted on the drawings. Finish shall be white baked enamel. Provide duct mounted units with concealed mounted straps unless otherwise noted on the drawings. Frames shall be standard 1 W'. Grills shall be Nailor Industries Inc, Model 51 ECL (ducted, ceiling lay-in), Model 51ECA (non-dueted, ceiling lay-in), Model 51ECS (ducted, surface or duct flange mounted) or equal. D. Double Deflection Grills and Registers: Each unit shall be made of high quality, extruded aluminum construction. 1 W' wide face border with a 1" overlap margin standard, furnished with countersunk screw holes and mounting screws. Provide for concealed SHAC Al-01 15852-4 11/30/2001 SECTION 15852 - DIFFUSERS, REGISTERS AND GRILLES mounting unless otherwise noted on drawings. Narrow frame units have 1" face border. Frames are rigid, heavy gauge extruded with reinforced mitered comers. Blades are streamlined shaped extruded aluminum on ¼" centers. Blades positively hold deflection setting under all conditions of velocity and pressure. Integral dampers are roll-formed steel blades og the opposed blade design with screwdriver slot operator. The grill blades pivot to provide adjustable patterns. Baked white enamel finish is standard. See drawings for required finish. Grills and Registers shall be Nailor Industries Inc., Model 51DH. Drnm kouvers: Each unit shall be capable of supplying from O-degree to 30-degree deflections. The cylindrical drum shall enable the primary air to be directed horizontally or vertically within a 60-degree arc, and shall be equipped with adjustable louvers. The rotating adjustable cylindrical drums are tightly pivoted to the end caps of the 1 x/4" wide border frames and are supplied with 3/16 diameter face screw mounting holes and a perimeter frame gasket. A felt seal around the rotating drum is provided to minimize air leakage. Paddle size deflection vanes are rear pivoted on nylon bushings in the rectangular drum opening, and tightly hold deflection angle settings regardless of duct velocity and pressure levels. When indicated on the diffuser schedule, provide opposed blade damper with a screwdriver slot operator accessible through the discharge opening. Unit is manufactured from extruded aluminum, with a white baked enamel finish. Louvers shall be Nailor Industries Inc, Model 45 DL1 for single vane, and Model 45 DL2 for split-vane, or equal. PART 3 - EXECUTION 3.01 - INSPECTION A. Examine areas and conditions under which air outlets and inlets are to be installed. Do no proceed with work until any unsatisfactory conditions have been corrected. 3.02 - A. B. C. D. E. INSTALLATION Install diffusers, grilles and registers in locations shown on drawings. Sizes shall be as indicated on the drawings. Installation to be in accordance with manufacturer's published recommendations as well as applicable sections of SMACNA manual and as specified above. Provide all screws, bolts, nuts, inserts, and material required for attaching sheet metal to duct, walls, floors and ceilings. Return air and transfer grilles and registers shall be installed with the blade deflection facing away from the line of sight. Coordinate with other work, including ductwork and ductwork accessories, as necessary to interface installation of air outlets and inlets with other work (electrical, plumbing, fire sprinklers, structural steel, etc.) SHAC Al-01 15852-5 11/30/2001 SECTION 15852 - DIFFUSERS, REGISTERS AND GRILLES 3.03 - TESTING A. Check work for satisfactory installation and performance. B. Check duct connections for leakage or condensation. Correct any deficiencies. END OF SECTION SHAC Al-01 15852-6 11/30/2001 I~,~G P~O U P SECTION 15952 - CLEANING & TESTING '-" DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been lefi to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART I - GENERAL 1.01 - A. 1.02 - A. 1.03 - A. 1.04 - A. WORK INCLUDED Cleaning and testing of mechanical systems furnished under this contract. RELATED WORK SPECIFIED ELSEWHERE Section 15993: Balancing of Systems QUALITY ASSURANCE Requirements of Regulatory Agencies: 1. Perform factory testing of factory fabricated equipment in complete accordance with the agencies having jurisdiction. 2. Perform field testing of piping systems in complete accordance with the local utilities and other agencies having jurisdiction and as specified. JOB CONDITIONS Protection: During test Work, protect controls, gages and accessories which are not designed to withstand test pressures. Do not utilize permanently installed gages for field testing of systems. SHAC Al-01 15952-1 11/30/2001 I~MC [20 ~J [~ SECTION 15952 - CLEANING & TESTING Scheduling, Sequencing: 1. Transmit written notification of proposed data and time of operational tests to the Engineer at least 5 days in advance of such tests. 2. Perform cleaning and testing Work in the presence of the Engineer. 3. Pressure test piping systems inside buildings, at the roughing-in stage of installation, before piping is insulated and at other times as directed. Perform test operations in sections as required and directed, to progress the Work in a satisfactory manner. Valve or cap-off sections to be installed in the permanent piping systems, or temporary valves or caps as required to perform the Work. PART 2 - PRODUCTS 2.01 - A. MATERIALS Test Equipment and Instruments: Type and kind as required for the particular system under test. B. Test Media: As specified for the particular piping or system under test. C. Cleaning Agent (water): As specified for the particular piping, apparatus or system being cleaned. 2.02 - VACUUM CLEANING OF NEW DUCTWORK A. Vacuum clean all new ductwork used for this project. B. Provide set of spare air filters for each AC unit. PART 3 - EXECUTION 3.01 - A. 3.02 - A. PRELIMINARY WORK Thoroughly clean pipe and tubing prior to installation. This work shall be performed under this Contract. During installation, prevent foreign matter from entering system. Prevent if possible and remove stoppages or obstructions from piping and systems. PRESSURE TESTS - PIPING Piping shall be tight under test and shall not show loss in pressure or visible leaks, during test operations or after the minimum duration of time as specified. Remove piping which is not tight under test; remake joints and repeat test until no leaks occur. Water Systems: 1. Circulating Water Systems: Hot water systems, including cold water makeup piping connections to hot water system. SHAC A 1-01 15952-2 11/30/2001 SECTION 15952 - CLEANING & TESTING Before final connections are made perform hydrostatic test at 1-1/2 times the maximum working pressure, but not less than 125 psig, for 4 hours. 3.03 - TESTING OF EQUIPMENT, APPARATUS AND APPURTENANCES A. Relief Valves: Increase pressure in equipment or apparatus to relief valve setting, to test opening of valves at required relief pressures. 3.04 - HOT WATER SYSTEM CLEANING AND OPERATIONAL TESTING A. Circulating Water Systems: 1. Cleaning: Flush system and apparatus, upon completion of pressure and miscellaneous tests. Completely open valves and flush each system with clean water, prior to chemical cleaning. Repeatedly flush at short intervals until twice the system water capacity has been flushed through. Chemically clean systems immediately following flushing operations. Cimulate a solution consisting of trisodium phosphate, in a proportion of one pound of chemical to every 50 gallons of water in the system. Completely fill system with cleaning solution: vent system and place in operation, with automatic controls operating temperature or an operating temperature designated by the Engineer. Circulate the solution through the system for a minimum of 4 consecutive hours. Immediately drain system and flush with clean water until the pH at the farthest drain matches the clean water input. Keep strainers unplugged during the cleaning operations. Remove and clean strainer screens prior to operational test. Refill system with clean water. Operational Test: Run system in an automatic mode for a minimum of 120 consecutive hours, with final connections made to apparatus, equipment and accessories. Make final adjustments. 3.05 - VENTILATING AND AIR CONDITIONING SYSTEMS LEAKAGE TESTING A. Testing: Air testing during erection shall include separate leakage air tests of air riser, horizontal distribution system, and, after all ductwork is installed and the central stations apparatus is erected, leakage testing of the whole system. B. Tests shall be made prior to insulation of system being tested using suitable test equipment for seal class "C" (SMACNA), including test blower, "U" tube, orifice, tubing and cocks, arranged to indicate the amount of air leakage. C. The leakage tests of the ductwork shall be made with pressure in the header maintained at approximately 4 inches, obtained by operation of the test blower. D. All joints shall be inspected and checked for audible leakage, repaired, if necessary, and retested. Duct leakage shall be limited to the following: SHAC Al-01 15952-3 11/30/2001 Id~,~Q BO U P SECTION 15952 - CLEANING & TESTING Average Size of Run Diameter or Equivalent *A/100 ft. Run 12 inches or less 10 20 inches or less 15 30 inches or less 25 40 inches or less 30 50 inches or less 30 * (A) = Permissible loss in cfm Total system leakage shall not exceed 1 percent of the scheduled design capacity of the system when tested as per SMACNA testing methods. END OF SECTION SHAC Al-01 15952-4 11/30/2001 SECTION 15954 - BALANCING OF SYSTEMS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - RLLATED WORK SPECIFIED ELSEWHERE A. Section 15992: Cleaning and Testing 1.02 - QUALITY ASSURANCE A. Environmental Systems Balancing Agency: 1. Provide the services of a certified independent agency for the testing, adjustment and balancing of all air distribution and hydronic distribution systems complete with all connected apparatus and equipment. The agency shall be certified by the Associated Air Balance Council Bureau - AABC, Los Angeles, CA 90026 or by National Environmental Balancing Bureau - NEBB, Arlington, VA 22209. 2. The work shall be performed by skilled mechanical technicians under the direct supervision of certified personnel in the employ of the independent agency. The on-the-job supervisor shall be personally certified by the national council or bureau, as approved by the Director. 1.03 - SUBMITTALS A. Testing, Adjustment and Balancing Reports: SHAC Al-01 15954-1 11/30/2001 Ifl~,~O FaO U P SECTION 15954 - BALANCING OF SYSTEMS Hydronic Systems: Submit results and a sample copy to the Architect/Engineer. Air Systems: Submit results and sample copy to the Architect/Engineer. 1.04 - JOB CONDITIONS A. Scheduling: 1. Perform environmental systems testing and balancing after cleaning, miscellaneous testing, adjustment and operational testing Work has been completed. Test and balance system during a period of time when outside temperature conditions will impose a significant load on the system; i.e., winter months for heating system. Balance and adjust systems accordingly. Send written notification to the Owner a minimum of 5 days prior to the performance of testing and balancing Work. Perform testing and balancing Work in the presence of the Owner's Representative. PART 2.01 - A. 2- PRODUCTS TEST EQUIPMENT General Information: Tests instruments are included in this specification for information only. Balancing of hydronic systems shall be performed by qualified personnel utilizing company owned test instruments, which will remain the property of the company. Use test instruments which are in first class operating condition, with individual calibration histories to guarantee their accuracy. Test instruments shall be of type and kind as required by the type of system installed. Trade names and manufacturer's names are mentioned in this section for descriptive purposes only; instruments of equivalent range and capabilities may be utilized. Air Balancing Instruments: 1. Manometers: Inclined with ranges of 0 to 1/4 inch and 0 to I inch; Combination inclined and vertical with a range of 0 to 5 inches and U tube type, 18 inches. 2. Portable "magnehelic" Draft Gages: Ranges 0 to 1/2 inch, 0 to I inch and 0 to 5 inches. 3. Anemometers: Deflecting vane type with a range of 100 to 3000 fpm, similar to Alnor Velometer Model 6000 BP and 4 inch diameter rotating van type. 4. Pitot Tubes: ASHRAE standard type, stainless steel, 5/16 inch diameter, lengths as required. 5. Sling Psychrometer. 6. Smoke Candles and Smoke Generator. SHAC Al-01 15954-2 11/30/2001 Ifl~or~oup SECTION 15954 - BALANCING OF SYSTEMS Hydronic Balancing Instruments: 1. Calibrated Test Gages: Ranges 0 to 30 lbs., 0 to 60 lbs., 0 to 200 lbs. 2. Calibrated Test Gages (Compound Type): Ranges from -30 to 30 lbs. and -30 to 60 lbs, 3. U Tube Manometer: 36 inches. Air and Hydronic Systems Balancing Instruments: 1. Thermometers: 12 inch mercury column type and dial type, with a range of -40 to +120°F and 0 to 220°F. Total of four thermometers. 2. Universal Hand Tachometer: Herman H. Sticht Type UH. 3. Stop Watch. 4. Stroboscope. 5. Contract Pyrometer: Thermocouple type. 6. Volt-Ohm-Ammeter Test Kit, High Current Type: Sperry "Ohm probe". 7. Volt-Ammeter: With leads for connecting to lugs. PART 3 - EXECUTION 3.01 - A. 3.02 - A. PRELIMINARY WORK Circulating Water Systems: Prior to balancing the system, bleed all air vents so as to completely flood the system; check pumps for proper rotation; clean strainers and set balancing and system stop valves in the full-open position. Ventilating Systems: Prior to balancing the system, check fans for proper rotation; check and set dampers in the normal operating position. BALANCING OF CIRCULATING WATER SYSTEM Equipment Schedules and Report Sheets: Prepare itemized equipment schedules, listing all heating or cooling elements and equipment in the system to be balanced. List in order on equipment schedules, by pump or zone according to the design, all heating elements and all zone balancing valves or balancing devices. Breakdown schedules into zones to circuits, starting from the zone or circuit pump and terminating with the last item of equipment or transfer element in the respective zone or circuit. Include on schedule sheets, column titles listing the location, type of element or apparatus, design conditions and water balance readings. Prepare individual pump report sheets for each individual system or zone pump. B. Balancing: SHAC Al-01 15954-3 11/30/2001 SECTION 15954 - BALANCING OF SYSTEMS 3.03 - A. Place system in full automatic operation, with automatic controls set in accordance with design conditions, and allow water to roach design temperature. Test pumps and balance flow. Record the following on pump report sheets: a. Suction and discharge pressure. b. Running amps and brake horsepower of pump motor under full flow and no flow conditions. c. Pressure drop across pump in feet of water and total gpm pump is handling under full flow conditions, Check pumps for flow, after the system has been balanced. Record test readings, calculations and results. BALANCING OF VENTILATING AND AC SYSTEMS Equipment Schedules and Report Sheets: 1. Prepare itemized air balance schedules for each system listing all air handling units and air outlets for each system. 2. Prepare individual air handling unit report sheets, noting manufacturer's published performance data. 3. Record all test readings, calculations and results. Balancing: 1. Inspect All Equipment: Establish a definite operational test condition for test and air balance purposes. In accordance with test condition selected, turn on all systems in the building. 2. Balance a system starting with the fan. Check fan speed, using a tachometer with a self timing device and the power reading of the fan motor using a volt-amp meter. Calculate the actual brake horse power from the tachometer and volt-amp meter readings. Compare the actual fan speed reading and the motor power reading, with the air handling unit manufacturer's published performance data, and if they check within reasonable limits, make duct velocity readings on the duct. Calculate the cfms of the ducts. Establish the total air for the fan or system under test. Compare the design data with the test results, and if the total air is high or low, adjust the fan speed accordingly. Repeat the described test procedure for all. Test and adjust the individual air inlet devices. Adjust individual inlet devices, in the manner recommended by the manufacturer of the devices. The total cfm of inlets shall equal the total air volume of the air handling units. The system is balanced, when the results of the specified test procedures check with the design data, that is, fan speed and horsepower; total air by velocity readings and total air by inlet volume. SHAC Al-01 15954-4 11/30/2001 SECTION 15954 - BALANCING OF SYSTEMS Replace Pulley, adjust belts, or change the motor if necessary in order to achieve the specified air flow. 3.04 REPORTS A. Submit the Air Balancing and Hot water system balancing Representative for review. Provide minimum 3 copies for review. reports to Owner's END OF SECTION SHAC A 1-01 15954-5 11/30/2001 Ifl:~Gl~OU P SECTION 16010 - GENERAL ELECTRICAL REQUIREMENTS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Excavation and backfill for electrical work. B. Primary power wiring and distribution system. C. Secondary power wiring and distribution system. D. Lighting, including lamps. E. Wiring devices. F. Wiring for built-in equipment. G. Distribution panels and switches. 1.02 - RELATED WORK Foundations and pads required for equipment furnished under this division of speci- fications. Field painting, except such painting as is required to maintain shop coat painting and factory finish painting. SHAC Al-01 16010-1 11/02/01 SECTION 16010 - GENERAL ELECTRICAL REQUIREMENTS C. Flashing and sealing of conduits through outside walls. Cutting and patching for electrical work, except for errors and omissions under this Division. 1.03 - QUALITY ASSURANCE It is understood that the rights and benefits given the Owner by the guarantees found in the technical specifications are in addition to and not in derogation of any rights or benefits found in the special and general provisions of the contract. Electrical equipment provided under this Division shall be turned over in operating condition. Instruction on further operation and maintenance shall be included in the operating and maintenance instructions. 1.04 - REFERENCES Perform work in accordance with standards listed below. Where these specifications are more stringent, they take precedence. In case of conflict, obtain a decision from the Engineer. 1. NFPA-70: National Electrical Code 2. NFPA-101: Life Safety Code 3. New York State Energy Code 4. New York State Building Code 5. Applicable New York State Administrative Code 6. Applicable Town Ordinances. 7. LIPA rules and regulations. 8. NECA - National Electrical Contractors Association. PART 2 - PRODUCTS 2.01 - MATERIALS AND EQUIPMENT All materials and equipment used in carrying out these specifications shall have UL listing and label. Specifications and drawings indicate name, type, or catalog numbers of materials and equipment to be used as standards. Proposals shall be based on these standards. Contractor may use materials and equipment equivalent to those specified, subject to Engineer's approval. SHAC A 1-01 16010-2 11/O2/01 SECTION 16010 ~ GENERAL ELECTRICAL REQUIREMENTS PART 3 - EXECUTION 3.01 - COORDINATION Carefully examine specifications, drawings and project site to be thoroughly familiar with items which require electrical connections and coordination. Electrical drawings are dia- grammatic and shall not be scaled for exact sizes. Notify other Contractors of any deviations or special conditions necessary for the installation of work. Interferences between work of various contractors to be resolved prior to installation. Work installed not in compliance with specifications and drawings and without properly checking and coordinating as specified above shall, if necessary, be removed and properly reinstalled without additional cost to the Owner. Engineer to be mediating authority in all disputes arising on project. Equipment shall be installed in accordance with manufacturer's recommendation. Where conflicts occur between contract documents and these recommendations, a clarification shall be requested of the Engineer for decision before preceding with such work. Insofar as it is possible to determine in advance, advise masonry tradesmen to leave proper chases and openings. Place all outlets, anchors, sleeves, and supports prior to pouring concrete or installation of masonry work. Should the Contractor neglect doing this, any cutting and/or patching required to be done is at this Contractor's expense. 3.02 - CUTTING AND PATCHING Repair or replace routine damage caused by cutting in performance of work under this Division. Correct unnecessary damage caused due to installation of electrical work, brought about through carelessness or lack of coordination. Holes cut through floor slabs to be core drilled with drill designed for this purpose. All openings, sleeves, and holes in slabs to be properly sealed, fire proofed and waterproofed. Repairs to be performed with materials which match existing materials and to be installed in accordance with appropriate sections of these specifications. 3.03 - TESTS On completion of work, installation shall be completely operational and entirely free from ground, short circuits, and open circuits. Perform a thorough operational test in presence of the Engineer. Balance all circuits so that feeders to panels are not more than 10% out of balance between phases with all available load energized and operating. Furnish all labor, materials and instruments for above tests. SHAC Al-01 16010-3 11/02/01 I~Q KO U P SECTION 16010 - GENERAL ELECTRICAL REQUIREMENTS B. Furnish Engineer with a copy of such tests including identification of each cimuit and readings recorded. Test information to include ampere readings of all panels and major cimuit breakers, insulation isolation resistance reading of motors. 3.04 - IDENTIFICATION OF EQUIPMENT A. Properly identify the following: 1. All electrical panels. 2. Control panels. 3. Service entrance equipment and main cimuit breaker. B. Use permanently attached black phenolic plates with 1/4-inch white engraved lettering on the face of each, attached with two sheet metal screws. C. Panelboard identification plates shall indicate panel by name. 3.05 - INSTALLATION A. The Contractor shall carefully move and replace existing equipment, appliances and all related items, as required to conduct proposed work. B. Install and conduct all work per applicable NEC, NECA, State and local codes. END OF SECTION p:\shac\shaca I 01 \specs~electrical\ 16010.doc SHAC Al-01 16010-4 11/02/01 1t~:~,C. FROU P SECTION 161 I0 - CONDUIT DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Conduit system with associated couplings, connectors and fittings. B. Conduits to be mechanically and electrically continuous from outlet to outlet and from outlets to cabinets, pull or junction boxes. 1. Conduit use - Rigid Galvanized Conduit: a. All exterior circuits and kennel areas and areas likely to be exposed to weather regularly. 2. Conduit Use - Electrical Metallic Tubing (EMT) Conduit: a. All interior circuits except all kennel areas and areas likely to be exposed to water regularly. 1.02 - RELATED SECTIONS A. Section 16170 - Grounding. SHAC Al-01 16110-1 11/02/01 1~2~G ~O U P SECTION 16110 - CONDUIT B. Section 16190 - Supporting Devices and Hangers. C. Section 16195 - Electrical Identification. D. Section 16121 - Conductors - 600 Volts and Below. 1.03 - REFERENCES A. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. B. ANSI C80.3 - Electrical Metallic Tubing, Zinc Coated. C. ANSI/NFPA 70 - National Electric Code. D. NECA Standard of Installation. E. ANSI/NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. 1.04 - SUBMITTALS A. Submit product data under provisions of Section 01330. 1.05 - REGULATORY REQUIREMENTS A. Furnish products listed and classified by Underwriters Laboratories, Inc. B. Conform to requirements of ANSI/NFPA 70. 1.06 - PROJECT RECORD DOCUMENTS A. Submit under provisions of Section 01785. B. Accurately record actual routing of all conduits. 1.07 - FIELD SAMPLES A. Provide under provisions of Section 01450. B. Provide field sample of conduit two each at 2 feet in length. C. Provide field sample of expansion/deflection fitting, two each. SHAC Al-01 16110-2 11/02/01 IIJ2~G [~O U P SECTION 16110 - CONDUIT 1.08 - DELIVERY, STORAGE AND HANDLING A. Deliver, store, protect, and handle products in accordance with manufacturers' recommendations. B. Accept conduit on site. Inspect for damage. C. Protect conduit from corrosion and entrance of debris by storing abovegrade. Provide appropriate covering. 1.09 - PROJECT CONDITIONS A. Verify all conduit routings by field measurements. B. Verify routing and termination locations of conduit prior to rough-in. C. Conduit routing is shown on Drawings in approximate locations unless dimensioned. Route as required to complete wiring system. Provide all required sweeps, boxes and fittings. PART 2 - PRODUCTS 2.01 - A. RIGID GALVANIZED CONDUIT Rigid conduit shall be hot dipped, galvanized, or electro-galvanized steel by WHEATLAND, TRIANGLE, REPUBLIC or approved equal. B. Associated couplings, connectors and fittings shall be as manufactured by THOMAS & BETTS CORP., O.Z. GEDNEY CO., EFCOR or approved equal. Catalog numbers used below are those of THOMAS & BETTS CORP. based on 3/4-inch size and are consid- ered standards by which equivalents are to be judged. C. ERICKSON couplings, Series 676 or approved equal, shall be used where neither length of conduit can be rotated. D. Conduit connectors shall be threaded type. Set screw and compression type connections ARE NOT acceptable. E. Sealing fitting locknuts shall be Series 142SL. F. Steel or malleable iron insulated bullet hub, Series 370-379, complete with sealing "O" ring. DO NOT use "die cast" material. G. Entrance ells shall be Series 1491 or approved equal. SHAC Al-01 16110-3 11/02/01 ~t~,~Q~.OU P SECTION 16110 - CONDUIT 2.02 - A. B. Combination coupling shall be Series 531 for connecting rigid galvanized conduit to electrical metallic tubing. ELECTRICAL METALLIC TUBING (EMT) Electrical metallic tubing shall be WHEATLAND, TRIANGLE, REPUBLIC, or approved equal. Associated couplings, connectors and fittings shall be as manufactured by THOMAS & BETTS CORP., O.Z. GEDNEY CO., EFCOR, or approved equal. Catalog numbers used below are those of THOMAS & BETTS CORP. based on 3/4-inch size, and are consid- ered standards by which equivalents are to be judged. EMT connectors shall be Series 5221 compression type with threaded locknut. Set screw connectors will not be acceptable. EMT couplings shall be Series 5220 compression type. Set screw connectors will not be acceptable. PART 3 - EXECUTION 3.01 - INSTALLATION A. Minimum size of conduits shall be 3/4-inch. Minimum conduit depth shall be 16" below grade, measured to the top of the conduit on exterior underground installations. Conduit joints shall be cut square, threaded, reamed smooth, and drawn up tight so con- duit ends will butt in couplings, connectors and fittings. D. Make bends or offsets with standard ells or field bends with an approved bender. Run concealed conduits in direct line with long sweep bends or offsets. Run exposed conduits parallel to and at right angles to building lines. Group multiple conduit runs in banks. Secure conduits to all boxes and cabinets with double locknuts and bushings so system will be electrically continuous from service to all outlets. G. Install conduit in accordance with NECA Standard of Installation. Cap ends of conduits to prevent entrance of water and other foreign material during construction. SHAC Al-01 16110-4 11/02/01 Id~MO BO U P SECTION 16110 - CONDUIT Complete all conduit systems before pulling conductors. Support conduits under provisions o f Section 16190. Provide approved expansion joints or fittings and bonding jumpers where conduits in concrete pass through building expansion joints. Provide cable supports in conduits rising vertically in accordance with the National Electric Code, Article 300-19. Provide No. 12 AWG copper pull wires or nylon cord in all empty conduits. Steel wire not acceptable as pull wire. Install conduit to preserve fire resistance rating of partitions and other elements. Ground and bond conduit under provisions of Section 16170. Where neither length of conduit can be rotated, ERICKSON couplings Series 676 shall be used. In areas where enclosed and gasketed fixtures and weatherproof devices are specified, where rigid conduit enters a sheet metal enclosure, junction box and outlet box, and not terminated in a threaded hub, a steel, or malleable iron nylon insulated bullet hub, com- plete with recessed sealing "O" ring, shall be used, Series 370-379 . DO NOT use die cast material. In concrete slabs block up conduit from forms and securely fasten in place. All conduits in slabs shall have a minimum of 1-1/2-inches concrete coverage above and below. Where conduits running overhead pass through building expansion joints, install flexible liquid tight conduit of same size with sufficient slack to allow conduits on either side of expansion joint to move a minimum of 3-inches in any direction. Provide supports as required on each side of expansion joint, all in accordance with seismic requirements of specific area. Failure to route conduit through building without interfering with other equipment and construction shall not constitute a reason for an extra charge. Equipment, conduit and fixtures shall fit into available spaces in building and shall not be introduced into building at such times and manner as to cause damage to structure. Equipment requiring servicing shall be readily accessible. Arrange supports to prevent misalignment during wiring installation. Support conduit using coated steel or malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers. SHAC AI-01 16110-5 11/02/01 SECTION 16110 - CONDUIT W. Group related conduits; support using conduit rack. Construct rack using steel channel; provide space on each for 25 pement additional conduits. X. Do not support conduit with wire or perforated pipe straps. Remove wire used for tem- porary supports. Y. Do not attach conduit to ceiling support wires. Z. Arrange conduit to maintain headroom and present neat appearance. AA. Route exposed conduit parallel and perpendicular to walls. BB. Route conduit installed above accessible ceilings parallel and perpendicular to walls. CC. Route conduit in and under slab from point-to-point. DD. Do not cross conduits in slab. EE. Maintain adequate clearance between conduit and piping. FF. Maintain 12-inch clearance between conduit and surfaces with temperatures exceeding 104OF (40oc). GG. Bring conduit to shoulder of fittings; fasten securely. HH. Use conduit hubs with sealing locknuts to fasten conduit in damp and wet locations. II. Install no more than equivalent of three 90-degree bends on interior locations between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use factory elbows for bends in metal conduit larger than 2-inch size. JJ. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. 3.02 - CONDUIT LOCATIONS A. Route all conduit concealed in walls or above finished ceilings. Provide boxes and conduits concealed in walls for all power and controls. B. Surface mounted conduits will only be allowed in pipe trenches and existing block walls. END OF SECTION p:\shacXshacalOl~pecs\electrical\161 lO.doc SHAC Al-01 16110-6 11/02/01 Id~G [20 U P SECTION 16114 - FLEXIBLE LIQUID-TIGHT METAL CONDUIT DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an altemate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Flexible liquid-tight conduit system for the termination points at equipment that may possibly vibrate, such as motors and mechanical equipment. B. Conduit Use - Flexible Liquid-tight Conduit: 1. Connecting motors and other equipment subject to vibration, maximum length - 3 feet. 2. Passing through building expansion joints. 1.02 - RELATED SECTIONS A. Section 16110- Conduit. B, Section 16121 - Conductors - 600 Volts and Below. C. Section 16190 - Supporting Devices and Hangers. SHAC A1-0I 16114-1 11/02/01 SECTION 16114 - FLEXIBLE LIQUID-TIGHT METAL CONDUIT 1.03 - REFERENCES A. ANSUNFPA 70 - National Electric Code. B. NECA Standard of Installation C. ANSIfNEMA FB 1 ~ Fittings. 1.04 - SUBMITTALS A. Submit product data under provisions of Section 01330. 1.05 - REGULATORY REQUIREMENTS A. Furnish products listed and classified by Underwriters Laboratories, Inc. 1.06 - FIELD SAMPLES A. Provide two (2) field samples of flexible liquid-tight conduit 2 feet long. PART 2 ~ PRODUCTS 2.01 - FLEXIBLE LIQUID-TIGHT CONDUITS AND FITTINGS Liquid-tight flexible metal conduit shall be ANACONDA or approved equal. Description: Interlocked steel construction with PVC jacket. Provide flexible liquid-tight conduits and fittings as manufactured by THOMAS & BETTS CORP., O.Z. GEDNEY CO. or approved equal. Catalog numbers used below are those of the THOMAS & BETTS CORP., based on 3/4" size and are to be considered as standards by which equivalents are to be judged. All conduit shall be liquid-tight flexible type, UL type UA, or suitable for exposure to continuous or intermittent moisture. D. Flexible liquid-tight connectors shall be Series 5333 or approved equal. PART 3 - EXECUTION 3.01 - INSTALLATION A. Conduits shall be 3/4-inch minimum size. SHAC Al-01 16114-2 11/02/01 · l!~O I~OU P SECTION 16114 - FLEXIBLE LIQUID-TIGHT METAL CONDUIT D. E. F. G. H. Where fittings for liquid-tight flexible conduit are brought into an enclosure with a knockout, a gasket assembly, consisting of one piece "O" ring, with a BUNA-R sealing material, Series 5200, shall be installed on outside of box. Fittings shall be made of either steel or malleable iron only, and shall have insulated tkroats or insulated bushings. A copper ground wire sized in accordance with NEC shall be installed on the inside of the conduit as a jumper around flexible conduit to assure a continuity of ground. Install a copper jumper across all flexible conduit including lighting fixtures, controls and other utilization equipment. Install liquid-tight flexible conduit in such a manner as to prevent liquids from running on surface toward fittings. Allow sufficient slack conduit to reduce the effect of vibration. Complete all conduit systems before pulling the conductors. Support in accordance with requirements of National Electric Code. END OF SECTION p:~shac\shaca 101 \specs\electhcal\ 16114~doc SHAC Al-01 16114-3 11/02/01 Id~GP~OUP SECTION 16121 - CONDUCTORS - 600 VOLTS AND BELOW DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART1-GENERAL 1.01 - SECTION INCLUDES A. Conductors for and power and controls. B. All conductors to be continuous from origin to panel or equipment termination without splices. Where splices and taps are necessary or are required, notify the Engineer prior to installation. All splices shall be made in color-coded splice boxes. C. Refer to drawings for sizes of conductors. 1.02 - RELATED SECTIONS A. Section 16110 - Conduit. B. Section 16114 - Flexible Liquid-Tight Metal Conduit. C. Section 16130 - Boxes. D. Section 16195 - Electrical Identification. SHAC Al-01 16121-1 11/02/01 IJ~MQ 20 © P SECTION 16121 - CONDUCTORS - 600 VOLTS AND BELOW 1.03 - REFERENCES A. ANSI/NFPA 70 - National Electric Code. B. NECA Standard of Installations. 1.04 - SUBMITTALS A. Submit product data under provisions of Section 01330. B. Manufacturer's Installations Instructions: Indicate application conditions and limitations of use stipulated by produce testing agency specified under Regulatory Requirements. 1.05 - REGULATORY REQUIREMENTS A. Furnish products listed and classified by Underwriters Laboratories, Inc. B. Conform to requirements of ANSI/NFPA 70. C. Provide primary and secondary conductor types as required by the Long Island Power Authority for the new service. 1.06 - PROJECT CONDITIONS A. Verify that field measurements are as shown on Drawings. B. Conductor sizes are based on copper~ C. Wire and cable routing shown on Drawings is approximate unless dimensioned. Route wire and cable as required to meet Project Conditions. D. Field verify destination location to determine cable routing. E. Where wire and cable routing is not shown for proposed destination, determine exact routing and lengths required. 1.07 - COORDINATION A. Determine required separation between cable and other work. B. Determine cable routing to avoid interference with other work. SHAC Al-01 16121-2 11/02/01 gt~G [2021 [3 SECTION 16121 - CONDUCTORS - 600 VOLTS AND BELOW PART 2 - PRODUCTS 2.01 - CONDUCTORS A. Install products in accordance with manufacturer's recommendations. B. Single copper conductors with 600-volt insulation. C. Minimum size of conductors and grounds shall be No. 12 AWG. D. Insulation: No. 12 AWG and No. 10 AWG, provide ANSI/NFPA 70, Type THHN. For all conductors No. 8 AWG and larger, provide ANSI/NFPA 70, Type THW, THWN or THHN. E. Use rated conductors as required by LIPA, for primary and secondary service conductors. F. Use solid conductor for feeder and branch circuits, 10 AWG and smaller. G. All conductors shall include complete set of manufacturer's markings for insulation and conductor size. H. Manufacturers shall be ANACONDA, TRIANGLE, ROME, or approved equal. I. Provide white colored neutral conductors; provide black, color coded phase conductors; provide green colored ground conductors. 2.02 - MECHANICAL CONNECTORS A. Conductor tapping connectors shall be BURNDY Servit split bolt, Series KS and KS3, or approved equal. B. Split bolt connectors shall use BURNDY Type SC Servit cover on indoor applications. C. Terminal lugs shall be BURNDY Universal Terminal Series. Terminal lugs shall be sized for proper ampacity and proper number of conductor holes. Each conductor shall occupy only one hole on a terminal lug. D. Conductor tapping connectors for multiple conductors shall be BURNDY Series V-Tap with V-Tap covers, and V-Blok mounting platforms. PART 3 - EXECUTION 3.01 - INSTALLATION A. Install color-coded pull boxes in branch circuits or feeders over 100 feet long. SHAC Al-01 16121-3 11/02/01 SECTION 16121 - CONDUCTORS - 600 VOLTS AND BELOW C. D. E. Make all splices or connections only in color-coded outlet, pull or junction boxes. Deliver all conductors to job site new and in original wrapping, package or reel. All conductors and connections shall test free of grounds, shorts and opens. Provide No. 10 wire in lieu of No. 12 wire for any branch circuit in excess of 100 feet to prevent excessive voltage drop. Leave a minimum of 8-inches of slack wire in every outlet box whether it be in use or left for future use. Color code conductors as follows: [ 480/277 Volt 3[3 208/120 Volt 3[3 Phase A Yellow Black Phase B Orange Red Phase C Brown Blue Neutral White White Ground ~ Green Green 3.02 - A. Use factory color coded conductors where commercially available. When not available, use black conductors and band with color tape. Use suitable cable fittings and connectors. Neatly train and lace wiring inside boxes, equipment, panelboards, switches and wire troughs. Clean conductor surfaces before installing lugs and connectors. Make splices, taps and terminations to carry full ampacity of conductors with no pemeptible temperature rise. Use split bolt connectors for copper conductor splices and taps. Tape uninsulated conductors and connectors with electrical tape to 150 percent of insulation rating of conductor with use of tap covers as manufactured by BURNDY. Tape insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. INTERFACE WITH OTHER PRODUCTS Identify wire and cable under provisions of Section 16195. SHAC Al-01 16121-4 11/02/01 SECTION 16121 - CONDUCTORS - 600 VOLTS AND BELOW B. Identify each conductor with its cimuit number. 3.03 - FIELD QUALITY CONTROL A. Perform field inspection and testing under provisions of Section 01450. B. Inspect wire and cable for physical damage and proper connection. C. Measure tightness of bolted connections and compare torque measurements with manufacturer's recommended values. D. Verify continuity of each branch circuit conductor. p:~shactshacal01Xspecs\electrical\1612 I.doc END OF SECTION SHAC Al-01 16121-5 11/02/01 Id~GI~OUP SECTION 16130 - BOXES DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Provide each fixture, switch, receptacle and other wiring device with a box of appropriate size and depth for its particular location and use unless indicated otherwise. 1.02 - RELATED SECTIONS A. Section 16110 - Conduit. B. Section 16190 - Supporting Devices and Hangers. 1.03 - REFERENCES A. ANSI/NEMA OS 1 - Sheet Steel Outlet Boxes, Device Boxes, Covers and Box Supports. B. ANSI/NFPA 70 - National Electric Code. 1.04 - REGULATORY REQUIREMENTS A. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. SHAC Al-01 16130-1 11/02/01 IdI~,C-I~OU P SECTION 16130 - BOXES PART 2 - PRODUCTS 2.01 - OUTLET AND DEVICE BOXES A. Acceptable Manufacturers: Raco, General Electric or approved equal. B. Sheet Metal Outlet Boxes - All concealed boxes shall be NEMA OSI, galvanized steel: 1. Luminare and Equipment Supporting Boxes: Rated for weight of equipment supported. Provide 1/2" male fixture stubs where required. 2. Concrete Ceiling Boxes: Concrete type. 3. Cast Boxes: All exposed surface mounted boxes shall be NEMA FBI, Type FD, cast feralloy. Provide gasketed cover by box manufacturer. PART 3 - EXECUTION 3.01 - INSTALLATION A. Install boxes concealed in finished walls. B. Locate boxes to prevent moisture from entering or accumulating within them. C. Support boxes independently of conduit, as required by the National Electric Code. D. Provide 4" x 1-1/2" octagonal, 4" x 1-1/2" square or 4" x 2-1/8" square ceiling outlet boxes. Where required to hang a specific fixture, provide a fixture stud of the no-bolt, self- locking type on ceiling outlets. Provide 2-1/2" x 3-3/4" one gang masonry boxes for switches and receptacles installed concealed in concrete block walls. For increased cubic capacity, provide 3-1/2" x 3-3/4" one gang masonry boxes. Where more than two conduits enter the box from one direction, provide 4" square boxes with square cut device covers not less than l" deep specifically designed for this purpose. Use round edge plaster rings only if the block walls are to be plastered. Use sectional or gang-type outlet boxes only in drywall construction. Provide 4-11/16" square outlet boxes with square cut device comers for block wails or round edge plaster rings for plastered walls for telephone outlets. Single gang device boxes are not acceptable. SHAC Al-01 16130-2 11/02/01 · t~,GP~OU P SECTION 16130 - BOXES L. M. N. O. P. Q. Provide fittings with threaded hubs for screw connections and with the proper type covers for switches and receptacles served by exposed conduit. Use pressed steel outlet only for ceiling fixture outlets. Provide conduits with threaded hubs and covers and with proper configurations for all changes of direction of exposed conduits. Standard conduit ells may be used if they do not interfere or damage or mar the appearance of the installation. Use boxes of sufficient cubic capacity to accommodate the number of conductors to be installed, in accordance with the National Electric Code. Effectively close unused openings in boxes with metal plugs or plates. Set boxes so that front edges are flush with finished surfaces. Support boxes from structural members with approved braces. Install blank device plates on outlet boxes left for future use. Provide bushings in holes through which cords or conductors pass. Install boxes so that the covers will be accessible at all times. Electrical boxes may be installed in vertical fire resistive assemblies classified as fire/smoke and smoke partitions without affecting the fire classification, provided such openings occur on one side only in each framing space and that openings do not exceed 16 square inches. All clearance between such boxes and the gypsum board shall be completely filled with joint compound or approved fire-resistive compound. The wall shall be built around outlet boxes larger than 16 square inches so as not to interfere with the wall rating. p:kshac\shacal01\specs\electrical\16130.doc END OF SECTION SHAC Al-01 16130-3 11/02/01 SECTION 16131 - PULL BOXES, JUNCTION BOXES, AND WIRE TROUGHS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 ~ SECTION INCLUDES A. Pull boxes. B. Junction boxes. C. Wire troughs. D. Wireways 1.02 - RELATED SECTIONS A. Section 16110 - Conduit. B. Section 16190 - Supporting Devices and Hangers. 1.03 - REFERENCES SHAC Al-01 11/02/01 NECA - Standard of Installation. ANSI/NEMA OS1 - Sheet-Steel Outlet Boxes, Device Boxes, Covers and Box Supports. 16131-1 Iq~G P.O U P SECTION 16131 - PULL BOXES, JUNCTION BOXES, AND WIRE TROUGHS C. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies. D. ANSI/NFPA 70 - National Electric Code. E. NEMA 250 - Enclosures for Electrical Equipment (1000 volts maximum). 1.04 - REGULATORY REQUIREMENTS A. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2 - PRODUCTS 2.01 - PULL BOXES A. Provide H-20 Cast-Iron Traffic Load Cover. Cover shall have 3" high logo "Electric". B. Provide pull boxes as per LIPA specifications. 1. All pull boxes 600 Volts and below shall be - LIPA approved Type B-3-6. 2. All pull boxes for primary service shall be LIPA approved. 3. Provide pull boxes and additional required pull boxes for pulling wire service as required and per NEC requirements. 2.02 - JUNCTION BOXES A. Acceptable Manufacturers: RACO, GENERAL ELECTRIC or approved equal. B. Sheet metal boxes: NEMA OS I, galvanized steel. C. Covers: Galvanized steel. 2.03 - WIRE TROUGH A. Wire trough shall be manufactured by SQUARE D, Class 526, rain tight trough or approved equal. B. Wire trough shall be completely enclosed with removable sealed front cover. C. Construction: 16 gauge galvanized steel. 8-inch and 12-inch wire trough shall be 14 gauge galvanized steel. SHAC Al-01 16131-2 11/02/01 SECTION 16131 - PULL BOXES, JUNCTION BOXES, AND WIRE TROUGHS Finish: ANSI-49 epoxy paint applied by cathodic electro-deposition paint process over a corrosion resistant phosphate preparation. D. UL listed. 2.03 - WIREWAYS Wire ways shall be manufactured by Electrical Box & Enclosure, Alabaster, Alabama 35007. B. Wireway shall be completely enclosed with removable covers. Construction: 12" X 12" wire way shall be constructed of Type 304 stainless and shall have stainless steel screw clamps, and oil resistant gaskets. All hardware, bolts, brackets, and supports shall be constructed of Type 304 stainless steel. Wireway shall run in the pipe trench of Pump Station No. 1-6 as shown on the plans. The wire way shall run the full length of the MCC in Pump Station 1-6. PART 3 - EXECUTION 3.01 - INSTALLATION Provide junction boxes as shown on Drawings and otherwise where required, sized according to number of conductors in box or type of service to be provided. Minimum junction box size 4-inch square and 2-1/8-inches deep. Provide screw covers for junction boxes. Install boxes in conduit runs wherever necessary to avoid long runs or too many bends. Do not exceed 100-foot runs without pull boxes. Install pull boxes at all 90-degree bends. Rigidly secure boxes to walls or ceilings. Conduit runs will not be considered adequate support. Install boxes with covers in accessible locations. Size boxes in accordance with the National Electric Code. Do not install pull boxes or junction boxes for joint use of line voltage and signal or low voltage controls unless all conductors are insulated for the highest voltage being used in the same box. SHAC Al-01 16131-3 11/02/01 I~GP~OUP SECTION 16131 - PULL BOXES, JUNCTION BOXES, AND WIRE TROUGHS Coordinate installation of exterior pull boxes with General contractor to establish elevations of finished grades and pavements. All castings shall have chimney adjustment of+ 6". END OF SECTION p:\shac\shacal01\specs\electrical\1613 l.doc SHAC Al-01 16131-4 11/02/01 SECTION 16140 - WIRING DEVICES DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Switches, receptacles, thermostats, device plates and other wiring devices as indicated on Drawings. 1.02 - RELATED SECTIONS A. Section 16130 - Boxes. 1.03 - REFERENCES A. ANSI/NFPA 70 - National Electric Code. B. NEMA WD1 - General Purpose Wiring Devices. 1.04 - SUBMITTALS A. Submit product data under provisions of Section 01330. B. Provide manufacturer's catalog information showing dimensions, colors and configu- ration. 16140-1 SHAC Al-01 11/02/01 l~4G ~© L) D SECTION 16140 - WIRING DEVICES 1.05 - REGULATORY REQUIREMENTS A. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2 - PRODUCTS 2.01 - SWITCHES A. Manufacturers: HUBBELL, BRYANT, GENERAL ELECTRIC. B. Single pole, 20 amp, 120/277 VAC, NEMA WD-I, heavy duty, UL20. C. Device Plate: White smooth finish steel. 2.02 - RECEPTACLES A. Manufacturers: HUBBELL, BRYANT, GENERAL ELECTRIC. B. 20 amp, 125 VAC, NEMA WD-1, heavy duty. C. 20 amp, 125 VAC, NEMA WD-1, heavy duty, ground fault circuit interrupter. D. Duplex type. E. Device Plate: Stainless steel. 2.03 - EMERGENCY KILL MUSHROOM SWITCH A. Acceptacle manufacturers: GENERAL ELECTRIC Series CR104P or approved equal. B. Operator: PUSH-PULL non-illuminated mushroom head pushbutton. C. Mushroom Head: 2-3/8-inch diameter head. D. Nameplate: Large 2.92-inch square, Red nameplate with engraved logo "Emergency Stop". E. Enclosure: Heavy duty, one opening, sheet steel enclosure, NEMA 1, Model No. CR104PEG11. 2.04 - LINE VOLTAGE THERMOSTAT SHAC Al-01 11/02/01 Acceptable Manufacturers: HONEYWELL, Model No. T6054A, or approved equal. Ratings: 120 volts, 10 amps resistive SPDT switch. 16140-2 SECTION 16140 - WIRING DEVICES Element: Hydraulic. Temperature Range: +358 to + 1108 F. PART 3 - EXECUTION 3.01 - INSTALLATION A. Mounting: 1. Mount all switches 46-inches above finished floor to center line of switch unless noted otherwise. 2. Mount all receptacles 18-inches above finished floor to center line of receptacle unless noted otherwise. 3. Install switches with OFF position down. Do Polarity: Properly wire all receptacles so that the hot wire, the neutral wire and the ground wire connect to the proper terminal on all receptacles. Grounding: Install all receptacles in boxes specified under Section 16130 and install a No. 12 green ground wire from device grounding terminal to the outlet box in accordance with the National Electric Code. Install device plates on switch, receptacle and blank outlets in full contact with wall surface. 3.02 - FIELD QUALITY CONTROL A. Inspect each wiring device for defects. B. Operate each wall switch with circuit energized and verify proper operation. C. Verify that each receptacle device is energized. D. Test each receptacle device for proper polarity. E. Test each GFCI receptacle device for proper operation. pSshac\shaca 101 \specs\electrical\ 16140.doc SHAC Al-01 11/02/01 END OF SECTION 16140-3 SECTION 1615 5 - MOTOR STARTERS DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion ora specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Magnetic motor starters for any and all mechanical equipment as needed. 1.02 - RELATED SECTIONS A. Section 16110: Conduit. 1.03 - REFERENCES A. NFPA 70 - National Electrical Code. NECA "Standard of Installation," published by National Electrical Contractors Association. C. NEMA ICS 2 - Industrial Control Devices, Controllers and Assemblies. D. NEMA ICS 6 - Enclosures for Industrial Controls and Systems. SHAC Al-01 16155-1 11/02/01 l~ C-r~O©P SECTION 16155 - MOTOR STARTERS E. NEMA KS 1 - Enclosed Switches. 1.04 - SUBMITTALS A. Refer to drawing for starter sizes on schedules. B. Product Data: Provide catalog sheets showing voltage, controller size, ratings and size of switching and overcurrent protective devices, short circuit ratings, dimensions, and enclosure details. C. Test Reports: Indicate field test and inspection procedures and test results. 1.05 - QUALITY ASSURANCE A. Perform Work in accordance with NECA Standard of Installation. 1.06 - REGULATORY REQUIREMENTS A. Conform to requirements of NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and indicated. PART 2 - PRODUCTS 2.01 - MANUFACTURERS A. FURNAS, Class 14 or approved equal. 2.02 - AUTOMATIC CONTROLLERS SHAC Al-01 11/02/01 Motor Controllers: NEMA ICS 2, AC general-purpose Class A magnetic controller for induction motors rated in horsepower. Motor starters shall be NEMA rated. Coil operating voltage: 120 VAC, 60 Hertz. Overload Relay: NEMA ICS; melting alloy overload. 16155-2 I~ GI~OUP SECTION 16155 - MOTOR ST.~RTERS E. Enclosure: NEMA, Type 12. 2.03 - PRODUCT OPTIONS AND FEATURES A. Auxiliary Contacts: NEMA ICS 2, 1 each normally open/closed contacts. Motor Running and overload indication lights. Pilot lights shall be heavy duty 30.5 mm oiltight press-to-test by FURNAS or equal. Selector Switches: Hand-off-automatic selector switch shall be heavy duty 30.5 mm oiltight by FURNAS or equal. D. Manual reset push button for overload. PART 3 - EXECUTION 3.01 - INSTALLATION Install enclosed controllers size as indicated, on starter schedule, in accordance with manufacturer's instructions. Install enclosed controllers plumb in locations indicated on drawings. Provide supports in accordance with Section 16190. Select and install overload heater elements in motor controllers to match installed motor characteristics. D. Provide engraved plastic nameplates for each starter. Provide neatly typed label inside each motor controller door identifying motor served, nameplate horsepower, full load amperes, code letter, service factor and voltage/phase rating. END OF SECTION p:\shac\shaca I 01 ~specs\electrical\ 1615 5. doc SHAC Al-01 16155-3 11/02/01 Id~/-M~C- P~OU P SECTION 16170 - GROUNDING DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Grounding electrodes and conductors. B. Equipment grounding conductors. C. Bonding. 1.02 - REFERENCES A. ANSI/NFPA 70 - National Electric Code. 1.03 - REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. SHAC Al-01 16170-1 11/02/01 SECTION 16170 - GROUNDING PART 2 - PRODUCTS 2.01 - COMPONENTS A. Ground clamps: OZ ELECTRICAL MANUFACTURING COMPANY, Type "CG", or equal by STEEL CITY or APPLETON. B. Raceways, conductors, outlet boxes, pull and junction boxes to be furnished in accordance with applicable sections of these specifications. C. Rod Electrode: Copper, 3/4-inch diameter, 10 feet long. D. Wire: Copper, sized to meet NFPA 70 requirements. PART 3 - EXECUTION 3.01 - INSTALLATION A. General: 1. Clean all conductive surfaces on equipment to be grounded, to assure good electrical continuity. 2. Effectively bond all grounding conductors to grounding rod electrodes, equipment enclosures and ground busses. 3. Locate all grounding attachments away from areas subject to physical damage. Provide protective covering as required. 4. Install service entrance building grounds as per NEC and LIPA requirements. Service entrance shall be bonded to street side of first flange or coupling of incoming main water line with heavy duty ground clamp. Bonding conductor to be sized in accordance with NFPA 70. 6. Building steel shall be bonded to ground bus on main service with a conductor the same size as in B.1 below. 7. Generators shall have a dedicated grounding system for a separately derived system for switching neutrals. 8. Install new service grounds and grounding systems for new service as per LIPA and NEC requirements. B. Feeder/Branch Cimuits: SI-LAC Al-01 16170-2 11/02/01 · t~,~C-I~OU P SECTION 16190 - SUPPORTING DEVICES AND HANGERS PART 2 - PRODUCTS 2.01 - EQUIPMENT REQUIREMENTS A. Provide appropriate corrosion-resistant supporting devices and hangers for electrical equipment, as manufactured by ERICO PRODUCTS, 1NC., CADDY FASTENERS, STEEL CITY, MINERALLAC or equivalent. 1. "Z" purlin clips. 2. Conduit clips. 3. Beam clamps (universal and vertical flange). 4. Beam clamps (set screw type). 5. Combination push-in conduit clips. 6. Combination conduit hanger clamps. 7. Flexible conduit clips. 8. Special combination conduit clips. 9. One hole steel straps. 10. Conduit hangers. B. Provide materials, sizes and types of anchors, fasteners and supports to carry the loads of equipment, wire in conduit and conduit. 2.03 - CHANNEL SUPPORT SYSTEM A. Channel systems and supports shall be manufactured by K1NDORF/THOMAS & BETTS, or approved equal. B. Channels shall be 1-1/2" x 1-1/2". C. Channels shall be galvanized. D. Channels shall have 9/16" bolt holes on 1-1/2" centers. SHAC Al-01 16190-2 11/02/01 SECTION 16190 - SUPPORTiNG DEVICES AND HANGERS PART 3 - EXECUTION 3.01 - INSTALLATION A. Secure conduits to within 3 feet of each outlet box, junction box, cabinet, fitting, etc., and at intervals not to exceed 10 feet in accordance with currently effective edition of the National Electric Code. B. In seismic zones, support conduits 1 inch and smaller at 6 foot intervals. C. Install clamps secured to structure for feeder and other conduits routed against structure. Use drop rods and hangers to support conduits run apart from the structure. D. Provide and install suitable angle iron, channel iron or steel metal framing with accessories to support or brace electrical equipment including safety switches, fixtures, panelboards, etc. E. Paint all supporting metal not otherwise protected, with rust inhibiting primer and then with a finish coat if appropriate to match the surrounding metal surfaces. Prepainted or galvanized support material is not required to be painted or repainted. F. Do not use chains, perforated iron, baling wire or tie wire for supporting conduit runs. Use of clips to support conduit to top oft-bar ceiling grid will not be permitted. G. Obtain permission from Engineer before drilling or cutting structural members. H. Install surface mounted cabinets and panelboards with a minimum of four anchors. I. Do not fasten supports to pipes, ducts, mechanical equipment and conduit. J. Install products in accordance with manufacturer's instructions. END OF SECTION P:\shac\S HACA 101 \SPECS\EL ECTRICAL\ 16190.doc SHAC Al-01 16190-3 11/02/01 SECTION 16195 - ELECTRICAL IDENTIFICATION DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. C. Conduit markers. 1.02 - REFERENCES A. ANSIfNFPA 70 - National Electrical Code. 1.03 - SUBMITTALS A. Submit under provisions of Section 01330. B. Product Data: Provide catalog data for nameplates, labels and markers. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by Underwriters Laboratories, Inc. Include instructions for storage, handling, protection, examination, preparation and installation of product. SHAC Al-01 16195-1 11/02/01 Iq~/~Q r~ou p SECTION 16195 - ELECTRICAL IDENTIFICATION 1.04 - REGULATORY REQUIREMENTS A. Conform to requirements of ANSI/NFPA 70. B. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2 - PRODUCTS 2.01 - NAMEPLATES AND LABELS A. Nameplates: Engraved three-layer laminated plastic, white letters on black background. B. Locations: 1. Electrical panelboards. 2. Discormect switches. 3. Starters. 4. All control and pilot light devices. C. Letter Size: 1. Use 1/4 inch (6 mm) letters for identifying equipment and loads. D. Labels: Embossed adhesive tape, with 3/16 inch (5 mm) white letters on black background. Use for identifying existing equipment only for distribution panels, switchboards, disconnect switches and individual devices in them. 2.02 - WIRE MARKERS A. Manufacturers: 1. 3M ELECTRICAL SPECIALTY DIV., Product Scotch Code. 2. THOMAS & BETTS CORP., Product E-Z Code. 3. Substitutions shall be permitted only after receiving written approval from the Engineer. B. Description: Epoxy film tape type wire markers. C. Locations: Each conductor at panelboards, auxiliary gutters, pull boxes, outlet and junction boxes, circuit breakers and each load connection. D. Legend: SHAC A l-01 16195 -2 11/02/01 SECTION 16195 - ELECTRICAL IDENTIFICATION 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on drawings. 2. Control Circuits: Control wire number indicated on interconnection diagrams on drawings. 2.03 - CONDUIT MARKERS A. Manufacturers: 1. THOMAS & BETTS CORP. 2. Substitutions shall be permitted only after receiving written approval from the Engineer. B. Description: Self-sticking vinyl; black letters on orange background. C. Location: Furnish markers for each conduit longer than 6 feet (1.8 m). D. Spacing: 20 feet (6 m) on center. 2.04 - UNDERGROUND WARNING TAPE A. Manufacturers: 1. THOMAS & BETTS CORP., Model NA-0708. 2. Substitutions shall be permitted only after receiving written approval from the Engineer. B. Description: 6 inch (150 mm) wide plastic tape, detectable type, colored yellow with suitable warning legend describing buried electrical lines. PART 3 - EXECUTION 3.01 - PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.02 - APPLICATION A. Install nameplate and label parallel to equipment lines. B. Secure nameplate to equipment front using screws, rivets or adhesive. SHAC Al-01 16195-3 11/02/01 SECTION 16195 - ELECTRICAL IDENTIFICATION C. Secure nameplate to inside surface of door on panelboard that is recessed in finished locations. D. Apply conduit markers at 20 foot (6 m) intervals. E. Identify underground conduits using underground warning tape. Install one tape per trench at 3 inches (75 mm) below finished grade. 3.03 - ELECTRICAL EQUIPMENT IDENTIFICATION A. Label all circuits identifying the load served including all individual circuit breakers. B. Label all new cimuit breakers and switches used for new feeder and branch circuits. END OF SECTION P:\shac\SHACA I 01 \SPECS\ELECTRICA L\ 16195 .doc SHAC Al-01 16195-4 11/02/01 SECTION 16470 - PANEL BOARDS DESIGN / BUILD SPECIFICATION The design/build teams are to fumish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART 1 - GENERAL 1.01 - SECTION INCLUDES A. Electrical panel boards. 1.02 - RELATED SECTIONS A. Section 16170 - Grounding. B. Section 16195 - Electrical Identification. C. Section 16190 - Supporting Devices and Hangers. 1.03 - REFERENCES A. ANSI/NFPA 70 - National Electric Code. B. NECA Standard of Installation. C. NEMA AB 1 - Molded Case Circuit Breakers. SHAC Al-01 16470-1 11/02/01 I-I~c-r~ou P SECTION 16470 - PANEL BOARDS D. NEMA PB 1 - Panel boards. E. NEMA PBI.1 - Instructions for Safe Installation, Operation and Maintenance of Panel boards Rated 600 Volts or Less. F. NEMA ICS2 - Industrial Control Devices, Controllers and Assemblies. G. NEMA KS 1 - Enclosed Switches. 1.04 - SUBMITTALS A. Submit product data under provisions of Section 01330. B. Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, and cimuit breaker arrangement and sizes. PART 2 - PRODUCTS 2.01 - MANUFACTURERS A. Panel boards shall be manufactured by SIEMENS. B. Approved equal. 2.02 - PANEL BOARD REQUIREMENTS A. Provide panel boards of circuit breaker, dead-front safety type, UL labeled, and meeting all applicable requirements of the National Electrical Manufacturers Association. B. Provide panel boards with lugs (both main lugs and branch circuit lugs) suitable and UL approved for both aluminum and copper conductors. C. Provide electrically isolated neutral bars. D. Provide separate ground bars complete with lugs or connectors on bar. E. Provide key operated door lock. F. Provide panel boards with sequence phased bus bars or distributed phase bussing for voltage and phase as indicated on drawings. G. Refer to drawings for numbers of branch circuits, their ratings, number of poles, arrangements, etc. Provide typed circuit directory cards. SHAC Al-01 11/02/01 16470-2 ~I~Z~QI~OU P --.., SECTION 16470 - PANEL BOARDS I. Provide front filler plates for unused breaker knockouts. J. Refer to drawings for Ratings and Features. PART 3 - EXECUTION 3.01 - INSTALLATION Ground separate ground bars to panel boxes and to the main service entrance ground bus with a code-sized grounding conductor installed in the same conduit as the phase and neutral conductors under provisions of Section 16170. Install all circuits using a common neutral in accordance with the National Electric Code. Balance all circuits to achieve not greater than 10% unbalanced neutral current in panel feeders. Provide six cimuit breaker handle lock-on devices for each lighting and miscellaneous power panel board for installation by the contractor on circuits as directed by the Engineer to prevent unauthorized personnel from turning off circuits to controls, unit heaters, autodial alarm system, etc. Provide spare lock-on devices over to the Engineer. D. Install panel boards in accordance with NEMA PB 1.1. E. Install panel boards plumb. F. Height: 6 feet (2 m) to top of panel board. Provide typed cimuit directory for each branch circuit panel board. HANDWRITTEN CIRCUIT DIRECTORY CARDS WILL NOT BE ACCEPTED. Revise directory to reflect circuiting changes required to balance phase loads. H. Provide engraved plastic nameplates under the provisions of Section 16195. Panel boards shall be factory installed in the motor control center by the manufacturer of Motor Control Center where indicated on drawings. 3.02 - FIELD QUALITY CONTROL A. Maintain proper phasing for multi-wire branch circuits. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anehorage, and grounding. Check proper installation and tightness of connections for circuit breakers, fusible switches, and fuses. END OF SECTION P:~shac\S HACA I 01 \SP~CS\ELECTPdCAL\ 16470.doc SHAC Al-01 16470-3 11/02/01 SECTION 16680 - SURGE PROTECTION DESIGN / BUILD SPECIFICATION The design/build teams are to furnish all of the required engineering, design and construction work necessary for this project in order to provide a complete building in conformance with all codes and agencies having jurisdiction. Inclusion in this specification any material, product or item does not permit the contractor to assume that the material or product is permitted for use. The product may have to be enhanced, limited or restricted from use per code or statute, as required by decisions and selections, which have been left to the designer. Likewise, the exclusion of a specification or selection for any material, product or item does not limit the designer or permit the contractor to assume that a particular material, product or item is not permitted or will not be required. The designer and contractor are to verify that all specified items meet or exceed the requirements set forth in the RFP and are compatible with the final design documents provided by the design build team. Should the use of an alternate product or material be desired, the contractor may provide a substitution. Substitutions however, must meet or exceed the minimum requirements or performance characteristics set forth in this section. PART1-GENERAL 1.01 - SECTION INCLUDES A. Surge protection device. 1.02 - RELATED SECTIONS A. Section 16470 - Panelboards. 1.03 - STANDARDS The specified suppressor shall be designed, manufactured, tested and installed in compliance with: American National Standards Institute and Institute of Electrical and Electronic Engineers (ANSI/IEEE C62.11, C62.41 and C62.45). 2. Federal Intbrmation Processing Standards Publication 94 (FIP PUB 94). SHAC Al-01 16680-1 11/2/01 Iq~Gr~o U P SECTION 16680 - SURGE PROTECTION C. Electrical Requirements: 1. Unit Operating Voltage Requirements: Voltage / Description 208/120 VAC 3phase, 4W +gnd, wye Joules 8/20us 64800 Clamp 510V Vpeak L-N 10kA 944V (8/20us) 3kA 800V Unit shall be installed in parallel with the protected equipment. No series connected protective elements shall be used. The maximum surge current capacity per phase of the specified system, based on the standard IEEE 8/20 microsecond waveform, shall be at least: 1 Event at 400 kA. The surge life (8/20us) shall be at least 10,000 ~ 15 kA occurrences. The transient suppression capability shall be bi- directional and suppress both positive and negative impulses. The suppressor shall be capable of interrupting a 65 kA, short circuit current delivered from the AC power line. The interrupt capability must be confirmed and documented by a recognized independent testing laboratory. The suppressor shall be designed so as to minimize the internal surge path impedance. Direct point-to-point internal wiring is inherently inductive and not acceptable. Connection to the power service shall be constructed for best performance. Equipment shall be as manufactured by MCG Electronics, Inc.: Model: SF400M-Family or engineering department approved equal with supporting test data. D. Protection System Components: Replaceable modules: The suppressor shall be constructed using field replaceable plug-in, pluck-out modules and fuses. Each module shall consist of multiple 40 mm metal oxide varistors. The status of each module shall be locally monitored with two red LEDs one of which will illuminate if module protection is reduced to the 50 percent level. Protector will provide five times (5X) redundant protection, per phase, with three modules per each phase with two replaceable fuses per module. SHAC Al-01 16680-4 11/2/01 I~Qf~OUP SECTION 16680 - SURGE PROTECTION Self-Diagnostics: Red, green and yellow solid state LED indicators shall be provided on the hinged front cover to indicate protection status. An illuminated green LED indicates power is present at the protector on all phases, and an illuminated red LED shall indicate that one or more of the modules have reduced protection. An illuminated yellow LED shall indicate a suppression event. Both front panel and internal LEDs are required to provide power and fault indications. Relay operation shall be in a fail safe operating mode (i.e., continuously energized so that power failure, reduced protection, or a break in the remote monitoring line will cause a fault indication at the remote monitor). Remote Alarm Capability: Relay alarm contacts shall be provided for remote alarm monitoring capability of unit status. Form C normally open and normally closed contacts shall be provided with voltage and current limiting protection. Audible Alarm: The specified system shall be equipped with an audible alarm which shall be activated when any one or mom of the modules has a reduced protection condition. A mute option shall be provided for the audible alarm. Advanced Diagnostic LCD Display: A microprocessor controlled LCD display indicates the exact percentage of protection present on any phase. Should a reduced protection condition occur, the display will call out the exact module to be replaced. Transient Counter: Transient event counter provides a date/time stamp on the occurrence of the most recent transient. Internal panel reset button shall be provided for resetting the counter. 7. NEMA 12 Enclosure: 14 gauge steel, with stainless steel hardware. PART 3 - EXECUTION 3.01 - INSTALLATION AND MAINTENANCE The unit shall be factory installed in the motor control center by the Motor Control Center manufacturer, in accordance with the manufacturer's printed instruction to maintain warranty. All local and national codes must be observed. SHAC Al-01 16680-5 11/2/01 SECTION 16680 - SURGE PROTECTION Units shall be installed as close as possible to the load side lugs of the transfer switch to which it is connected using low impedance Micro-Z cabling. C. A 3-pole disconnect shall be provided to insure safety of maintenance personnel. 3.02 - FIVE YEAR WARRANTY Manufacturer to provide five (5) year warranty to cover repair or replacement with a new device. This factory warranty can be extended to 10 years if two or more protectors are coordinated within the same facility in accordance with manuhcturer's SAFE (Secure All Facility Equipment) plan. Manufacturer to provide no cost replacement of protection modules with coordinated fuses for the life of the suppressor. p:~haoshacal01 specs electricalx16680 doc END OF SECTION SHAC Al-01 16680-6 11/2/01 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.nor t hfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 549 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 27, 2002: RESOLVED that the Town Board of the Town of Southold hereby re[ects anv and all bids received on January 17~ 2002 for the construction of a new animal shelter. Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (63I) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD September 9, 2002 Richard LoDuca, President LoDuca Associates Inc. 171 Bridge Rd Islandia, NY 11749 Dear Mr. LoDuca: The Southolql Town Board, at its meeting held August 27, 2002, rejected all bids submitted for the Southold Town Animal Shelter Building. A certified copy of the resolution is enclosed. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Eno. September 9, 2002 Deniz Gurcan, President SJS Construction co., Inc. 430 Falmouth Rd West Babylon, NY 11704 Dear Mr. Gurcan: The Southold Town Board, at its meeting held August 27, 2002, rejected all bids submitted for the Southold Town Animal Shelter Building. A certified copy of the resolution is enclosed. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Enc. September 9, 2002 Joel Itzkowitz, President Construction Consultants 125A West Broadway Pt Jefferson NY 11777 Dear Mr. Itzkowitz: The Southold Town Board, at its meeting held August 27, 2002, rejected all bids submitted for the Southold Town Animal Shelter Building. A certified copy of the resolution is enclosed. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Elle. September 9, 2002 Nancy C. Paz, President FPF Construction Corp. 140 Florida St Farmingdale NY 11735 Dear Ms. Paz: The Southold Town Board, at its meeting held August 27, 2002, rejected all bids submitted for the Southold Town Animal Shelter Building. A certified copy of the resolution is enclosed. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Ellc. September 9, 2002 William J. Walsh, President WJ Walsh Structures Co I 0 Berbena Ave Floral Park NY 11001 Dear Mr. Walsh: The Southold Town Board, at its meeting held August 27, 2002, rejected all bids submitted for the Southold Town Animal Shelter Building. A certified copy of the resolution is enclosed. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Eno, September 9, 2002 Joseph Hoeming, President S. J. Hoeming Construction Inc. 1471 Fifth Ave Bay Shore NY 11706 Dear Mr. Hoeming: The Southold Town Board, at its meeting held August 27, 2002, rejected all bids submitted for the Southold Town Animal Shelter Building. A certified copy of the resolution is enclosed. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk En¢. September 9, 2002 Joel Levin, President Excel Builders Group 308 West Main St Smithtown NY 11787 Dear Mr. Levin: The Southold Town Board, at its meeting held August 27, 2002, rejected all bids submitted for the Southold Town Animal Shelter Building. A certified copy of the resolution is enclosed. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Enc. September 9, 2002 Frank J. Sesti, President Nasuf Construction Corp 155 Knickerbocker Ave Bohemia NY 11716 Dear Mr. Sesti: The Southold Town Board, at its meeting held August 27, 2002, rejected all bids submitted for the Southold Town Animal Shelter Building. A certified copy of the resolution is enclosed. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Eno. September 9, 2002 Joseph DeGioia Excel Mechanical 457 Secatogue Ave Farmingdale NY 11735 Dear Mr. DeGioia: The Southold Town Board, at its meeting held August 27, 2002, rejected all bids submitted for the Southold Town Animal Shelter Building. A certified copy of the resolution is enclosed. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Eric. September 9, 2002 John Mauro, President Joseph Mauro & Sons, Inc. 33 Campus Lane Lake Ronkonkoma NY 11779 Dear Mr. Mauro: The Southold Town Board, at its meeting held August 27, 2002, rejected all bids submitted for the Southold Town Animal Shelter Building. A certified copy of the resolution is enclosed. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk gnc. QP OUP 21.Janua~.2002 Ms. Betty Neville, Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Re: Southold Animal Shelter- SHAC AI-01 Dear Ms. Neville: Holzrnacher, McLendon & Murrell, P.C. · H2M Associates, Inc. H2M Labs, Inc. · H2M Construction Management, Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 694-4122 e-mail: h2m@h2m.com RECEIVED web: www.h2m.com JAN 2 3 2002 $outhold Town Clert Transmitted herewith are the following: · Original bids received from all bidders for the subject project We are currently reviewing and evaluating the lowest bidders for each contract and we will be making a recommendation to the Town in the coming week. Please note that I have made an additional master copy to provide you with additional copies of the enclosed bid packages as requested. We can provide additional copies of the bids received for $20.00 each to cover the printing costs. If you have any questions or comments, feel free to contact me at 631.756.8000 x1165. lly yours, ER, McLENDON & MURRELL, P.C. Dan Pro dt. Enclosures Cc: RMS, RBL/H2M p:\shac~shaca 101\correspondence\0241-21-neville.doc 01/29/2002 08:16 FAX 6316944122 H2M GROUP January28, 2002 Mr. James Richter, RA Office of the Engineer, Town of Southold PO Box 1179 53095 Main Road Southold, NY 11971 Holzmacher, McLendon & Murmll, P.C. · H2M Associates, Inc. H2M L~bs, Inc. ~. H2M Construction Managemen~ Inc. 575 Broad Hollow Road, MeNille, New York 11747 (631) 756-8000, Fa=:: (631) 694-4122 e-mail; web: Re: Southold Animal Shelter- SHAC A1-01 Dear Mr. Richter: On January 17, 2002, bids were received for fie subject project. The total of the lowest base bid for each contract bid is $881,610. The lowest pdce received for the project, which includes a deduct alternate from Contract "H", which is described in more detail below in the discussion on alternates is $851,610. It should be noted that the lowest bidders for each contract bid are the Iow bidders regardless of any combination of alternates selected. Enclosed herewith is a copy of the open bid report previously transmitted. Following receipt of bids, H2M reviewed the bids received and conducted interviews with throe out of four of the lowest bidders. We interviewed the bidders to discuss the project and to ascertain options that they would like to recommend to the Owner for consideration with regards to the project. We interviewed SJS Construction Incorporated, FPF Construction Corporation, and Excel Mechanical. A summary of our discussions is included below. Also, discussed in this correspondence is a summary of the bids received followed by an analysis of the cost and options the Town may want to consider with regards to costs and alternatives as well as our recommendations for proceeding with award of the project. Bid Summary: January 17, 2002, 10:00 am - bid date/bid time Bids were received for four separate pdme contracts: 1. Contract 'G" - General Building Design and Construction Work; 2. Contract "H" - HVAC Design and Construction Work; 3. Contract "P" - Plumbing Design and Construction Work; and 4. Contract "E" - Electrical Design and Construction Work. Twelve (12) bids were received. Eight (8) bids were received for ContPact "G'; one (1) bid was received for Contract "H'; one (1) bid was received for Contract "P"; and two (2} bids were received for Contract 'H". 01/29/2002 08:17 FAX 6316944122 H2ff GROUP Mr, James Eichter '1/29/2002 Page 2 The bidders and the bids for the respective contracts were as follows: Contract "G" $ 557,000.00 $ 578,000.O0 $ 592,888.0O $ 622,000.0O $ 633,000.00 $ 689,0OO.00 $ 769,000.00 $773,937.0O (Note: Contract "G" had no alternates) SJS Construction Co., Inc. Construction Consultants LI FPF Construction Corp. WJ Walsh Structures, Co. SJ Hoeming Construction Excel Builders Group LoDuca Associates, Inc. Nasuf Construction Corp. Contract "H" (Note: Contract "H" had eight (8) alternates, see discussion on altemates below) $ 90,650.00 FPF Construction Corp. Contract "P' (Note: Contract 'P" had no alternates) $176,306.00 Excel Mechanical Contract "E". (Note: Contract "E" had two alternates, see discussion on alternates below) $ 57,654.00 Joseph Maum& Son, lnc. $185,750.00 FPF Construction Corp. Total of Lowest Bids (not Including alternates): $ 881,610.00 The lowest bidders are the Iow bidders regardless of any combination of alternates selected. The cost for each alternate from the lowest bidder as well as a description of each alternate follows: (Please not~, the alternates listed below for ContTact 'H" were created to provide the Town of Southold with the greatest flexibility in selecting a mechanical system that best suits the project. The base bid included a radiant slab heating system for all building areas, including the extedor kennel areas. Alternate H7 proposed by FPF Construction is a deduct from the base bid price of $90,650. If selected the total of the lowest bidders for the project would be $851,610.) 01/29/2002 08:17 FAX 6316944122 H2~ GROUP Description and Cost of A~temates; Altemates: Contract "H" - FPF Construction $13,200-Altemate HI: Design, detail and install a central air conditioning system for all office area between column lines 6 and 7. $15,360 -Alternate H2: Design, detail and install a central air conditioning system for center work areas between column lines 2.5 and 4. $ 30,000 - Alternate H3: Design, detail and install a central air conditioning system for interior kennel areas. $ 54,000 - Alternate H4: Design, detail and install a central air conditioning system for entire building, excluding mechanical room. The office area between column lines 6 and 7, the center work areas between column lines 2.5 and 4, and the kennel areas shall independently be controlled. $ 7,200 - Alternate H5: Eliminate base bid radiant slab heating system for ofllce area between column lines 6 and 7. Design, detail and install a forced air heating system for same area. $10,800 - Alternate H6: Design, detail and install a central air conditioning system for all office areas between column lines 6 and 7 if alternate H-5 alternate for forced air heating is selected. ($30,000 DEDUCT) - Alternate H7: Eliminate base bid radiant slab heating system for entire building and design, detail and install a forced air heating system for all interior spaces. The office area between column lines 6 and 7, the center work areas between column lines 2.5 and 4, and the kennel areas shall independently be controlled. $ 39,600 - Altamate HS: Design, detail and install a. central air cond~oning system for entire building if alternate H-7 alternate for forced air heating is selected. The office area be(ween column lines 6 and 7, ~he center work areas between column lines 2.5 and 4, and the kennel areas shall independently be controlled. Alternates: Contract "E" $ 3,450 - Alternate El: $29,888 - Alternate E2: - Joseph Maure & Sons Increase of service from 400A to 600A 120/208 Vac, 3 phase 4 wire. distribution panel rated at 600 A, Design, detail and install a complete fire alarm system for the entire building. New 01/29/2002 08:17 FAX 6316944122 H2M GROUP ~uu~ Mr. J~ 1/29/2002 Page 4 Bid analysis: Contract 'G" It is our opinion that the lowest bid received for this contract is within an acceptable price range, allhough slightly higher than anticipated, The building as specified is very basic and lean, in that there are no frivolous elements or materials that can be removed to substantially reduce cost, The building is specified to be durable and easily maintained as well as compact and cost effective. The bid pdcing received was consistent between the bids received and the three lowest biddere were within 6.4% of the lowest bid. It is quite possible that if the project were rebid, a 5-10% savings could be recognized on this Contract. There is no guarantee however that a savings would occur and the bids could come in higher if rebid. In our post bid analysis and meeUng with the Iow bid contractor SJS Construction yielded some insight to their proposed solution as well as provided some suggestions for cost savings. We have listed below those items preposed by SJS that we find worthy of consideration as well as suggestions from the other contractors that affect or could be translated to this contract as well for consideration. Where provided by the contractor we have given costs associated to the items listed. (A complete list of items provided by SJS is enclosed herewith): · Eliminate on site trailer requirement · Eliminate temporary fencing · Town previde required surveying · Town provide independent testing and borings · Eliminate skylights · Eliminate front door sidelights · Eliminate Mechanical Room (Possible if alternate H7 selected and radiant heat system eliminated) · Eliminate FRP panels from wails in Reception, Staff and Supply Rooms (H2M recommends removal only in front office "people" areas only) · Consider alternate material for exterior of building $3,200.00 $1,500.00 $5,000,00 $2,000.00 Contract "H" It is our opinion that the only bid received for this contract is within an acceptable pdce range, although slightly higher than anticipated. The bid provides the option for the selection of a desired system and many combinations for consideration through the use of altemates. Since there was only one (1) bid received for this contract, the lack of competitive comparison pdcing limits the range of our further analysis with respect to cost. 01/29/2002 08:17 FAX 6316944122 H2M GROUP Mr, James Richter 112912002 Page 5 It is quite possible that ;f the project were rebid, a 5-10% savings could be recognized on this Contract. There is no guarantee however that a savings would occur and the bids could come in higher if rebid. Our interview with FPF Construction led to insight int~ more than one contract since they bid three of the four contracts. However, no significant suggestions were made with regards to the mechanical system since alternatives were already provided as part of the bid. As previously pointed out the selection of the desired mechanical system influences the contract price. A 33% cost savings ($30,000 from $90,650) could be recognized on this contract by selecting alternate HT. It should also be noted, that should the radiant slab heating be eliminated, (by selection of alternate H7) FPF Construction pointed out that the boiler mom could quite possibly be deleted. This could result in additional cost savings by other contracts for the elimination of work required within the belier mom. Contract "P" I{ is our opinion that the only bid received for this contract is extremely high and that if the Town desires to proceed with this project, it is our recommendation that this contract be rebid. Since there was only one (1) bid received for this contract, the lack of competitive comparison pricing limits the range of our further analysis of cost. However, based upon our knowledge of the contract scope, we believe that it is quite possible that if the project were rebid, a 40-50% cost savings could be recognized on this Contract, There is no guarantee however that a savings would occur and the bids could come in higher if rebid. Through our interview with the Iow bidder Excel Mechanical, the contractor indicated that a large portion of their price was due to the amount of independent floor drains as well as the number of locations where hot and cold water bibs are to be provided. Although some hose bibs could be considered for elimination or Possibly some changed to cold water only, we do not believe that this would need to be undertaken to see a significant reduction in bid pdce. Contract "E" It is our opinion that the Iow bid received for this contract is within an acceptable price range. Since there is such a gap between the Iow and next higher bid (220%) and that there were only two (2) bids received for this contract, the lack of competitive comparison pricing limits the range of our analysis of cost. It is our opinion that if the Town desires to proceed with this project, that the Iow bidder be contacted, and the bid further reviewed and prices veritied. If other contracts are rebid, the contractor could be contacted and asked if they would hold their price for a specified pedod of time so that the Town could consider options pdor to making a decision on awarding any 01/29/2002 05:15 FAX 63169A4122 ~2~ CROUP Mr, Jarn~ Richter 1/29/2002 Page 6 contracts. This notification could be done with any of the Contracts should the Town wish to rebid one or more Contract(s). Summary/Recommendations: Based upon our analysis performed in evaluating the bids for this project we provide the following summary and recommendations: It is our opinion that the project cost for this project, as currently con, figured, is wo~ approximately $750,000. It is our opinion that the bids recoived for this project are withih an acceptable range (within 5- 10% of the estimated cost), except for the bid received for Plumbing and Design Work. If the Town desires to proceed with this project, it is our recommendation that the Plumbing and Design Work Contract, Contract "P" be rebid. We also recommend that the remaining Iow bid contractors and their design be researched in greater depth in order to confirm the adequacy of their bid proposals pdor to award. The Town must further review the desired mechanical s,)stem and alternates provided within this project. The Town must also determine whether or not to select alternate H7, which eliminates the radiant slab heating system and determine if the Boiler Room can be eliminated and then if deleted, negotiate the rooms deletion from all contractors prices pdor to construction. By rebidding, selecting alternate H7 and negotiating the deletion of the Boiler Room plus implementing some of the other items listed in this bJd report, it is our opinion that the Town could recognize a $100,000 - $120,000 cost savings, bdnging the project cost total to approximately $760,000-780,000. If you have any questions on the above or enclosed information, or if you would like to discuss this matter further please contact me at (631) 7569000 extension 1311. Very truly yours, ACHER, J~cLE~DON ~[ MURRELL, P.C. Project Uanager RBU~ E~l~ur~ Cc; RMS, dt,/H2M 01/29/2002 08:18 FAX 6316944122 H2M GROUP 01/29/2002 08:19 FAX 6316944122 H2~! GROU¥ ~v~v 01/29/2002 08:19 FAX 6316944122 01,'29/2002 08:20 FAX 6316944122 B2~i GROUP nc. l'anuar7 2g. :2002 Job No. 01-429 Con.trots · Const -uction lV, nage H2M Group 5')'5 Broad HoLlow Road Melville, NY 11747 Arm: Mr. Daniel Tarizi Ke: Somhold Animal Shelter Dear Mr. Tarai: In accordan,e with our valve engineering, the following savings can bo realized with your approval: ITEM Using standard :26 g~. metal panels and vinyl fac, ed insulation Eliminate frost walls at ex'terior slab El/minate cemenficious panel on all sides except front Eliminate front door sidelights Eliminate FKP in reception'%supply and stall'rooms Eliminate skylighls Eliminate me;hanical room SAVINGS $12~000. oo 5,000.00 8.,000.00 1,500.00 2,000.00 3,200,00 5,000.00 We hope these savings will help you. If you have any questions, please do not lies/tale to call me. Respectfully, SIS CONSTKUCTION CO., INC, Deniz Gurcan DC,-/Ig ~0 F~lmouth Road · Wo. st Babylon, NY 11704 · Tel (631) 893-3060 Fax {631) 893-3062 T~T~L P. 01 SUPPORTIN6 EXCELLENCE 21.Janua~.2002 Ms. Betty Neville, Town Clerk Town of $outhold 53095 Main Road Southold, NY 11971 Re: Southold Animal Shelter- SHAC A1-01 Dear Ms. Neville: Holzmacher, McLendon & Murrell, P.C. · H2M Associates, Inc. H2M Lal~, Inc. · H2M Construction Management, Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 694-4122 e-mail: h2m@h2m.com I~CENED web: www.h2m.com JAN 2 3 2002 Southold Town Oort Transmitted herewith are the following: · Original bids received from all bidders for the subject project We are currently reviewing and evaluating the lowest bidders for each contract and we will be making a recommendation to the Town in the coming week. Please note that I have made an additional master copy to provide you with additional copies of the enclosed bid packages as requested. We can provide additional copies of the bids received for $20.00 each to cover the printing costs. If you have any questions or comments, feel free to contact me at 631.756.8000 x1165. Pro [ly yours, McLENDON & MURRELL, P.C. dt, Enclosures Cc: RMS, RBL/H2M p:~shac~shaca101\correspondence\02-01-21-neville.doc '!lllilli ' ,QBOUP 21.January.2002 Ms. Betty Neville, Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Re: Southold Animal Shelter- SHAC A1-01 Dear Ms. Neville: Holzmacher, McLendon & Murrell, P.C. · H2M Associates, Inc. H2M Labs, Inc. · H2M Construction Management, Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 694-4122 e-mail: h2m@h2m.com RECEIVED web: www.h2m.corn ,JAN 2 3 2002 $outhold Town Clerl~ Transmitted herewith are the following: Original bids received from all biddem for the subject project We are currently reviewing and evaluating the lowest bidders for each contract and we will be making a recommendation to the Town in the coming week. Please note that I have made an additional master copy to provide you with additional copies of the enclosed bid packages as requested. We can provide additional copies of the bids received for $20.00 each to cover the printing costs. If you have any questions or comments, feel free to contact me at 631.756.8000 x1165. ER, McLENDON & MURRELL, P.C. dr. Enclosures Cc: RMS, RBL / H2M p:/shac~haca101\correspondence\02-01-21 -neville.doc Z !ii ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1600 southoldtown.nor thfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 821 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON DECEMBER 4, 2001: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk Elizabeth Neville to advertise for Bids for the Southold Town Animal Shelter Building. Elizabeth A. Neville Southold Town Clerk RESOLUTION DECEMBER 4, 2001 V - 821 RESOLVED that the Town Board of thc Town of Southold hereby authorizes and directs the Town Clerk Elizabeth Neville to advertise for Bids for the Southold Town Animal Shelter Building. ~-~ NOTICE TO BIDDERS Design/Build Proposals, invited by Town of Southold, will be received by the Town Clerk, 53095 Main Road, Southold, New York 11971, at 10:00 AM prevailing time Thursday, Ianttary ] 7, 2002, at which time and place they will be pubhcly opened and read aloud. Design/Build Proposals are requested for the following project: TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION CONTRACT H - HVAC DESIGN AND CONSTRUCTION CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION PROJECT NO. SHAC Al-01 RFP's may be examined and obtained a either the office of the RFP Architect/Engineer H2M Group at 575 Broad Hollow Road, Melville, New York or the Of[icc of the Tow~ Clerk at 53095 Main Road, Southold, New York and may be obtained on and after December 4, 200~ between the hours of 9:00 A.M. and 4:30 P.M. daily, except Saturdays, Sundays and HoIidays_ A non refundable fee for the reproduction of the RFP totaling Twenty Five Dollars ($25.00) payable to the TOWN OF SOUTIiOLD will be required to receive a copy of the Each proposal submitted must be accompanied by a certified check or bid bond, made payable to the TOWN OF SOUTHOLD, in an amount equal to five percent (5%) of the total amount of the bid, as a commitment by the bidder that, if its bid is accepted, it will enter into a contract to perform the work and will execute such further security as may be required ['or the faithful performance o['the contract. The Town reserves the right to reject aaay or all proposals received, to waive any informality in any proposal, and to accept the proposal, which it decu~s most favorable to the interests of the Town. All proposals must be submitted in a sealed envelope clearly marked "Town o£ Southold Animal Shelter Building" and include the contract being bid upon. DATED: December 2001 Si-lAC A1-01 NB - 1 12/03/01 December 20, 2001 Office of the Town Clerk, Town of Southold PO Box 1179 53095 Main Road Southold, NY 11971 Re: Southold Animal Shelter - SHAC Al-01 To whom it may concern: Transmitted herewith are the following: Holzmacher, McLendon & Murrell, P.C. · H2M Associates, Inc. H2M Labs, Inc. · H2M Construction Management, Inc. 575 Broad Hollow Road, Melville, New York 11747 (631) 756-8000, Fax: (631) 694-4122 e-maik h2m@h2m.com web: www. h2m.com RECEIVED DEC 2 i 2001 '~u~no~g town Clerk 5 additional copies of Animal Shelter RFP for bidding. Should you need additional copies, please call me to discuss. I can be reached at (631) 756-8000 extension 1311. Very truly yours, Project Manager RBL/rbl Cc: James Richter, Town Robert M. Scheiner, H2M Danny Tanzi, H2M p:\sh~shaca 10 l\correspondence\01 - 12-20clerk doc ,65 x ,6 IYDINYHOglAI I A~IINg NIVlN UJ \ / / \ -, 0 ~ ONIINOO~JO 01/29/2002 11:50 FAX 6316944122 H2M GROUP ~001 Holzmacher, McLendon & Murrell, P.C. * H2M Labs, Inc. H2M Construction Management, Inc. * ~ Associates, Inc. $75 Broad Hollow Road, Melville, New York 11747 PHONE: 631.756.8000 · FAX: 631.694.4122 TO: Re~ Neville COMPANY: Town of Southold / Town Clad( DATE: FAX: FROM: dannvtanzi x1155 [ax RE: Town of Southold New Animal Shelter RFP 29.January.2002 TIME: 11:45a SHAC A1-01 1,631.765.6145 NO. PAGES (incl. cover sheet:. NOTE: PLEASE CALL IMMEDIA TEL Y IF YOU DO NOT RECEIVE ALL PAGES COMMENTS: Ms. Neville: We are in receipt of your fax dated 2ZJanuary,2002 regarding the missing check in the amount of $25.00 for Inter- County Mechanical Corp. for the subject project. We have forwarded all of the deposits we received to your office on the date of the bid opening. We have reviewed our files and cannot find the chc;ck in question, It is a possibility that the information was input in duplicate and that only one set of project specifications ware picked up by the bidder in question. If we come across the deposit check in question, we will forward it to your office: ave any questions or comments, feel free to give me a call, Ths Proj RBL / H2M p:~sha~sh aca t 0 fc=n~sponde~c~02*O 1-29-n eette.(~oc FOR OFFICE USE ONLY: Project No.: Reimb: -- Sender finitial); ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southaidtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD TO: Danny Tanzi H2M Group FROM: DATE: Lynda M Bohn Deputy Town Clerk Animal Shelter Bid 2002 January 22, 2002 We had the above referenced bid opening on January 17, 2002 at which time checks were given to Town Clerk Elizabeth Neville for bid specifications that were picked up at H2M. After reviewing the checks, it appears that Inter-county Mechanical picked up two (2) sets of bid specifications at $25.00 each but only left one check #21683 in the mount of $25.00. According to the list we received from H2M, Inter-county picked up a bid package on January 3, 2002. They then picked up a second bid package on January 7, 2002. If they did in fact pick up two sets of bids, we will need the additional check of $25.00. Let me know at your earliest convenience what happened. 22/01 '02 TEE 1.1:58 FAX 516 765 6145 SOUTHOLD CLERK ~001 *** TX REPORT TRANSMISSION OK TX/RX NO CONNECTION TEL CONNECTION ID ST. TIME USAGE T PGS, SENT RESULT 3152 H2M GROUP 22/01 11:56 01'27 4 OK 6944122 ELIZABETH A. N'EV'r~JJg TOWN CLERK REGISTRAR OF %,'iTAL STATISTICS M.aA'-~IAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF [NFORIVIATION OFFICER Town Hall, 53095 Main Road P,O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765.1800 so uth oldtown.nortb.fork,net OFFICE OF TI-IE TOWN CLERK TOWN OF SOUTHOLD TO: Damly Tanzi H2M Group FROM: Lynda M Bohn Deputy Town Clerk RE: Animal Shelter Bid 2002 DATE: January 22, 2002 We had the above referenced bid opening on January 17, 2002 at which time checlcs were given to Town Clerk Elizabeth Neville for bid specifications that were picked up at H2M. After reviewing flae checks, it appears that Inter-county Mechanical picked up two (2) sets of bid specifications at $25.00 each but only left one check #21683 in the mount of $25 According to the list we received from H2M, Inter-county picked up a bid package on January 2002. They then picked up a second bid package on January 7, 2002. If they did in fact pick up two sets of bids, we will need the additional check of $25.00. Let me know at your earliest convenience what happenex:l. INTER-COUNTY' CAL CORP. 1600 OCEAN AVE. BOHEMIA, NY 11716 PH. 631-563-1362 2168~ Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Transaction(s): Animal Shelter Bid 2002 Receipt: 2413 Subtotal $25.00 Check#: 2413 Total Paid: $25.00 Name: Techcon, Coontracting Inc 336 Maple Avenue Westbury, NY 11550 Clerk ID: LYNDAB Internal ID: 47506 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Transaction(s): Animal Shelter Bid 2002 Animal Shelter Bid 2002 Animal Shelter Bid 2002 Receipt~: 2434 Subtotal $25.OO $25.OO $25.00 Check#: 2434 Total Paid: $75.00 Name: Techcon, Coontracting Inc 336 Maple Avenue Westbury, NY 11550 Clerk ID: LYNDAB Internal ID: 47490 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Transaction(s): Animal Shelter Bid 2002 Receipt~: 3332 Subtotal $25.00 Check#: 3332 Total Paid: $25.00 Name: Excel, Builders Group Inc 308 West Main Street Smithtown, NY 11787 Clerk ID: LYNDAB Internal ID: 47499 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Transaction(s): Animal Shelter Bid 2002 Receipt~: 4210 Subtotal $25,OO Check#: 4210 Total Paid: $25,00 Name: Daf, Contracting 843 Westbury Drive Westbury, NY 11590 Clerk ID: LYNDAB Internal ID: 47485 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Transaction(s): Animal Shelter Bid 2002 Receipt#: 21683 Subtotal $25.00 Check#: 21683 Total Paid: $25.00 Name: Intercoun~, Mechanical Corp 1600 Ocean Avenue Bohemia, NY 11716 Clerk ID: LYNDAB Internal iD: 47486 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Transaction(s): Animal Shelter Bid 2002 Receipt~: 1056 Subtotal $25.00 Check#:1056 Total Paid: $25.00 Name: Eagle, Managemtn Enterprises 22-57 77th Street East Elmhurst, NY 11370 Clerk ID: LYNDAB Internal iD: 47488 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date:. 01/17/02 Transaction(s): Animal Shelter Bid 2002 Receipt: 2953 Subtotal $25.00 Check#:2953 Total Paid: $25.00 Name: Excel, Mechanical Corp 457 Secatogue Avenue Farmingdale, NY 11735 Clerk ID: LYNDAB Internal ID: 47489 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Receipt: 1088 Transaction(s): Animal Shelter Bid 2002 Check#: 1088 TotalS-aid: Subtotal $25.00 $25.00 Name: Knd, Electrical Contracting & Services 50 Brook Avenue, Unit C Deer Park, NY 11729 Clark ID: LYNDAB Internal ID: 47491 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Receipt: 3654 Transaction(s): Animal Shelter Bid 2002 Check#: 3654 Subtotal $25.00 Total Paid: $25.00 Name: J.r., Kennel Manufacturing 12196 R. Wilmington Avenue Leesburg, OH 45135 Clerk ID: LYNDAB Internal ID: 47494 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Transaction(s): Animal Shelter Bid 2002 Receipt~: 2908 Subtotal $25.00 Check#:2908 Total Paid: $25.00 Name: Magus, Mechanical Services Inc Po Box 90 Bluepoint, NY 11715 Clerk ID: LYNDAB internal ID: 47496 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Receipt#: 9702 Transaction(s): 1 Animal Shelter Bid 2002 Subtotal $25.00 Check#: 9702 Total Paid: $25.00 Name: Nasuf, Construction Corp 155 Knickerbocker Avenue Bohemia, NY 11716 Clerk ID: LYNDAB Internal ID: 47500 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Transaction(s): Animal Shelter Bid 2002 Receipt#: 84452 Subtotal $25.00 Check#: MONEYORDER Total Paid: $25.00 Name: Sks, Construction Inc 142 Main Street Mineola, NY 11501 Clerk ID: LYNDAB Intemal ID: 47497 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Transaction(s): Animal Shelter Bid 2002 Receipt~: 1086 Subtotal $25.00 Check#: 1086 Total Paid: $25.00 Name: L.d., Wenger Construction Co Inc 770 Railroad Avenue West Babyton, NY 11704 Clerk ID: LYNDAB Internal ID: 47501 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Transaction(s): Animal Shelter Bid 2002 Receipt~: 12425 Subtotal $25.00 Check#: 12425 Total Paid: $25.00 Name: Clerk ID: Racneili, Construction Company 1895 Wait Whitman Road Suite 1 Melville, NY 11747 LYNDAB Internal ID: 47502 Town Of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 01/17/02 Transaction(s): Animal Shelter Bid 2002 Receipt~: 6253 Subtotal $25.00 Check#: 6253 Total Paid: $25.00 Name: Mmj, Electrical 22 Peacock Lane Commack, NY 11725 Clerk ID: LYNDAB Internal ID: 47503 ,.~-E.-cou.~,. M~C~,c^~ 1600 OCEAN AVE, BOHEMIA, NY 11716 PH. 631-563-1362 CORP. USA Airbill Oate 1 ! 1 7 / 0 2 Account Number SendeFs Nam, Elizabeth A. 8L .7 0105 9827 1 Neville, Town C~l~rk 631 765 1800 ~a~ NY zl~ 11971 3Te Recipier~ N,~ ~echCon Contractin9 Inc. Company TechCon Contracting Inc. Address 336 Maple Avenue c~ Westbury sa~ NY Phone( 516 ) 338-7676 11590 See back for application instructions. Questions? Visit our Web site at www.fedex.com or call 1*800*Go. FedEx® (800)463-3339. ..... 02 5 AS"fldNe~ S ii I I Recipient IT Third Palty F2 Cred~Oar5 [3 Cash/Check 01&4334287 LBGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids ~re sought and requested to Design/Build the fol- lowing project: TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING CONTRACT G - GENERAL BUILDING DESIGN AND CON- STRUCTION CONTRACT H - HVAC DESIGN AND CONSTRUCTION CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION PROJECT NO. SHAC Al-01 Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold, New York 11971, Monday through Friday, 8:00 a.m. to 4:00 p.m. or at the office of the RFP Architect/Engineer H2M Group at 575 Broad Hollow Road, Melville, New York, Monday through Friday between the hours of 9:00 a.m. and 4:30 p.m. daily, except Saturdays, Sundays and Holidays. A non- refundable fee for the reproduction of the RFP totaling twenty five dol- lars (~25.001 payable to the TOWN OF $OUTHOLD will be required to receive a copy of the RFE The sealed bids, together with a Non-Collusive Bid Certificate, and a certified cheek, or bid bond in an amount equal to five percent 5% of the total amount of the bid, vail be received by the Town Clerk of the Town of Southold at the Southold Town Hall, 53095 Main Road, Southuld, New York. until 10:00 axa., Thursday, January 17~ 2002, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "2002 Animal Shelter Building Bid", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: December 4, 2001 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK 213~-1TD13 STATE OF NEW YORK) )SS: ~,~OUNTY~OF SLU=F_.OLK) ~ ~.~ \~-- ~-~ of Mattituck, in said county, being duly sworn, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly p~blished in said Newspaper once each week for weeks succes- siv~J.v.~ commen, cing on the__.._..L~ .day of ~ ..,)-.-~J.:.A.'TY',J:~ v'-' 20 ~ 1 · . Principal Clerk Swo r n ~d3..before me t ~is ~.~") day of ~.~__~'~.~;~-~ 20~ DAVID W OLSEN /~/.~ Notarv Pu! ¢io, Stile nf New York 14o -~20L6020)74 Qua!iliad in Sutfolk County Commissiorl Expires March 8, 20 4¢) Ifl~ GI~OUP' NOTICE TO BIDDERS Design/Build Proposals, invited by Town of Southold, will be received by the Town Clerk, 53095 Main l~oad, Southold, New York 11971, at ] 0:00 AM prevailing time Thursday, lanuary 17, 2002, at which time and placc they will be publicly opened and read aloud. Design/Build Proposals are requested for ihe following project: TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION CONTRACT H - HVAC DESIGN AND CONSTRUCTION CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION PROJECT NO. SHAC Ai-O1 RFP's may be examined and obtained at either the office of the RFP Architect/Engineer H2M Crroup at 575 Broad Hollow Road, Melville, New York or the Office of the Town Clerk at 53095 Main Road, Southold. New York and may be obtained on and after December 4, 2001 between the hours of 9:00 A.M. and 4:30 P.M. daily, except Saturdays, Sundays,and Holidays_ A non refundable fee for the reproduction of the RFP totaling Twenty Five Dollars ($25.00) payable to the TOWN OF SOUTHOLD will be required to receive a copy 0fthe RFP. Each proposal submitted must be accompanied by a certified check or bid bond, made payable to the TOWN OF SOUTHOLD, in an amount equal to five percent (5%) of the total amount of the bid, as a commitment by the bidder that, if its bid is accepted, it will enter into a contract to perform the work and will execute such further security as may be reqtdred for the faithful performmace o£the contract. The Town reserves the right to reject any or all proposals received, to waive any informality in any proposal, and to accept the proposal, which it deems most favorable to the interests of the Town. All proposals must be submitted in a sealed envelope clearly marked "Town of Southold Animal Shelter Building" and include the contract being bid upon. DATED: December 2001 SHAC Al-01 NB - 1 12/03/01 I)ES~IlqmUILD (RFP) · North Fork Animal Shelter · LOCAI'ION: I~ic, NY (Suffolk Co.) Peconic Lane ESTIMATED AMOUNT: $500,000 BiOS DUE: Januar.~ 17, 2002 (To Owne~) OWNER: Town of Souftlofd 53095 Main Rd., ~onthold, NY 11971 {631)765-1801 FAX# (516)765-1823 ENGINEER: In House DE'FAlLS: 600,000 SF, one-sto~, animal shelter, exam offices, restmoms; excavation, backfill, grading, drainage, paving, concrete ;oundatioo, ~tonl frame, pre- ensineereci metal building, poured concrete flooring, HVAC, plumbinE, electrical. PLANS AVAILABLE FROM: Owner; documents available after December 4, 2001. Dec 06 O1 11:53~ TIMES/REVIEW MEWSPSPERS 1~3129832B7 p.1 Fax Cover Sheet From: TIMES / REVIEW Date: /~.]o~0/h ~ of pages ~. (+ cover sheet) N E W S P A P E R S 7785 Main Road. P.O. Box 1500, Mattituck. NY 11952 (631) 298-3200 , FAX (631) 298-3287 Dec OG O! 11:53a TIMES/REVIEW NEWSPSPER$ 1G312S83287 p.2 0~/12 '01 l'}tl.! 11:39 F,~I{ 515 7~$ SOL'I'ItOLD CLERK Suffolk Tines ~]001 ELIZABETH A, NEVILLE TOWN CLERK P,O. Box 1179 F~.~ (a31) 765~6145 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FAX T1;La~N g MITT AL TO; SUFFOLKTIMES - ATTENTION: JOAN GUSTAV$ON FROM: DAI'E: RI*.': LYNDA M. BOHN 1216/2001 LEGAL NOTICE$ FOR PUBLICATION NOVEMBER Nlenl~er ofpages being £axed 5 including cover page If t. tal tl'mlsnliRal is not receive, please call 631 765-1 g00. fax 631 765-6145 One (1) Legal Not~ce to BIDDERS. 'l%'a (2) Public H~g Na6ces P_LEAS.,I~_ACKNOWLEDGE KECEIPT OF T.ltI$ LEOAi, NOTICE__~II'HdN O. NE {It HOUR BY SIGN'ING BELOW AND RETURNExlG BY FAX TO 765-614.5, ATTENTION: BETTy NEVILLE. 'rHA2a< YOU. Received 5y 06/12 '01 THU 11:40 FAX 516 765 6145 SOUTHOLD CLERK ~001 *** TX REPORT *** TRANSMISSION OK TX/RX NO CONNECTION TEL CONNECTION ID ST. TIME USAGE T PGS, SENT RESULT 3021 2983287 Suffolk Times 06/12 11:38 01'52 5 OK TOWN REGIST~ OF VIT~ STATISTI~ ~GE OF~CER RECORD~ ~G~MENT OFFICER FREEDOM OF ~FO~TION OFFICER Town Hall, ES095MainRoad P.O. Box 1179 Southold, New York 11971 Fa.x(631) 76576145 Telephone(631) 785-1800 OFFICE OF THE TOWN TOWN OF SOUTHOLD FAX TRANSMITTAL TO: FROM: DATE: RE: SUFFOLK TIMES - ATTENTION: JOAN GUSTAVSON LYN-DA M. BOHN 12/6/2001 LEGAL NOTICES FOR PUBLICATION NOVEMBER 22, 2001 Ntcrnber of pages being faxed .5 ..... including cover page If total transmittal is not received, please call 631 765-1.800, fax 631 765-6145 One (1) Legal Notice to BIDDERS. Two (2) Public Hear'rog Notices PLEASE ACKNOWLEDGE RECEIPT OF THIS LEGAL NOTICE WITHIN ONE (1) HOUR BY SIGNING BELOW AND RETURNING BY FAX TO 765-6145, ATTENTION: BETTY NEVILLE. THANK YOU. ELIZABETH A. NEVILLE TOWN CLEHK REGISTP,.AR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 TO: FROM: DATE: RE: OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FAX TRANSMITTAL CONSTRUCTION INFO - 800 962-0544 DODGE REPORTS 293-5456 BROWNS'S LETTERS 244-9576 BURRELLE'S INFO - 800 524-3329 DATA CONSTRUCTION 888 232-9941 BETTY NEVILLE, Southold Town Clerk Tele. 631 765-1800; fax 765-6145 December 6~ 2001 "BIDS" ADVERTISEMENT/PUBLICATION Number of Pages (including cover): 2 If total transmittal is not received, please call 631 765-1800. COMMENT S: PLEASE ADVERTISE THE FOLLOWING BIDS AT YOU EARLIEST CONVENIENCE Town of Southold Animal Shelter Building Opening 10:00 am, Thursday, January 17~ 2002 Please acknowledge receipt of this information by signing below and returning a faxed copy to me at 631 765-6145, attention: Betty Neville. Thank you. Received by Date LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested to Design/Build the following project: TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION CONTRACT H - HVAC DESIGN AND CONSTRUCTION CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION PROJECT NO. SHAC Al-01 Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town Hail, 53095 Main Road, Southold, New York 11971, Monday through Friday, 8:00 am to 4:00 pm or at the office of the RFP Architect/Engineer H2M Group at 575 Broad Hollow Road, Melville, New York, Monday through Friday between the hours of 9:00 am and 4:30 pm daily, except Saturdays, Sundays and Holidays. A non-refundable fee for the reproduction of the RFP totaling twenty five dollars ($25.00) payable to the TOWN OF SOUTHOLD will be required to receive a copy of the RFP. The sealed bids, together with a Non-Collusive Bid Certificate, and a certified check, or bid bond in an amount equal to five percent 5% of the total amount of the bid, will be received by the Town Clerk of the Town of Southold at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, January 17, 2002, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. Ail bids must be signed and sealed in envelopes plainly marked "2002 Animal Shelter Building Bid", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, fi.om which the Town of Southold is exempt. Dated: December 4, 2001 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON DECEMBER 13, 2001, AND FORWARD ONE (1) AFFDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971 Copies to the following: The Suffolk Times Town Board Members Town Attorney North Fork Animal Welfare League John Cushman, Comptroller Dodge Reports Brown's Letters Burrelle's Information Services Construction Data Town Clerk's Bulletin Board LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested to Design/Build the following project: TOWN OF SOUTHOLD ANIMAL SHELTER BUILDING CONTRACT G - GENERAL BUILDING DESIGN AND CONSTRUCTION CONTRACT H - HVAC DESIGN AND CONSTRUCTION CONTRACT P - PLUMBING DESIGN AND CONSTRUCTION CONTRACT E - ELECTRICAL DESIGN AND CONSTRUCTION PROJECT NO. SHAC Al-01 Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold, New York 11971, Monday through Friday, 8:00 am to 4:00 pm or at the office of the RFP Architect/Engineer H2M Group at 575 Broad Hollow Road, Melville, New York, Monday through Friday between the hours of 9:00 am and 4:30 pm daily, except Saturdays, Sundays and Holidays. A non-refundable fee for the reproduction of the RFP totaling twenty five dollars ($25.00) payable to the TOWN OF SOUTHOLD will be required to receive a copy of the RFP. The sealed bids, together with a Non-Collusive Bid Certificate, and a certified check, or bid bond in an amount equal to five percent 5% of the total amount of the bid, will be received by the Town Clerk of the Town of Southold at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, January 17, 2002, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "2002 Animal Shelter Building Bid", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: December 4, 2001 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON DECEMBER 13, 2001, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971 Copies to the following: The Suffolk Times Town Board Members Town Attorney North Fork Animal Welfare League John Cushman, Comptroller Dodge Reports Brown's Letters Burrelle's Information Services Construction Data Town Clerk's Bulletin Board STATE OF NEW YORK ) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the ~2'g~day of~001, she affixed a notice of which the annexed printed notice is a tree copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold, New York. 2002 Animal Shelter Building Bid l~zabeth'A. Neville Southold Town Clerk Sworn before me this ~h~ day of~an:~,..0.~. 2001. ELIZABETH A. NEVILLE TOWN CLERK REGISTI~R OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southaldtown.nor t h fork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 669 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON SEPTEMBER 25, 2001: RESOLVED that the Town Board of the Town of Southold accepts the proposal of H2M Group for professional services in relation to the preparation of an RFP for Design/Build package solicitation and the assistance in the bidding phase administration for a proposed Town Animal Shelter. Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF TIlE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 821 OF 2001 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON DECEMBER 4, 2001: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk Ellzaheth Neville to advertise for Bids for the Southold Town Animal Shelter Building. Elizabeth A. Neville Southold Town Clerk